Loading...
HomeMy WebLinkAboutContract 47009 (2)tea. per Company Name: dry 11 d j ( ir Developer and Project Information Cover Sheet: DR Horton -Texas LTD Address, State, Zip Code: 6751 North Freeway, Dallas, Texas, 76131 Phone & Email: 817-230-0800 , ZCMotley@DRHorton.com Authorized Signatory, Title: Randy Horton, Assistant Secretary Project Name and Brief Huntington Estates Description: Project Location: S of Keller Haslet Rd. & E of Cedar Hollow Dr. Plat Case Number: FP-014-043 Plat Name: Huntington Estates Mapsco: 9W Council District: 7 City Project Number: 02392 CFA Number: 2015-018 DOE Number: 7324 To be completed by staff: Received by: Date: City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 1 of 11 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, the undersigned Developer ("Developer") desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Huntiniton Estates ("Project") within the City of Fort Worth, Texas ("City"); and WHEREAS, the City has no obligation to participate in the cost of the Improvements or Project; and WHEREAS, any future City participation in this CFA is subject to the availability of City funds and approval by the Fort Worth City Council and shall be memorialized as an amendment to this Agreement; and WHEREAS, the Developer and the City desire to enter into this Community Facilities Agreement ("CFA" or "Agreement") in connection with the Improvements and the Project. NOW, THEREFORE, for and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: General Requirements A. The Policy for the Installation of Community Facilities ("Policy") dated March 2001, approved by the City Council of the City of Fort Worth, as amended, is hereby incorporated into this Agreement as if copied herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. B. Developer shall provide financial security in conformance with paragraph 6, Section II, of the Policy and recognizes that there shall be no reduction in the collateral until the Project has been completed and the City has officially accepted the Improvements. Developer acknowledges that the said acceptance process requires the Developer's contractor(s) to submit an affidavit of bills paid signed by its contractor and consent of surety signed by City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 2 of 11 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX its surety to ensure the contractor has paid any sub -contractors and suppliers in full. Additionally, the contractor must also provide in writing that the contractor has been paid in full by Developer for all the services provided under their contract. C. Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City -approved construction plans, specifications and cost estimates provided for the Project and the exhibits attached hereto. D. The following checked exhibits describe the Improvements and are incorporated herein: Water (A) , Sewer (A-1) ►'1 , Paving (B) ®, Storm Drain (B-1) ' ► , Street Lights & Signs (C) ►Zt E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section II, paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section II, of the Policy. F. For all Improvements included in this Agreement for which the Developer awards construction contract(s), Developer agrees to the following: i. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to meet City's requirements for being prequalified, insured, licensed and bonded to do work in public streets and/or to perform water/waste water construction as the case may be. ii To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent (100%) of the contract price of the Improvements, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the Improvements valid for a period of two (2) years from the date of final acceptance insuring the maintenance and repair of the constructed infrastructure during the term of the maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of 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 City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 3 of 11 0 required by the City's standard specifications and contract documents for developer -awarded infrastructure construction contracts. The City shall be named as additional insured on all insurance required by said documents and same will be evidenced on the Certificate of Insurance (ACORD or other state - approved form) supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give at least 48 hours' advance notice of intent to commence construction to the City's Construction Services Division so that City inspection personnel will be available; to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces, to not install or relocate any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. v. To require its contractor to have fully executed contract documents submitted to the City in order to schedule a Pre -Construction Meeting. The submittal should occur no less than 10 working days prior to the desired date of the meeting. No construction will commence without a City -issued Notice to Proceed to the Developer's contractor. vi. To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department G. Developer shall provide; at its expense, all engineering drawings and documents necessary to construct the improvements under this Agreement. H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the Improvements contemplated herein. I. City shall not be responsible for any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 4 of 11 J. Developer hereby releases and agrees to indemnify, defend and hold the City harmless for any inadequacies in the preliminary plans, specifications and cost estimates supplied by the Developer for this Agreement. K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer and required for the construction of the current and future improvements provided for by this Agreement L The Developer further covenants and agrees to, and by these presents does hereby, fully indemnify, hold harmless and defend the City, its officers, agents and employees from all suits, actions or claims of any character, whether real or asserted, brought for or on account of any injuries or damages sustained by any persons (including death) or to any property, resulting from or in connection with the construction, design, performance or completion of any work to be performed by said Developer, his contractors, subcontractors, officers, agents or employees, or in consequence of any failure to properly safeguard the work, or on account of any act, intentional or otherwise, neglect or misconduct of said DEVELOPER, his contractors, sub- contractors, officers, agents or employees, whether or not such injuries. death or damages are caused, in whole or in part. by the alleged negligence of the City of Fort Worth. its officers, servants, or employees M. Developer will further require its contractors to indemnify, defend and hold harmless the City, its officers, agents and employees from and against any and all claims, suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from, or in any way connected with, the construction of the infrastructure contemplated herein, whether or not such injuries. death or damages are caused. in whole or in part. by the alleged negligence of the City of Fort Worth. its officers. servants. or employees Further, Developer will require its contractors to indemnify, and hold harmless the City for any losses, 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 CFA Official Release Date: 07.30.2015 Page 5 of 11 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 fmancial guarantee, its agreement with its contractor or other related agreements. 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. City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 6 of 11 iv. The City may utilize the Developer's financial guarantee to cause the completion of the construction of the Improvements or to cause the payment of costs for construction of same before the expiration of two (2) years if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction, the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 7 of 11 Project Name: Huntington Estates Cost Summary Sheet CFA No.: 2015-018 DOE No.: 7324 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 2. Sewer Construction Water and Sewer Construction Total $ 484,722.50 $ 185,606.50 $ 299,116.00 R. TPW Construction 1. Street 2. Storm Drain 3. Street Lights Installed by Developer 4. Signals TPW Construction Cost Total Total Construction Cost (excluding the fees): Construction Fees: C. Water/Sewer Inspection Fee (2%) D. Water/Sewer Material Testing Fee (2%) Sub -Total for Water Construction Fees E TPW Inspection Fee (4%) F. TPW Material Testing (2%) G. Street Light Inspsection Cost H. Signals Inspection Cost H. Street Signs Installation Cost Sub -Total for TPW Construction Fees Total Construction Fees: Financial Guarantee Options, choose one Bond = 100% Completion Agreement = 100% / Holds Plat Cash Escrow Water/Sanitary Sewer= 125% • City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 8 of 11 $ 352,054.50 $ 405,576.00 $ 57,302.47 $ 814,932.97 $ 1,299,655.47 $ 9,694.45 $ 9,694.45 $ 19,388.90 $ 30,305.22 $ 15,152.61 $ 2,292.10 $ 1,225.00 $ 48,974.93 $ 68,363.83 Choice Amount (Mark one) 1,299,655.47 1,299,655.47 605,903.13 X 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 Jesus J. Chapa Assistant City Manager Date: Recommended by: Wendy Chi- y abulal, EMBA, P.E. Development Engineering Manager Water Department rt Douglas Director Transportation & Public Works Department Cv Wiersig, P.E. Approved as to Form & Legality: Douglas W. Black Assistant City Attorney M&C No. ,N/ Date: City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 9 of 11 DEVELOPER DR Horton - Texas, LTD., a Texas Limited Partnership By: D.R. Horton, Inc., a Delaware Corporation, Its Authorized Agent Name: Randy Horton Title: Assistant Sectretary Date: ���201 C- ATTEST: (Only if required by Developer) Signature Name: tpSct C • /V%0aev' ATTEST: Mary J. Ka City Secretary 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 // ►Z1 ►Ze ►W4 Attachment Attachment 1 - Changes to Standard Community Facilities Agreement Location Map Exhibit A: Water Improvments Water Cost Estimate Exhibit A-1: Sewer Improvements Sewer Cost Estimate Exhibit B: Paving Improvements Paving Cost Estimate Exhibit B-1: Storm Drain Improvements Storm Drain Cost Estimate Exhibit C: Street Lights and Signs Improvements Street Lights and Signs Cost Estimate (Remainder of Page Intentionally Left Blank) City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 10 of 11 ATTACHMENT "1" Changes to Standard Agreement Community Facilities Agreement City Project No. 02392 None. City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 11 of 11 PROJECT LOCATION KELLER-HASLET TIMBERLAND OAK HAVEN SUNSET CAYLOR \a WEST IcQCT i '377 MAPSCO NO. 9W COUNCIL DISTRICT 7 "ol SCALE: 1=2000 VICINITY MAP HUNTINGTON ESTATES 777 MAIN STREET FORT WORTH, TX 76102 PHONE 817-735-6000 I:\SLD\WFXM5400\WFXM5401 \700 CADO\728 Exhibits\CFA\CFA-35.15.dwg, 3/5/2015 5:01 PM, Freed, Thomas 39 38 37 36 35 34 33 32 30 29 1 9 I s 6" WL-1 / 18X r // 57 SCALE:1" = 200' LEGEND PROPOSED WATER LINE PROPOSED GATE VALVE PROPOSED FIRE HYDRANT EXISTING WATER LINE EXISTING GATE VALVE LIMITS OF PROJECT PROPOSED WATER LINES ARE 8" UNLESS OTHERWISE INDICATED WATER EXHIBIT 'A' HUNTINGTON ESTATES 777 MAIN STREET FORT WORTH, TX 76102 PHONE 817-735-6000 39 38 37 38 35 34 r6 -32 31 30 29 26 � J~� \ -- -' � | _-24 / _ +- O 7 8 S 2 3 13 12 11 10 9| |8 'ro PALANCAR DRIVE ' � 20 � 10 11 12 13 14 _ 15 ~ p 8*oS-A- � | w ~ ^ PROPOSED SANITARY SEWER PROPOSED MANHOLE LIMITS OF PROJECT PROPOSED SEWER LINES ARE 8" UNLESS OTHERWISE INDICATED ���T��� ..,.`,.^_,., / ���A|�|T � ���T �� ..,.`,.�_,.,^/,_., ������|��|-F/�-1/ �-^^' ./��. ' '`� / HUNTINGT ON ESTATES 777 MAIN STREET FORT WORTH, TX 76102 PHONE 07-735-6000 1 37 36 33 32 22 KELLER HASLET ROAD 9 3 4 •:` E SCALE:1" = 200' LEGEND PROPOSED 29'B-B ROADWAY/50'ROW PROPOSED 4'SIDEWALK (BY DEVELOPER) PROPOSED 4'SIDEWALK (BY HOMEBUILDER) PROPOSED ADA RAMPS (BY DEVELOPER) LIMITS OF PROJECT 0 PAVING EXHIBIT TB' HUNTINGTON ESTATES 777 MAIN STREET FORT WORTH, TX 76102 PHONE 817-735-6000 I:\SLD\WFXM5400\WFXM5401\700 C.DO\726 Exhibits\CFA\CFA-3.5.15.dwg, 3/5/2015 5:01 PM, Freed, Thomas lr 37 36 34 33 31 30 29 1 a KELLER HASLET ROAD 2 3 a // SCALE:1" = 200' LEGEND PROPOSED STORM DRAIN LINE PROPOSED INLET PROPOSED MANHOLE r,„,-' LIMITS OF PROJECT 79". / i STORM DRAIN EXHIBIT'B-1' IUUNTINGTON ESTATES 777 MAIN STREET FORT WORTH, TX 76102 PHONE 817-735-6000 JI 1 r KELLER HASLET ROAD 8 9 3 4 a // SCALE:1" = 200' LEGEND PROPOSED STREET LIGHT PROPOSED STREET LIGHT POST LIMITS OF PROJECT STREET LIGHTS EXHIBIT'C' HUNTINGTON ESTATES 777 MAIN STREET FORT WORTH, TX 76102 PHONE 817-735-6000 Exhibits\CFA\CFA-3.5.15.dwg, 3/5/2015 5:02 PM, Freed, Thomas 33 32 31 30 29 28 27 26 cEEI 24 20 r 1 1 5 6 2 3 4 7 8 9 10 11 12 13 14 15 18X r r SCALE:1 " = 200' LEGEND STOP SIGN AND STREET NAME PROPOSED STREET SIGN LIMITS OF PROJECT * STREET SIGNS EXHIBIT 'C-1' HUNTINGTON ESTATES 777 MAIN STREET FORT WORTH, TX 76102 PHONE 817-735-6000 UNIT PRICE BID Bidlist Item No.1 Description 0241.1100 Remove Asphalt Pvmt 3125.0101 SWPPP > 1 acre 3201.0121 4' Wide Asphalt Pvmt Repair, Arterial 3305.0100 Trench Safety 3311.0001 Ductile Iron Water Flltlnps w/ Res 3311.0241 8" Water Pipe 3312.0001 Flre Hydrant 3312.2003 1" Water and Irrigation Services 3312.2103 1 1/2" Irrigation Service 3312.3003 8" Gale Valve 9999,0001 21" x 8" Tapping Sleeve & Valve 9999,00018 M.J. Solid Sleeve 9900.0019 Cut In 8"xe" Anchor Tee 9999.0020 3/4" Irrigation Service 9999.0002 U11II1v Line Removal. Separate Trench CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS Form Vornlnn April 2.2014 02 41 15 31 25 00 32 01 17 33 05 10 33 11 11 33 11 10, 33 11 12 33 12 40 33 12 10 33 12 10 33 12 20 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM PO Al 13 DAP - BID PROPOSAL Pna" 1 all Project Item Information Bidder's Proposal Specification Section No, I Unit of Measure I Page Page J t 3 UN T I: WATER IMPROVEMENTS SY 18 Page Page Page Page Page Page Bid Quantity Unit Price Bid Value 18 $20.001 $360.00 LS 1 1 $500.00 $500.00 LF 46 46 $30.00 $1.360,00 LF 2378 2378 $0,25 $594.50 TON 0.66 0,66 34,500.00 32.970,00 LF 2378 2378 $34.00 360.852.00 EA 5 5 $3,200.00 $16.000.00 EA 84 84 $750.00 $63.000.00 EA 1 1 $2.000.00 $2.000.00 EA 5 5 $1,050.001 $5,250.00 EA 1 1 $5,500.00 $5,500.00 EA 1 1 $1,000.00 $1,000.00 IEA 1 1 $2,500.00 $2,500.00 EA 1 I 1 $1.000.00 $1.000.00 ILF 450 1 450 $6.00 S2.700,00 TOTAL UNIT I: WAT ER IMPRGVEMENTS $185,606.501 004243 eld Pmimnnl DAP.xI. UNIT PRICE BID Bldlisl Item No.I Description 0241.1100 Remove Asphalt Pvmt 3125.0101 SWPPP > 1 acre 3201.0122 5' Wide Asphalt Pvmt Repair, Arterial 3301.0002 Post -CCTV Inspection 3301.0101 Manhole Vacuum Testing 3305,0109 Trench Safety 3305,0113 Trench Water Stops 3331.3101 4" Sewer Service 3331.4116 8" Sewer Pipe 3331.4116 8" Sewer Pipe. CSS Backlit' 3339.0001 Epoxv Manhole Liner 3339.1001 4' Manhole 3339.1003 4' Extra Depth Manhole 9999.0004 Connect to Existing Manhole 9999.0005 Full Depth Sawcut CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Fern Vanden Aril 2, 2014 SECTION 00 42 43 Developer Awarded Protects - PROPOSAL FORM 00 42 42 DAP-131D PROPOSAL Pogo 2 oC7 Project Rem Information Bidder's Proposal Specification Section No. Unit of Measure I, Pnge Page Page 4 S 6 UNIT II: SANITARY SEWER IMPR )VEMENTS 02 41 15 SY 621 31 25 00 LS 1 32 01 17 LF 1160 33 01 31 LF 33 01 30 EA 33 05 10 LF 33 05 15 EA 33 31 50 EA 33 11 10, 33 31 12, 33 31 20 LF 33 11 10, 33 31 12, 33 31 20 LF 33 39 60 VF 33 39 10, 33 39 20 EA 33 39 10, 33 39 20 VF 00 00 00 EA 00 00 00 LF Page 7 Page Page Page Page 'Bid Quantity Unit Price Bid Value 621 112.00 $7,452.00 1 $1,000.00 $1,000.001 1180 $30.00 $34,800.001 2116 900 516 3532 $2.00 17,064.00 14 14 $100.00 $1,400,00 2116 900 516 3532 $1.00 $3,532,00 7 2 2 11 $250.00 $2,750.00 79 79 $550.00 143,450.00 2028 812 472 3312 $36.00 $119,232.00 88 88 44 220 $44.00 $9.680.00 11.2 11.2 $175,00 $1.960.00 14 14 $3.200.00 $44,800.001 50.9 24.1 9.6 84.6 $160.00 $13.536.001 1 1 $1,500.00 $1.500.001 1160 1160 $6.00 $6.960.001 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $299,116.001 00474J Bid Propnnl DAP.45 UNIT PRICE BID Didlisl Item No. Description 0241.3013 Remove 18" Storm Line 3125.0101 SWPPP> 1 acre 3137,0101 Concrete Rlprap 3305,0100 Trench Safety 3305.0112 Concrete Collar 3341.0291 21" RCP. Class III 3341.0205 24" RCP. Class ill 3341.0302 30" RCP. Class III 3341.0309 36" RCP. Class Ili 3341.0312 39" RCP, Class III 3341.0313 39" RCP. Class IV 3341.0402 42" RCP. Class III 3341.0409 48" RCP. Class III 3349.0001 4' Storm Junction Box 3349.0002 5' Storm Junction Box 3349.5001 10' Curb Inlet 9999,0006 24" Safely End Headwall 9999.0021 30" Safety End Headwall 9999.0007 39" Sloped End Headwall 9999.0008 39" Safety End Headwall 9999.0009 Trapezoidal Swale 9999.0010 Detention Pond 9999,0011 Keller -Haslet Bar Ditch 9999.0012 48" Sloped End Headwall 9999.0013 City Bonds for all Utility Improvements CITY 011 FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS Form Vernon Aptil 2, 2014 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM 00 41.43 DAP -DID PROPOSAL Pam .I "(7 Project Item Information Bidder's Proposal Specification Section No. Unit of Measure Page 1 Page 31 1 32 UNIT II: DRAINAGE IMPROVEMENTS 02 41 14 LF 31 25 00 LS 1 31 37 00 SY 27 33 05 10 LF 862 600 33 05 17 EA 1 33 41 10 LF 33 41 10 LF 218 33 41 10 LF 300 33 41 10 LF 275 33 41 10 LF 192 33 41 10 LF 33 41 10 LF 408 33 41 10 LF 69 33 49 10 EA 2 33 49 10 EA 1 3 33 49 20 EA 8 4 00 00 00 EA 00 00 00 EA 00 00 00 EA 00 00 00 EA 00 00 00 CY 00 00 00 CY 00 00 00 CY 00 00 00 EA 1 00 00 00 LS 1 Page 33 Page 34 Page 35 Page 36 Page 37 Page 24 Bid Quantity Unit Price Did Value 22 22 $30.00 $660.00 1 $1.000,00 $1.000,00 27 48 102 $60.00 $6.120.00 512 601 123 141 151 2990 $1.00 $2,990,00 1 $500.00 $500.001 141 151 292 $48,00 $14.016.001 256 128 602 $55.00 $33.110,00 59 359 $70,00 $25.130.00 275 $85.00 $23,375.00 256 448 $100.00 $44.800.00I 601 801 $120,00 $72.120,001 408 $105.00 $42,840.00 69 $115.00 $7,935.00 2 $4,000.00 $8.000.00 1 5 $5,000.00 $25.000.00 4 16 $2,200.00 $35,200.00 4 4 $2,500,00 $10.000.00 2 2 $3,500.00 $7.000.00 1 1 $4,000.00 $4,000.00 1 1 $4.500,00 $4.500.00 515 515 $12.00 $6.180.00 750 750 $8.00 $6,000.00 310 310 $10.00 $3,100.00 1 $4.500,00 54.500,00 1 517.500,00 $17,500.00 TOTAL UNIT II : DRAINAGE IMPRC VEMENTS $405,576.00 00 42 4301,1 Trapani/AP/tie UNIT PRICE BID Sidlist Rein No.I Dcscdptlon 3125.0101 SWPPP > 1 acre 3211.0400 Hydrated Lime 3211.0501 6" Llme Treatment 3213.0101 6" Conc Pvmt 3213.0301 4" Conc Sidewalk 3213.0501 Barrier Free Ramp, Type R-1 9999.0014 Sawcut & Remove Asphalt 9999.0015 CIty Bonds for all Pavino Improvements CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Pnnn Vernlon APrll 2, 2014 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM 0a 41 Al DAP- BID PROPOSAL Pnge 4 or7 Project Item information Bidder' Proposal Specification Section No. Unit of Measure Page Page 26 27 UNIT IV; PAVING IMPROVEMENTS 31 25 00 LS 32 11 29 TN . 32 11 29 SY 32 13 13 SY 32 13 20 SF 32 13 20 EA 00 00 00 LF 00 00 00 LS Page 28 Page 29 Page I Page Page 30 Page Bid Quantity Unit Price Bid Value 1 $2,500,00 $2,500.00 47.0 28.E 42.3 15.8 14.5 150 $165,00 $24,750.00 2937.E 1787.9 2644.3 987,2 907.4 9270 12.75 $25,492.50 2759 1672.1 2477.4 923.7 846.9 8680 $32.50 $282,100,00 1004 . 1004 $3.00 $3.012.00 4 4 $1,200,00 $4,500.00 100 100 200 $12.001 $2,400,00 1 $7,000.001 $7,000.00 TOTAL UNIT IV: PAVI JG IMPROVEMENT5 $352,054.50 004143Je1d Pmp"rnl DAPad. UNIT PRICE BID Ridlist Item No. I Description 2605,3001 1 1/4" CONDT PVC SCH 80 IT) 3441.1502 Ground BoxTvge B. w/Apron 3441.3002 Rdwy Ilium Assmbly TY 8,11,D-25, and D-30 3441.3201 LED Lighting Fixture 3441.3301 Rdwv IIIum Foundation TY 1.2, and 4 3441.3401 6-6-6 Triplex Alum Elec Conductor 9999.0017 City Bonds for ell Street Light Improvements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Pnrm Venlon April 2.2014 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM 00 42 4] DAP-E10 rRorosnl. 1'nge 5 n17 Project Item Information Bidder's Proposal Specification Section No. I Unit of Measure Page I Page L 38 j UNIT V: STREET LIGHTING IMPROVEMENTS 26 05 33 LF 34 41 10 EA 34 41 20 EA 34 41 20 EA 34 41 20 EA 34 41 20 LF 00 00 00 LS 1205 2 14 14 14 1205 1 Page Page Page Page Page Page Bid Quantity Unit Price Bid Value 1205 $8.86 S10,676.30 2 $816.00 $1,632.00 14 $1,327,00 $18.578.00 14 503.53 $7,049.42 14 $1.075.00 $15.050.00 1205 $2,35 $2,831.75 1 $1,485.00 $1,485.00 TOTAL UNI:"V: STRE iTLIGHTIVG IMPRCVEMENTS $57,302.47 004247 131d Pmpoenl VAP.de UNIT PRICE BID Bldlist Item Na.} Description NOT APPLICABLE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS Fors Verllon April 2, 2014 SECTION 00 42 49 Developer Awarded Projects - PROPOSAL FORM on 1143 DAP -BID PROPOSAL. Pop 6 at7 Project Item Information Bidder's Proposal Specification Section No. Unit of Measure I Page Page Page g 9 UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS Page 10 Page 11 Page 12 Page 13 Page 14 Bid Quantity Unit Price TOTAL UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS! Bid Valuc 00 42 43,ftid Propunnl DAP,xlm UNIT PRICE BID Bidlist Item No.I Description Site Clearing Unclassified Excavation Import and Place Unclassified Soli Place Existing Stockpile Rough Lot Grading Final Lot Grading Trapezoidal Channel Hvdromulch Swale flncludina Waterino and Growth Establishment) Construction Entrance CRY OP FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version April 2, 2014 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Specification Section No. I Unit of Measure Page 7 Page ' UNIT VII: EXCAVATION AC 15.1 Page 9 Page I Page I Page 10 I 11 12 Page 13 Page IQ Bid Quantity 00 42 42 DAP -Bg) PRorOSAr, Pogo 7 or? B iddork Proposal Unit Price Did Value 16.1 51,200.001 $18,120.00 CY 60001 6000 ;4.00 $24,000.00 CY 500001 50000 $9.95 $497.500.00 CY 6000 8000 $3.75 $30.000.00 EA 79 79 $250.00 $19.750.00 EA 79 79 5150.00 $11,850,00 CY 690 690 $6.00 $4,140.00 LS 1 1 $2.500.001 $2.500.001 EA 1 1 $1,500.001 ;1.500.001 TOTAL UP IT VII: EX 3AVATION $609,360.001 Bid Summary UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS UNIT VII: EXCAVATION END OF SECTION $185,606.50 j $299,116.001 $405,578.00 1 $352,054.50 $57,302.47 Total Construction Bldj $1,299,655.47 004243 eld Pmpmol_DAI'ad,