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,