Loading...
HomeMy WebLinkAboutContract 62635Received Date: 1 /17/2025 Received Time: 8.0 0 a.m. Developer and Project Information Cover Sheet: Developer Company Name Address, State, Zip Code: Phone & Email: Authorized Signatory, Title: Project Name: Brief Description: Project Location: Plat Case Number: Mapsco: CFA Number: None provided 24-0179 Fort Worth Independent School District 7060 Camp Bowie Bowie Blvd., Fort Worth, TX 76116 817-814-2063; kellie.spencer(0wisd.or2 Kellie Spencer, Deputy Superintendent of District Operation FWISD Forest Oak Middle School Addition & Renovation Water, Sewer, Paving, and Storm Drain Improvements 3221 Pecos St. Fort Worth, TX 76119 Plat Name: None provided Council District: 11 City Project Number: 105753 City of Fort Worth, Texas Page 1 of 15 Standard Community Facilities Agreement Rev. 9/21 City Contract Number: 62635 STANDARD COMMUNITY FACILITIES AGREEMENT This COMMUNITY FACILITIES AGREEMENT ("Agreement") is made and entered into by and between the City of Fort Worth ("City"), a home -rule municipal corporation of the State of Texas, acting by and through its duly authorized Assistant City Manager, and the Fort Worth Independent School District, a political subdivision of the State of Texas and a legally constituted independent school district located in Tarrant County, Texas ("Developer"), acting by and through its duly authorized representative. City and Developer are referred to herein individually as a "party" and collectively as the "parties." WHEREAS, Developer is constructing private improvements or subdividing land within the corporate limits of Fort Worth, Texas or its extraterritorial jurisdiction, for a project known as FWISD Forest Oak Middle School Addition & Renovation ("Project"); and WHEREAS, the City desires to ensure that all developments are adequately served by public infrastructure and that the public infrastructure is constructed according to City standards; and WHEREAS, as a condition of approval of the Project, Developer is required to bear a portion of the costs of municipal infrastructure by constructing the public infrastructure necessary for the Project as described in this Agreement ("Community Facilities" or "Improvements"); and WHEREAS, as a condition of approval of the Project, Developer is required to meet the additional obligations contained in this Agreement, and Developer may be required to make dedications of land, pay fees or construction costs, or meet other obligations that are not a part of this Agreement; and WHEREAS, the City is not participating in the cost of the Improvements or Project; and WHEREAS, the Developer and the City desire to enter into this Agreement in connection with the collective Improvements for the Project; NOW, THEREFORE, for and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: 1. CFA Ordinance The Community Facilities Agreements Ordinance ("CFA Ordinance"), as amended, is incorporated into this Agreement by reference, as if it was fully set out herein. Developer agrees to comply with all provisions of the CFA Ordinance in the performance of Developer's duties and obligations pursuant to this Agreement and to cause all contractors hired by Developer to comply with the CFA Ordinance in City of Fort Worth, Texas Page 2 of 15 Standard Community Facilities Agreement Rev. 9/21 connection with the work performed by the contractors. If a conflict exists between the terms and conditions of this Agreement and the CFA Ordinance, the CFA Ordinance shall control. 2. Incorporation of Engineering Plans The engineering plans for the Improvements that have been approved by the City ("Engineering Plans") are incorporated into this Agreement by reference as if fully set out herein. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the Improvements required by this Agreement. 3. Description of Improvements; Exhibits and Attachments The following exhibits describe the general location, nature and extent of the Improvements that are the subject of this Agreement and are attached hereto and incorporated herein by reference: E Exhibit A: Water E Exhibit A-1: Sewer E Exhibit B: Paving E Exhibit 13-1: Storm Drain ❑ Exhibit C: Street Lights & Signs ❑ Exhibit C-1: Traffic Signal & Striping The Location Map and Cost Estimates are also attached hereto and incorporated herein by reference. To the extent that Exhibits A, A-1, B, B-1, C, C-1, the Location Map, or the Cost Estimates conflict with the Engineering Plans, the Engineering Plans shall control. If applicable, Attachment 1 — Changes to Standard Community Facilities Agreement, Attachment 2 — Phased CFA Provisions, and Attachment 3 — Concurrent CFA Provisions, are attached hereto and incorporated herein for all purposes. 4. Construction of Improvements 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 specifications, the Engineering Plans, the Cost Estimates provided for the Improvements, and this Agreement. Developer acknowledges that City will not accept the Improvements until the City receives affidavits and lien releases signed by Developer's contractors verifying that the contractors, and all subcontractors and material suppliers, have been paid in full for constructing the Improvements, and consent of the surety on payment and performance bonds provided for the Improvements. 5. Financial Guarantee Developer has provided the City with a financial guarantee in the form and amounts set forth in this Agreement which guarantees the construction of the Improvements and payment by Developer of City of Fort Worth, Texas Page 3 of 15 Standard Community Facilities Agreement Rev. 9/21 all contractors, subcontractors, and material suppliers for the Improvements ("Financial Guarantee"). Developer shall keep the Financial Guarantee in full force and effect until released by the City and shall not reduce the amount of the Financial Guarantee unless authorized by the City in accordance with the CFA Ordinance. 6. Completion Deadline; Extension Periods This Agreement shall be effective on the date that this Agreement is executed by the City's Assistant City Manager ("Effective Date"). Developer shall complete construction of the Improvements and obtain the City's acceptance of the Improvements within two (2) years of the Effective Date ("Term"). If construction of the Improvements has started during the Term, the Developer may request that this Agreement be extended for an additional period of time ("Extension Period"). All Extension Periods shall be agreed to in writing by the City and the Developer as set forth in a written amendment to this Agreement. In no event shall the Term of this Agreement plus any Extension Periods be for more than three (3) years. 7. Failure to Construct the Improvements (a) The City may utilize the Developer's Financial Guarantee to cause the completion of the construction of the Improvements if at the end of the Term, and any Extension Periods, the Improvements have not been completed and accepted by the City. (b) 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 the Improvements before the expiration of the Term, and any Extension Period, if the Developer breaches this Agreement, becomes insolvent, or fails to pay costs of construction. (c) [Reserved] (d) Nothing contained herein is intended to limit the Developer's obligations under the CFA Ordinance, this Agreement, the Financial Guarantee, Developer's agreements with Developer's contractors, or other related agreements. 8. Termination If Developer desires to terminate this Agreement before Developer's contractors begin constructing the Improvements, Developer agrees to the following: (a) that Developer and City must execute a termination of this Agreement in writing; (b) that Developer will vacate any final plats that have been filed with the county where the Project is located; and (c) to pay to the City all costs incurred by the City in connection with this Agreement, including time spent by the City's inspectors at preconstruction meetings. City will provide Developer with a detailed invoice accounting for any such costs. City of Fort Worth, Texas Page 4 of 15 Standard Community Facilities Agreement Rev. 9/21 9. Award of Construction Contracts (a) Developer will award all contracts for the construction of the Improvements and cause the Improvements to be constructed in accordance with the CIA Ordinance. (b) Developer will employ construction contractors who meet the requirements of the City to construct the Improvements including, but not limited, to being prequalified, insured, licensed and bonded to construct the Improvements in the City. (c) Developer will require Developer's contractors to provide the City with payment and performance bonds naming the City and the Developer as dual obligees, in the amount of one hundred percent (100%) of the cost of the Improvements as required by the CFA Ordinance. The payment and performance bonds shall guarantee construction of the Improvements and payment of all subcontractors and material suppliers. Developer agrees to require Developer's contractors to provide the City with a maintenance bond naming the City as an obligee, in the amount of one hundred percent (100%) of the cost of the Improvements, that guarantees correction of defects in materials and workmanship for the Improvements by the contractor and surety for a period of two (2) years after completion and final acceptance of the Improvements by the City. All bonds must be provided to the City before construction begins and must meet the requirements of the City's Standard Conditions, Chapter 2253 of the Texas Government Code, and the Texas Insurance Code. (d) Developer will require Developer's contractors to provide the City with insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer -awarded infrastructure construction contracts. The City must be named as an additional insured on all insurance policies. The Developer must provide the City with a Certificate of Insurance (ACORD or form approved by the State of Texas), supplied by each contractor's insurance provider, which shall be made a part of the Project Manual. (e) Developer will require the Developer's contractors to give forty-eight (48) hours' advance notice of their intent to commence construction of the Improvements to the City's Construction Services Division so that City inspection personnel will be available. Developer will require Developer's contractors to allow construction of the Improvements to be subject to inspection at any and all times by the City's inspectors. Developer will require Developer's contractors to not install or relocate any sanitary sewer, storm drain, or water pipe unless a City inspector is present and gives consent to proceed, and to allow such laboratory tests as may be required by the City. (f) Developer will not allow Developer's contractors to begin construction of the Improvements until a notice to proceed to construction is issued by the City. (g) Developer will not allow Developer's contractors to connect buildings to service lines of sewer and water mains constructed pursuant to this Agreement, if any, until said sewer, water mains and service lines have been completed to the satisfaction of the City. 10. Utilities City of Fort Worth, Texas Page 5 of 15 Standard Community Facilities Agreement Rev. 9/21 Developer shall cause the installation or adjustment of utilities required to: (1) serve the Project; and (2) to construct the Improvements required herein. City shall not be responsible for payment of any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the Improvements to be constructed pursuant to this Agreement. II. Easements and Rights -of -Way Developer agrees to provide, at its expense, all necessary rights -of -way and easements required for the construction and dedication to the City of the Improvements provided for by this Agreement. 12. Liability and Indemnification (a) [RESERVED] (b) [RESERVED] (c) DEVELOPER WILL 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 INANY WAY CONNECTED WITH, THE CONSTRUCTION OF THE IMPROVEMENTS 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, DEFEND, AND HOLD HARMLESS THE CITY FOR ANY LOSSES, DAMAGES, COSTS OR EXPENSES SUFFERED BY THE CITY OR CAUSED AS A RESULT OF SAID CONTRACTORS' FAILURE TO COMPLETE THE WORK AND CONSTRUCT THE IMPROVEMENTS IN A GOOD AND WORKMANLIKE MANNER, FREE FROM DEFECTS, IN CONFORMANCE WITH THE CFA ORDINANCE, AND INACCORDANCE WITH ALL PLANS AND SPECIFICATIONS. 13. Right to Enforce Contracts 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 Developer with its contractors, along with an assignment of all warranties given by the contractors, 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. 14. Estimated Fees Paid by Developer; Reconciliation Prior to execution of this Agreement, Developer has paid to the City the estimated cost of administrative material testing service fees, construction inspection service fees, and water testing lab fees City of Fort Worth, Texas Page 6 of 15 Standard Community Facilities Agreement Rev. 9/21 in the amounts set forth in the Cost Summary section of this Agreement. Upon completion of the construction of the Improvements, the City will reconcile the actual cost of administrative material testing service fees, construction inspection service fees, and water testing lab fees with the estimated fees paid by Developer. If the actual costs of the fees are more than the estimated payments made by the Developer, the Developer must pay the difference to the City before the Improvements will be accepted by the City. If the actual costs of the fees are less than the estimated payments made by the Developer, the City will refund the difference to the Developer. If the difference between the actual costs and the estimated payments made by the Developer is less than fifty dollars ($50.00), the City will not issue a refund and the Developer will not be responsible for paying the difference. The financial guarantee will not be released by the City or returned to the Developer until reconciliation has been completed by the City and any fees owed to the City have been paid by the Developer. 15. Material Testing The City maintains a list of pre -approved material testing laboratories. The Developer must contract with material testing laboratories on the City's list. Material testing laboratories will provide copies of all test results directly to the City and the Developer. If the Improvements being constructed fail a test, the Developer must correct or replace the Improvements until the Improvements pass all retests. The Developer must pay the material testing laboratories directly for all material testing and retesting. The City will obtain proof from the material testing laboratories that the material testing laboratories have been paid in full by the Developer before the City will accept the Improvements. 16. Notices All notices required or permitted under this Agreement may be given to a party by hand - delivery or by mail, addressed to such party at the address stated below. Any notice so given shall be deemed to have been received when deposited in the United States mail so addressed with postage prepaid: CITY: Development Services Contract Management Office City of Fort Worth 100 Fort Worth Trail Fort Worth, Texas 76102 With copies to: City Attorney's Office City of Fort Worth 100 Fort Worth Trail Fort Worth, Texas 76102 and City Manager's Office City of Fort Worth DEVELOPER: Fort Worth Independent School District 7060 Camp Bowie Bowie Blvd. Fort Worth, TX 76116 With conies to: Fort Worth Independent School District Office of Legal Services 7060 Camp Bowie Blvd. Fort Worth, TX 76116 City of Fort Worth, Texas Page 7 of 15 Standard Community Facilities Agreement Rev. 9/21 100 Fort Worth Trail Fort Worth, Texas 76102 Or to such other address one party may hereafter designate by notice in writing addressed and mailed or delivered to the other party hereto. 17. Right to Audit Developer agrees that, until the expiration of three (3) years after acceptance by the City of the Improvements constructed pursuant to this Agreement, that the City shall have access to and the right to examine any directly pertinent books, documents, papers and records of the Developer involving transactions relating to this Agreement. Developer agrees that the City shall have access during normal working hours to all necessary Developer facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. The City shall give Developer reasonable advance notice of intended audits. Developer further agrees to include in all contracts with Developer's contractors for the Improvements a provision to the effect that the contractor agrees that the City shall, until the expiration of three (3) years after final payment under the contract, have access to and the right to examine any directly pertinent books, documents, papers and records of such contractor, involving transactions to the contract, and further, that City shall have access during normal working hours to all of the contractor's facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Developer's contractors reasonable advance notice of intended audits. 18. Independent Contractor It is expressly understood and agreed that Developer and its employees, representative, agents, servants, officers, contractors, subcontractors, and volunteers shall operate as independent contractors as to all rights and privileges and work performed under this Agreement, and not as agents, representatives or employees of the City. Subject to and in accordance with the conditions and provisions of this Agreement, Developer shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. Developer acknowledges that the doctrine of respondeat superior shall not apply as between the City and its officers, representatives, agents, servants and employees, and Developer and its employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. Developer further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Developer. It is further understood that the City shall in no way be considered a co -employer or a joint employer of Developer or any employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers of Developer. Neither Developer, nor any officers, agents, servants, employees or subcontractors of Developer shall be entitled to any employment benefits from the City. Developer shall be responsible and liable for any and all payment and reporting of applicable taxes on behalf of itself, and any of employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. The City, through its authorized representatives and employees, shall have the sole and exclusive right to exercise jurisdiction and control over City employees. City of Fort Worth, Texas Page 8 of 15 Standard Community Facilities Agreement Rev. 9/21 19. Applicable Law; Venue This Agreement shall be construed under and in accordance with Texas law. Venue shall be in the state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. 20. Non -Waiver The failure of the City to insist upon the performance of any term or provision of this Agreement or to exercise any right herein conferred shall not be construed as a waiver or relinquishment to any extent of City's right to assert or rely on any such term or right on any future occasion. 21. Governmental Powers and Immunities. It is understood that by execution of this Agreement, the City and the Developer do not waive or surrender any of their governmental powers or immunities. 22. Headings The paragraph headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement. 23. Severability In the event that any clause or provision of this Agreement shall be held to be invalid by any court of competent jurisdiction, the invalidity of such clause or provision shall not affect any of the remaining provisions hereof. 24. Review of Counsel City and Developer, and if they so choose, their attorneys, have had the opportunity to review and comment on this document; therefore any rule of contract construction or interpretation that would normally call for the document to be interpreted as against the drafting party shall not apply in interpretation of this Agreement, and each section, portion, and provision of this Agreement shall be construed solely on the basis of the language contained therein, regardless of who authored such language. 25. Prohibition on Boycotting Israel [RESERVED] 26. Prohibition on Boycotting Energy Companies City of Fort Worth, Texas Page 9 of 15 Standard Community Facilities Agreement Rev. 9/21 [RESERVED] 27. Prohibition on Discrimination Against Firearm and Ammunition Industries [RESERVED] 28. Immigration and Nationality Act Developer shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Developer shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Developer shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Developer employee who is not legally eligible to perform such services. City, upon written notice to Developer, shall have the right to immediately terminate this Agreement for violations of this provision by Developer. 29. Amendment No amendment, modification, or alteration of the terms of this Agreement shall be binding unless the same is in writing, dated subsequent to the date hereof, and duly executed by the City and Developer. 30. Assignment and Successors Developer shall not assign or subcontract all or any part of its rights, privileges, or duties under this Agreement without the prior written consent of City. Any attempted assignment or subcontract without the City's prior written approval shall be void and constitute a breach of this Agreement. 31. No Third -Party Beneficiaries The provisions and conditions of this Agreement are solely for the benefit of the City and Developer, and any lawful assign or successor of Developer, and are not intended to create any rights, contractual or otherwise, to any other person or entity. 32. Compliance with Laws, Ordinances, Rules and Regulations Developer, its officers, agents, servants, employees, and contractors, shall abide by and comply with all laws, federal, state and local, including all ordinances, rules and regulations of City. It is agreed and understood that, if City calls to the attention of Developer any such violation on the part of Developer or any of its officers, agents, servants, employees, or subcontractors, then Developer shall immediately desist from and correct such violation. City of Fort Worth, Texas Page 10 of 15 Standard Community Facilities Agreement Rev. 9/21 33. Signature Authority The person signing this Agreement on behalf of Developer warrants that he or she has the legal authority to execute this Agreement on behalf of the Developer, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. The City is fully entitled to rely on this warranty and representation in entering into this Agreement. 34. Counterparts This Agreement may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. 35. Entire Agreement This written instrument, together with any attachments, exhibits, and appendices, constitutes the entire understanding between the City and Developer concerning the work to be performed hereunder, and any prior or contemporaneous, oral or written agreement that purports to vary from the terms hereof shall be void. [REMAINDER OF PAGE INTENTIONALLY BLANK] City of Fort Worth, Texas Page 11 of 15 Standard Community Facilities Agreement Rev. 9/21 36. Cost Summary Sheet Project Name: FWISD Forest Oak Middle School Addition & Renovation CFA No.: 24-0179 City Project No.: 105753 IPRC No.: 24-0158 Items Developer's Cost A. Water and Sewer Construction 1. Water Construction $ 81,080.00 2. Sewer Construction $ 47,315.00 Water and Sewer Construction Total $ 128,395.00 B. TPW Construction 1. Street $ 370,406.04 2. Storm Drain $ 8,432.00 3. Street Lights Installed by Developer $ - 4. Signals $ - TPW Construction Cost Total $ 378,838.04 Total Construction Cost (excluding the fees): $ 507,233.04 Estimated Construction Fees: C. Construction Inspection Service Fee $31,725.00 D. Administrative Material Testing Service Fee $2,204.80 E. Water Testing Lab Fee $168.75 Total Estimated Construction Fees: $ 34,098.55 Financial Guarantee Options, choose one Amount Bond = 100% $ 507,233.04 Completion Agreement = 100% / Holds Plat $ 507,233.04 Cash Escrow Water/Sanitary Sewer= 125% $ 160,493.75 Cash Escrow Paving/Storm Drain = 125% $ 473,547.55 Letter of Credit = 125% $ 634,041.30 Statement of Appropriated Funding = 100% $ 507,233.04 Choice (Mark one) X City of Fort Worth, Texas Page 12 of 15 Standard Community Facilities Agreement Rev. 9/21 IN WITNESS WHEREOF, the City and Developer have each executed this Agreement by their duly authorized signatories to be effective on the date executed by the City's Assistant City Manager. CITY OF FORT WORTH DEVELOPER 0aha Burandoff Fort Worth Independent School District Dana Burghdoff (Jan I-e, 2025 15:28 CST) Dana Burghdoff 44 Assistant City Manager Kellie Spencer 01 /16/2025 Deputy Superintendent of District Operation Date: Date: 01 /15/2025 Recommended by: Bichson Nguyen Contract Compliance Specialist Development Services Approved as to Form & Legality: 9�,a;erL�i� Contract Compliance Manager: Jackson Skinner Assistant City Attorney By signing, I acknowledge that I am the person responsible for the monitoring and M&C No. N/A administration of this contract, including O M 5/2025 ensuring all performance and reporting Date: requirements. Form 1295: N/A ATTEST: Rebecca Owen (Jan 15, 2025 13:28 CST) !� Rebecca Diane Owen Development Manager Jannette S. Goodall City Secretary City of Fort Worth, Texas Page 13 of 15 Standard Community Facilities Agreement Rev. 9/21 The following attachments are incorporated into this Agreement. To the extent a conflict exists between the main body of this Agreement and the following attachments, the language in the main body of this Agreement shall be controlling. Included Attachment © Attachment 1 - Changes to Standard Community Facilities Agreement ❑ Attachment 2 — Phased CFA Provisions ❑ Attachment 3 — Concurrent CFA Provisions X❑ Location Map © Exhibit A: Water Improvements X❑ Exhibit A-1: Sewer Improvements © Exhibit B: Paving Improvements ® Exhibit B-1: Storm Drain Improvements ❑ Exhibit C: Street Lights and Signs Improvements ❑ Exhibit C-1: Traffic Signal and Striping Improvements ® Cost Estimates (Remainder of Page Intentionally Left Blank) City of Fort Worth, Texas Page 14 of 15 Standard Community Facilities Agreement Rev. 9/21 ATTACHMENT "I" Changes to Standard Community Facilities Agreement City Project No. 105753 Negotiated changes are incorporated into the body of the Agreement. City of Fort Worth, Texas Page 15 of 15 Standard Community Facilities Agreement Rev. 9/21 - � TIMBER_LIN_E _ _ 0 o z � o 1 z LL- < w w KNOX o 4NMAN Q Q Quz MARTIN Q 1 y = w CUTTER CU TT-R ry U J RODEO o MOBERLY G PIONEER PIONEER wi J PECOS � PECOS 1 o VINETTA P COS Q� CANNON KELLIS X z AIRFAX F ROJ ECT � ARBOR ' LOCATION � Q z w o o n, Q 0 0 FST OAK HILL MAPSCO NO. 92-F JQ INFRASTRUCTURE, LLC 100 GLASS STREET, SUITE 201 972.392.7340 PROJECT NO: 4220277 CPN 105753 IN ► PA- \\`► OWNER/DEVELOPER FORT WORTH INDEPENDENT SCHOOL DISTRICT I■ �A�■■��� 100 N. UNIVERSITY DR. IN FORT WORTH, TX 76107 I■ 1�II■■►�1 PROJECT FWISD FOREST OAK MIDDLE SCHOOL ADDITION/RENOVATION LOCATION MAP DALLAS, TEXAS 75207 SCALE: REV: NTS NORTH 11/13/2024 SHEET: 1 OF 5 TBPE FIRM 7986 1 j, PROPERTY LINE — �— NEW 6" PVC �FIRELINE (PRIVATE) _ \' J " IJ \ + mm EX. 10" PVC WATER MAIN` NEW FIRE ARANT — j (PRIVATE) — _ ! 6" FIRE SERVICEI�v v 4 III _ 2" WATER SERVICEDOM •( ) s... ° �, "—` — „" REPLACE 8 " WATER SERVICE (DOM)II- / WATER LINE EX. FIRE� j v mo HYDRANT — _ 44-- F� i IHYDRANT `iEX. 8" PVC WATER MAIN Y° r EX. 6" PVC— _, +t EX. 8" PVC -- — WATER MAIN 0_ WATER MAIN 1" WATER SERVICE (IRR) ,� 11111�11LIIII Legend PROPERTY LINE PROPOSED WATER LINE EXISTING WATER LINE CPN 105753 shaping the built environment��� ��� �/��� ; OWNER/DEVELOPER FORT WORTH INDEPENDENT SCHOOL DISTRICT ■■� ■■■ �■��■� 100 N. UNIVERSITY DR. ■■� ■■■■�►■� FORT WORTH, TX 76107 PROJECT FWISD FOREST OAK MIDDLE SCHOOL ADDITION/RENOVATION JQ INFRASTRUCTURE, LLC EXHIBIT A — WATER 100 GLASS STREET, SUITE 201 DALLAS, TEXAS 75207 972.392.7340 SCALE: REV: SHEET: 2 OF 5 1" = 150' NORTH 11/13/2024 PROJECT N0: 4220277 TBPE FIRM 7986 lid I ••— Legend -�"UI-I I I I I I _�IIIIIIIIIIIII PROPERTY LINE- IIIIII PROPERTY LINE Q — — l I I I 1� I III i oononcrn d' ccuu �. E i 1 EX. 8" PVC a SANITARY SEWER MAIN OSED 4' SSMH v-=__ IREPLACE 8 JSEWER LINE PROPOSED 4' SSMH� >� PROPOSED SEWER LINE EXISTING SEWER LINE CPN 105753 shaping the built environment I��1 ��� �/��� ; OWNER/DEVELOPER FORT WORTH INDEPENDENT SCHOOL DISTRICT ■■� ■■■ �■��■� 100 N. UNIVERSITY DR. FORT WORTH, TX 76107 ­�Ijnrastra re PROJECT FWISD FOREST OAK MIDDLE SCHOOL ADDITION/RENOVATION JQ INFRASTRUCTURE, LLC EXHIBIT Al -WASTEWATER 100 GLASS STREET, SUITE 201 DALLAS, TEXAS 75207 972.392.7340 SCALE: REV: SHEET: 3 OF 5 " = PROJECT N0: 4220277 TBPE FIRM 7986 1130' NORTH 11/13/2024 PROPERTY LINE — PROPOSED-- CROSSWALKT — m �� 1 � PROPOSED 6' — \ WIDE SIDEWALK \1\ + PROPOSED ASPHALT PAVEMENT � PR P A 0 OSED 6' _ 4 O ° PROPOSED 6 DRIVEWAY WIDE SIDEWALK,, r F PROPOSED 6 PAVEMENTPROPOSED , CROSSWALK PROPOSED 5' C ff _ WIDE SIDEWALK __ �� I I�TII I I I I I I hXI PROPOSED PROPOSED 6' DRIVEWAY CROSSWALK _ i t + I PROPOSED 5' WIDE SIDEWALK x TI _ _.. PROPERTY LINE Legend DRIVEWAY, BUS LANE AND ® DROPOFF LANE BY DEVELOPER O H.C. RAMPS BY DEVELOPER SIDEWALK BY DEVELOPER CPN 105753 shaping the built environment��� ��� �/��� ; OWNER/DEVELOPER FORT WORTH INDEPENDENT SCHOOL DISTRICT ■■� ■■■ �■��■� 100 N. UNIVERSITY DR. ■■� ■■■■�►■� FORT WORTH, TX 76107 ■■1 ■■■ 1tII■■►►I stru re PROJECT FWISD FOREST OAK MIDDLE SCHOOL ADDITION/RENOVATION JQ INFRASTRUCTURE, LLC EXHIBIT B - PAVING 100 GLASS STREET, SUITE 201 DALLAS, TEXAS 75207 972.392.7340 SCALE: REV: SHEET: 4 OF 5 1" = 150' NORTH 11/13/2024 PROJECT N0: 4220277 TBPE FIRM 7986 PROPOSED 10' CURB INLET (PUBLIC) T �15" RC Up .--- Legend (PROPERTY LINE I 11 I I I II �,�,rv�,reEurvE I I II II II I I STORM DRAIN , (PRIVATE) 1 .. 5. i j .. EX. 15" RCP STORM LINE pq 4 EX. GLUAB INLETS PROPOSED STORM LINE 'D EXISTING STORM LINE CPN 105753 shaping the built environment I��� ��� �/��� ; OWNER/DEVELOPER FORT WORTH INDEPENDENT SCHOOL DISTRICT ■■� ■■■ �■��■� 100 N. UNIVERSITY DR. FORT WORTH, TX 76107 --�Ijnrastru re PROJECT FWISD FOREST OAK MIDDLE SCHOOL ADDITION/RENOVATION JQ INFRASTRUCTURE, LLC EXHIBIT B1 - STORM DRAIN IMPROVEMENTS 100 GLASS STREET, SUITE 201 DALLAS, TEXAS 75207 972.392.7340 SCALE: REV: SHEET: 5 OF 5 1" = 130' NORTH 11/13/2024 PROJECT N0: 4220277 TBPE FIRM 7986 00 42 43 DAP - BID PROPOSAL Page 1 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist I Description Specification Section Unit of I Bid Unit Price I Bid Value Item No. No. Measure Quantity UNIT I: WATER IMPROVEMENTS 1 0241.1514 Salvage 2" Water Meter 0241 14 EA 1 $800.00 $800.00 2 3201.0113 6' Wide Asphalt Pvmt Repair, Residential 3201 17 LF 252 $15.00 $3,780.00 3 3201.0151 Asphalt Pvmt Repair, Water Service 3201 17 SF 2784 $5.00 $13,920.00 4 3292.0101 Utility Service Surface Restoration Sodding 32 92 13 SY 6 $150.00 $900.00 5 3305.0109 Trench Safety 32 05 10 LF 50 $30.00 $1,500.00 6 3305.2001 6" Water Carrier Pipe 33 05 24 LF 25 $60.00 $1,500.00 7 3311.0001 Ductile Iron Water Fittings w/ Restraint 3311 11 EA 5 $800.00 $4,000.00 8 3311.0261 8" PVC Water Pipe 3311 12 LF 212 $80.00 $16,960.00 9 3311.0461 12" PVC Water Pipe 3311 12 LF 15 $68.00 $1,020.00 10 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 7 $1,800.00 $12,600.00 11 3312.2003 1" Water Service 34 12 10 EA 1 $2,500.00 $2,500.00 12 3312.2203 2" Water Service 33 12 10 EA 2 $3,200.00 $6,400.00 13 3312.3002 6" Gate Valve 33 12 20 EA 1 $1,800.00 $1,800.00 14 3312.3003 8" Gate Valve 33 12 20 EA 2 $2,800.00 $5,600.00 15 3312.3005 12" Gate Valve 33 12 20 EA 1 $4,200.00 $4,200.00 16 3471.0001 Traffic Control 3471 13 MO 3 $1,200.00 $3,600.00 TOTAL UNIT I: WATER IMPROVEMENTS $81,080.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version September 1, 2015 00 42 43_Bid Proposal_DAP.xls UNIT PRICE BID Bidlist Item No. SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Description Project Item Information 00 42 43 DAP - BID PROPOSAL Page 2 of 5 Bidder's Application Bidder's Proposal Specification Section Unit of Bid No. Measure Quantity Unit Price Bid Value UNIT II: SANITARY SEWER IMPROVEMENTS 1 0241.2013 Remove 8" Sewer Line 0241 14 LF 78 $20.00 $1,560.00 2 0241.2201 Remove 4' Sewer Manhole 0241 14 EA 1 $850.00 $850.00 3 3201.0113 6' Wide Asphalt Pvmt Repair, Residential 3201 17 LF 99 $15.00 $1,485.00 4 3292.0101 Utility Service Surface Restoration Sodding 32 92 13 SY 8 $150.00 $1,200.00 5 3301.0002 Post -CCTV Inspection 3301 31 LF 136 $5.00 $680.00 6 3301.0101 Manhole Vacuum Testing 7 3305.0109 Trench Safety 8 3305.0112 Concrete Collar for Manhole 9 3305.0113 Trench Water Stops 10 3305.0116 Concrete Encasement for Utility Pipes 11 3305.0203 Imported Embedment/Backfill, CLSM 12 3331.4119 8" DIP Sewer Pipe 3301 30 EA 3 $800.00 $2,400.00 32 05 10 LF 105 $30.00 $3,150.00 33 05 17 EA 2 $800.00 $1,600.00 33 05 15 EA 1 $450.00 $450.00 33 05 10 CY 18 $130.00 $2,340.00 33 05 10 CY 15 $38.00 $570.00 331110 LF 136 $80.00 $10,880.00 13 3339.0001 Epoxy Manhole Liner 33 39 60 VF 3 $250.00 $750.00 14 3339.1001 4' Manhole 33 39 10, 33 39 EA 1 $4,800.00 $4,800.00 15 3339.1002 4' Drop Manhole 34 39 10, 33 39 EA 2 $5,200.00 $10,400.00 16 3339.1003 4' Extra Depth Manhole 33 39 10, 33 39 VF 2 $300.00 $600.00 17 3471.0001 Traffic Control 3471 13 MO 3 $1,200.00 $3,600.00 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $47,315.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version September 1, 2015 00 42 43_Bid Proposal_DAP.xls UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 00 42 43 DAP - BID PROPOSAL Page 3 of 5 Bidder's Application Bidder's Proposal Bidlist I Description Specification Section Unit of I Bid Unit Price I Bid Value Item No. No. Measure Quantity UNIT III: DRAINAGE IMPROVEMENTS 1 3341.0103 18" RCP, Class III 3341 10 LF 14 $38.00 $532.00 2 3349.5001 10' Curb Inlet 33 49 20 EA 1 $2,500.00 $2,500.00 3 3471.0001 Traffic Control 3471 13 MO 3 $1,200.00 $3,600.00 4 9999.0001 Concrete Sidewalk flume with steel plate 31 37 00 EA 1 $1,800.00 $1,800.00 TOTAL UNIT III: DRAINAGE IMPROVEMENTS $8,432.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version September 1, 2015 00 42 43_Bid Proposal_DAP.xls 00 42 43 DAP - BID PROPOSAL Page 4 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist I Description Specification Section Unit of I Bid Unit Price I Bid Value Item No. No. Measure Quantity UNIT IV: PAVING IMPROVEME JTS 1 0241.0100 Remove Sidewalk 0241 13 SF 3728 $0.65 $2,423.20 2 0241.0300 Remove ADA Ramp 0241 13 EA 6 $275.00 $1,650.00 3 0241.0401 Remove Concrete Drive 0241 13 SF 850 $1.25 $1,062.50 4 0241.0550 Remove Guardrail 0241 13 LF 15 $35.00 $525.00 5 0241.1300 Remove Cone Curb&Gutter 0241 15 LF 1065 $6.00 $6,390.00 6 3211.0112 6" Flexible Base, Type A, GR-1 3211 23 SF 9834 $2.10 $20,651.40 7 3212.0301 2" Asphalt Pvmt Type D (DG-D) 32 12 16 SF 1350 $4.00 $5,400.00 8 3212.0401 HMAC Transition 32 12 16 SF 821 $12.00 $9,852.00 9 3212.0503 4" Asphalt Base Pvmt Type B (DG-B) 32 12 16 SF 1350 $6.00 $8,100.00 10 3213.0101 6" Cone Pvmt 32 13 13 SF 8716 $10.00 $87,160.00 11 3213.0301 4" Cone Sidewalk 32 13 20 SF 15307 $8.00 $122,456.00 12 3213.0401 6" Concrete Driveway 32 13 20 SF 1118 $10.00 $11,180.00 13 3213.0501 Barrier Free Ramp, Type R-1 32 13 20 EA 1 $800.00 $800.00 14 3213.0503 Barrier Free Ramp, Type M-1 32 13 20 EA 1 $800.00 $800.00 15 3213.0504 Barrier Free Ramp, Type M-2 33 13 20 EA 4 $800.00 $3,200.00 16 3213.0506 Barrier Free Ramp, Type P-1 33 13 20 EA 4 $800.00 $3,200.00 17 3216.0101 6" Cone Curb and Gutter 32 16 13 LF 1038 $40.00 $41,520.00 18 3216.0301 7" Cone Valley Gutter, Residential 32 16 13 SF 30 $10.00 $300.00 19 3217.0502 Preformed Thermoplastic Contrast Markings - 24" Crosswalk 32 17 23 LF 210 $11.57 $2,429.70 20 3217.0504 Preformed Thermoplastic Contrast Markings - 24" Stop Bars 32 17 23 LF 32 $11.57 $370.24 21 3291.0100 Topsoil 3291 19 CY 46 $65.00 $2,990.00 22 3292.0100 Block Sod Placement 32 92 13 SY 278 $7.00 $1,946.00 23 3441.4003 Furnish/Install Alum Sign Ground Mount City 34 41 30 EA 2 $1,500.00 $3,000.00 24 3441.4110 Remove and Reinstall Sign Panel and Post 3441 30 EA 6 $1,500.00 $9,000.00 25 3471.0001 Traffic Control 3471 13 MO 3 $8,000.00 $24,000.00 TOTAL UNIT IV: PAVING IMPROVEMENTS $370,406.04 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version September 1, 2015 00 42 43_Bid Proposal_DAP.xls UNIT PRICE BID Bidlist Item No. SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM 00 42 43 DAP - BID PROPOSAL Page 5 of 5 Bidder's Application Project Item Information Bidder's Proposal Description Specification Section Unit of Bid Unit Price Bid Value No. Measure Quantity Bid Summary UNIT I: WATER IMPROVEMENTS $81,080.00 UNIT II: SANITARY SEWER IMPROVEMENTS $47,315.00 UNIT III: DRAINAGE IMPROVEMENTS $8,432.00 UNIT IV: PAVING IMPROVEMENTS $370,406.04 Total Construction Bid $507,233.04 This Bid is submitted by the entity named below: BIDDER: BY C D MAR SEDALCO Construction Services 4100 Fossil Creek Blvd. TITLE: Project Manager Ft Worth, TX 76136 DATE: 8/13/2024 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 75 working days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version September 1, 2015 00 42 43_Bid Proposal_DAP.xls