Loading...
HomeMy WebLinkAboutContract 46295 MY SECRETAAAIL CONTRACT NO. �� J Developer and Project Information Cover Sheet: Developer Company Name:D.R.Horton Address, State,Zip Code: 3751 North Freeway,Fort Worth,TX 76131 Phone,E-Mail: 817-230-0800 Authorized Signatory/Title: Don Allen,Assistant Secretary Project Name and Brief Description: Water, Sewer,Paving and Storm Drain to serve The Ranches East,Phase 11 Project Location:Haslet-Roanoke Road and Ridgetop Road Plat Case No.: FP-13-084 Plat Name: The Ranches East Mapsco: 8K/L/P/Q Council District: 2 City Project No: 02350 CFA: 2014-050 DOE: 7306 To be completed!b staff.• Received by: Y i✓w Date: Or Ce5) rry rrV Ckx G t?'7► OFFICIAL,RECORD CITY SECRETARY 1 FT. NORTH, TX 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 The Ranches East, Phase II ("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 perfoiinance 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 hnprovements. Developer acknowledges that the said acceptance process requires the Developer's contractor(s) to submit an 2 affidavit of bills paid signed by its contractor and consent of surety signed by 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 are made a part hereof: Water (A) X , Sewer (A-1) 2L, Paving (B) X , Storin Drain (B-1) X , Street Lights & Signs (C) _. E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section II, paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section II, of the Policy. 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. 3 iii. To require the contractor(s) it hires to perform the construction work contemplated herein to provide insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer-awarded infrastructure construction contracts. The City shall be named as additional insured on all insurance required by said documents and same will be evidenced on the Certificate of Insurance (ACORD or other state-approved form) supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 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, stone 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. L 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. 4 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 allezed neWizence 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 allezed nealikence 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 5 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. 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 assigmnent of all warranties given by the contractor, whether express or implied. Further, Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. O. Inspection and material testing fees are required as follows: i. Developer shall pay in cash water and wastewater inspection fees and material testing fees equal to two percent (2%) for a total of 4% of the developer's share of the total construction cost as stated in the construction contract. ii. Developer shall pay in cash paving and storm drain inspection fees equal to four percent (4%) and material testing fees equal to two percent (2%) for a total of 6% of the developer's share of the total construction cost as stated in the construction contract. iii. Developer shall pay in cash the total cost of streetlights or if the city is not installing the streetlights, inspection fees equal to four percent (4%) of the developer's share of the streetlight construction cost as stated in the construction contract. iv. Developer shall pay in cash the total cost of street signs. P. COMPLETION WITHIN 2 YEARS i. Developer shall complete the Improvements within two (2) years, provided, however, if construction of the Improvements has started within the two year period, the developer may request that the CFA be extended for one additional year. ii. Nothing contained herein is intended to limit the Developer's obligations under the Policy, this Agreement, its financial guarantee, its agreement with its contractor or other related agreements. 6 iii. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the construction of the Improvements if at the end of two (2) years from the date of this Agreement (and any extension period) the Improvements have not been completed and accepted. iv. The City may utilize the Developer's financial guarantee to cause the completion of the construction of the Improvements or to cause the payment of costs for 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) 7 Cost Summary Sheet Project Name: The Ranches East,Phase II CFA No.: 2014-050 DOE No.: 7288 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 $235,839.40 2.Sewer Construction $177,507.20 Water and Sewer Construction Total $ 413,346.60 B. TPW Construction 1.Street $ 596,869.55 2.Storm Drain $ 220,958.50 3.Street Lights Installed by Developer $ - TPW Construction Cost Total $ 817,828.05 Total Construction Cost(excluding the fees): $ 1,231,174.65 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 8,266.93 D. Water/Sewer Material Testing Fee(2%) $ 8,266.93 Sub-Total for Water Construction Fees $ 16,533.86 E. TPW Inspection Fee(4%) $ 32,713.12 F. TPW Material Testing(2%) $ 16,356.56 G. Street Light Inspsection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 49,069.68 Total Construction Fees: $ 65,603.54 Financial Guarantee Options Choose one Amount Mark choice Bond=100% $ 1,231,174.65 x Completion Agreement=100%/Holds Plat $ 1,231,174.65 Cash Escrow Water/Sanitary Sewer=125% $ 516,683.25 Cash Escrow Paving/Storm Drain=125% $ 1,022,285.06 Letter of Credit=125%w/2 r expiration period $ 1,538,968.31 8 IN TESTIMONY WHEREOF,the City of Fort Worth has caused this instrument to be executed in quadruplicate in its name and on its behalf by its Assistant City Manager,attested by its City Secretary,with the corporate seal of the City affixed,and said Developer has executed this instrument in quadruplicate,at Fort Worth,Texas this ck°1t'-' day of ,201. CITY OF FORT WORTH-Recommended by: Water Department Transportation&Public Works Department ��a�A a-&L-41 DA 6j. (-j Wendy Chi-Ba lal,EMBA,P.E. Douglas .Wiersig,P.E. Development Engineering Manager Director Approved as to Forna&Legality: Approved by City Manager's Office Douglas W.Black Fernando Costa Assistant City Attorney Assistant City Manager M&C No. Date: ATTEST: Q� FO Joao®o, moo \S� � 0 o Mary J.Kayser o City Secretary ATTEST: DEVELOPER: D.R.Horton—Texas,LTD.,a Texas Limited Partnership By D.R.Horton,Inc.,a Delaware corporation Its authorized agent Signature ignature (Print)Name: Print Name:Don E.Allen s2�n�.► �Ra► Title: Assistant Secretary OFFICIAL RECORD CITY SECRETARY 9 FT.WORTH,TX Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment ® Location Map ® Exhibit A: Water Improvements ® Water Estimate ® Exhibit A-1: Sewer Improvements ® Sewer Estimate ® Exhibit B: Paving Improvements Paving Estimate ® Exhibit B-1: Storm Drain Improvements ® Storm Drain Estimate ❑ Exhibit C: Street Lights and Signs Improvements ❑ Street Lights and Signs Estimate (Remainder of Page Intentionally Left Blank) 10 w o W N W U) O O U Q N W O) p W 3 LJ FQ- \ N W x o 'U W O~ wwJC� •• N m1=1, ' HC>NC \ _ W p 9 QO]4. o W Y Z Z N 00 WOZ~ F4 O a3 a O GVQJ d013901" Q z Hw w to I � N # Q M� > M I W 0 1 a8 U-) r��li1 T G , M *� ^ = N C a C W + In ^W� tpwnr o= ^moo X Q ZO '•� a I I DO Ox �-w Z Z W Lu U' =Z = • OOW N I 0W I �� hW W W I Im O w! I d li t!l 1- F W L q W= 6�7 0_l.. I X Q O U xaO Q V, X V Nm L Z LLI o� M a s� rn I I a M W a o0 I I o w W x 3 y ay W= ^ I I CA D.x ONO Uj M I VW 1v o-F I I pNCU Z p I � o o -1 Cl-3 j y0y°�,o ow. > Wx N U o z N I I � a :a ^w Q I WO in N O CL La uj Foo x M mN LLJ �► S., ❑ rn« N NW ~ WI // mm� CD x N W o 0o I m� Z�. / ^ ^ NS 1� • PwW M , O / w o KQQ O� pPI oH w3p N I Q ati !'Q'/ a � ?� CV Q/ N ( i O w ix o: N ( it � N M/ ��/O// � i�• 0 / ------------ m v' / ,. N M �t to H co W UJ pz po 1 00� d W O_ ��Z W Z ISO 7 n 3 a w °Kr 500'02'SYW 37.88' N H ZD 541'02'3 W Q 25. WATER I 8n 89' OV e 102. z IW I I.- 3a I I o ^ I CZ H 2 w I I N0= W M W U") o J I , I Go oW Z �_ LO O OQ� 1Z ti d F 00 W t N ~ W I Z Z p o 0 U a aNU to I I I ~ mo im 0 I I 3 = N 00 �W WATER w L± N ~ W U Z o " g0: , I m �2 0 1"' I _ CL I I ( m W w it H p ' x W ~ � I U z c o � LLI N l i o I LLt I M N I ° CV a ENCANA C PIPE LIN M I TEST LEA N I I ��ti -1 N 89' \) I I N 11 I i mho N I z z E— W W F LL z ° LO N O CM Z= N W X9 N cm 1 W l.� z o Q O � W 3 G 11 n N 00'35 'W 1 34.1' `- � W uxo C U0 G >O� N 200' H r= l�8.5.50 v a 5 52'48'19'W p m 0 99.23' 0 4 d- � o W N W co L� o O O N Y O = O � N Q ( I F~ (!1 O O Z I— cWc tx�ssr � G 1— W I r r I I N , W' I I j I I I I I N M F- m W W o- f I coLU W = � I w P I I I N w>- X � � r l l i MM1 NoQ LL, w a = o mf i {" NY oz 1 � 1 Q Nm aH L.1..1 a h. (n M 0 w I I { cv z ix I i c 3 11 r Xtc� Q I I co 1 1 cn 0- M I I I u_. Fy'� a vQi N I I F LJi I.C) Z J = I I OO I i NS // 0Q y Y wN j a Wa%// / \ O 3 Ld V C14 d N � Y ACV I I d. N // // Cri �`\ � ❑ LO Z z Z fQ/1 F-W N WpW 1-- J // / w O OoN� zWN � z I I M cc' / / r ° au co�z o xr cn P:Fa-W W Q'Q O/ EDV) z z o 3 to W N° U(n N d N ( // / C14 - ------- ^! rn � -Ch -_ w vcV r+7 ca Z iI o: W 6^om .J:. F �m a 3 mr0 _...— N Z w Z N U O Q Y Y O 00 w Y Y 7�� ~ N w W CO V- O 7D Q N W W O ° j a I W (�J x= ~ 'o- -: ti ��S�tF W U�:r O °o O N > Z 93 W p >:Z J and O W I 4J �a U o N< z6 to U > N W W W (n O X�aJ Xw pm cx O O U Q CL0 ao a °U�� 4 QU Qv p.., z _ o CO LU Lu } G ��U Lj U ( - W •r Q x Z Q 3 a- �-W ( Y W U W L i N U LO Of Ck -j Lono °NaNOU m OV MV a W M 3 H a p S U ` a3 X U �NCi c W O N a3 'z Y _ La ZQ2r Z OHO w Lcj, - Q ` �a S U J UE r c 00 'd' U W S d m 2 . r Z W / uj CI Z .Z CD 0 k- _ a 7i in � = l` \ "✓� per � r � � :...;i F- / O UU €, z c F" W o 1 IDUM m� o / XQ d'W Dom a A.M. Q CL 3 m�0 }FZ 0 Y2 tit y ti >ox 3: m�0 S 00'02'57*W 37.56• o .......... _... F- U) C S 41'02.3 W L 28. L ........_ ;:;: WATER 8d. I , Q•� 102.02'- (( F(n W \ _j W La t0 Z X O Q-1 O U W i_.. .... D z M I a3 W H _ ....... - 1 WDER H z > C _ M z G 1-1 Z $ :� H S z LU Ld CS co �V) ao H a C c G \Y Q m O N W ONO U p- w. ; F ♦ Z O p ui UJ FF..� d N W �- _ Eat _ o i o W�' Z d C p p Eat. a�Q �& o TEST LE DE S ow3 \ y o U z W U � d'aU °q°q �a �W c�AA O p ^l� F O m N U a � Z W Z O~SU ' d p it Q W W �3Z a 3 �- o Cl-WQ co o O m N <1 DO WF �c C) Ck: 1 z MOU N V Y U= OTCRETE M Z ==-j X U O ~LLJZ F- CX W o LLi cOU� N Q3451µ•W Q 3 II ry �p1Y C oam •4•:19'. � m�p w 0 $ C) 0 1 O Wx0 C LO Y G U�Q >O� 0 R 200.00' 3 F- S 52',W 19'W �0 99.23' M V � o W N W Fj U- o � J � W 07 O ta! Q N 1 7°it H I U W U N I mH LO F-UN� OJ Q m d W U S � O OZ (IVO?J dO139(1W w Q M ( I I I I N o- Ln M k I I O I I °w n.. j ! W d N 1Q W� �vc CL I I CL d N I I 0 0 I O k5e I I (7 -11 NWW z a° I rn I i C-4 N Wa LLJ (n I I FWD Nryj 00 I ! O ., M °Z I l i N O LLJ 00 M J' da - ( ! I Vi ate° N / / O O I p N N~ Q M I 1 � CL In 00 Q 00 ff 00 1 1 — O� cn M I I N W= O r =U V O CD I I I Ln Q N en iz Q-iU I I o wNl- I� I I M ' 'P W Q C5 ( ! DVS' O Z �a Z el-In Noz ui w a- G. TT.N N I �.i� / P J UD zyz I / / O z I N� N Oj' a +i a v CD --- R j oom . . w N O? O ' m`n0 -"�— p M p w z aU aU Y C)" Y k k` LO k MWC7 -O. k o ka 02'57'W 37.88' N U3 N ~� =3 S 41'02'3 W Q 26. 1 MOE WATER 1,ry .cY M r I 69'30'06 E j a 102.02' I i � O ' O W ~- F— M NOZ p ^ .- Qm W � Lo a � c �, , I Z ° o ~ a z aNC; ua I { °- Noon z I i i W = oo O W WL- 0 ciz ao = N � wT m w U Z pU � { I a co J I j o W LO i,z L o f pla I W O W o i l M { N w ENCANA G PIPE UN f ( �� ` �& TEST LEA o I ( N 89' j ,1. W Z j N NO— 0 U j d j Nz; LO N j � NN'� ' �nm n� { a Z .z Z awl O E— W w LLI p W-j LL O W a N? O N O X Cl- CC O M N a N V X 1 O caxxcre O o N00'35 W 1 � O O 34.1' � d?m t (♦ � JIDLL V) N Z W �,°z >oW R 200.00' N L 6.50 ��� dt V S52'48'19'W ` ;+ O ��Of 9933' t � 00 42 43 DAP-BID PROPOSAL Page I of5 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid Description Unit Price Bid Value No. Section No. Measure Quantity UNIT I:WATER IMPROVEMENTS 3305.0109 Trench Safety 33 05 10 LF 4971 $0.10 $497.10 3305.0110 Utility Markers 33 05 26 LS 1 $100.00 $100.00 3305.0111 Valve Box Adjustment 33 05 14 EA 1 $150.00 $150.00 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 TON 1.52 $8,000.00 $12,160.00 3311.0161 6"PVC Water Pipe 3311 12 LF 62 $16.00 $992.00 3311.0261 8"PVC Water Pipe 3311 12 LF 4112 $17.50 $71,960.00 3311.0461 12"PVC Water Pipe 3311 12 LF 797 $47.00 $37,459.00 3312.0001 Fire Hydrant 33 12 40 EA 6 $2,500.00 $15,000.00 3312.0117 Connection to Existing 4"-12"Water Main 33 12 25 EA 4 $700.00 $2,800.00 3312.2003 1"Water Service 33 12 10 EA 102 $710.00 $72,420.00 3312.3002 6"Gate Valve 33 12 20 EA _ 5 $800.00 $4,000.00 3312.3003 8"Gate Valve 33 12 20 EA 8 $1,200.00 $9,600.00 3312.3005 12"Gate Valve ,331220 EA 4 $2,100.00 $8,400.00 TOTAL UNIT I:WATER IMPROVEMENTS $235,538.10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS The Ranches East Addition Phase II Fonn Version April 2,2014 City Project No.02350 00 42 43 DAP-BID PROPOSAL Page 2 of 5 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value UNIT II:SANITARY SEWER IMPROVEMENTS 3301.0001 Pre-CCTV Inspection 3301 31 LF 3013 $1.00 $3,013.00 3301.0002 Post-CCTV Inspection 3301 31 LF 3013 $1.40 $4,218.20 3301.0101 Manhole Vacuum Testing 3301 30 EA 20 $100.00 $2,000.00 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 1 $500.00 $500.00 3305.0106 Manhole Adjustment,Major 33 05 14 EA 3 $1,520.00 $4,560.00 3305.0109 Trench Safety 33 05 10 LF 3013 $0.10 $301.30 3305.0113 Trench Water Stops 33 05 15 EA 15 $250.00 $3,750.00 3331.3101 4"Sewer Service&2-Way Cleanout 3331 50 EA 79 $580.00 $45,820.00 _ 3331.3102 4"2-Way Cleanout(for Existing Services) 3331 50 EA 22 _ $120.00 $2,640.00 _3331.4116 8"Sewer Pipe,CSS Back_fill _ 3311 10,3331 LF_ 80 _ " $31.00 $2,480.00 3331.4117 8"Sewer Pipe,Select Backfill 3311 10,33 LF 2933 $22.00 $64,526.00 3339.1001 4'Manhole 33 39 10,33 EA 20 $2,000.00 $40,000.00 3339.1003 4'Extra Depth-Manhole Beyond 6'Depth 33 39 10,33 VF 40 $100.00 $4,000.00 TOTAL UNIT II:SANITARY SEWER IMPROVEMENTS $177,808.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS The Ranches East Addition Phase 11 Form Version April 2,2014 City Project No.02350 00 42 43 DAP-BID PROPOSAL Page 3 of 5 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value UNIT III:DRAINAGE IMPROVEMENTS 3341.0201 21"RCP,Class III 3341 10 LF 81 $40.00 $3,240.00 3341.0205 24"RCP,Class III 3341 10 LF 1110 $44.50 $49,395.00 3341.0302 30"RCP,Class III 3341 10 LF 169 $56.50 $9,548.50 3341.0206 24"RCP,Class IV 3341 10 LF 318 $50.00 $15,900.00 3349.5001 10'Curb Inlet 33 49 20 EA 6 $3,100.00 $18,600.00 3349.5003 20'Curb Inlet 33 49 20 EA 1 $6,200.00 $6,200.00 3349.7001 4'Drop Inlet 33 49 20 EA 3 $3,300.00 $9,900.00 3349.0001 4'Storm Junction Box 33 49 10 EA 10 $3,000.00 $30,000.00 3349.1003 24"Flared Headwall,1 pipe 33 49 40 EA 1 $2,400.00 $2,400.00 3137.0101 Concrete Riprap 31 3700 Sy 935 $47.00 $43,945.00 3137.0103 Large Stone Riprap,grouted 31 3700 _ Sy 250 $60.00 $15,000.00 3349.4105 24"SET, 1 pipe 33 49 40 EA 4 $2,000.00 $8,000.00 9999.0001 21"Sloping Headwall 00 00 00 EA 1 $1,700.00 $1,700.00 9999.0002 24"Sloping Headwall 00 00 00 EA 2 $1,800.00 $3,600.00 9999.0003 30"Sloping Headwall 00 00 00 EA 1 $2,000.00 $2,000.00 9999.0004 Energy Dissipators 00 00 00 EA 17 $90.00 $1,530.00 TOTAL UNIT III: DRAINAGE IMPROVEMENTS1 $220,958.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS The Ranches East Addition Phase II Form Version April 2,2014 City Project No.02350 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 Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value UNIT IV: PAVING IMPROVEMENTS 0241,0550 Remove Guardrail(Type III Barricade) 02 41 13 LF 28 $10.00 $280.00 0241.1100 Remove Asphalt Pvmt 0241 15 Sy 485 $10.00 $4,850.00 3201.0400 Temporary Asphalt Paving Repair 3201 18 Sy 10 $250.00 $2,500.00 3211.0400 Hydrated Lime 32 11 29 TN 221 $155.00 $34,255.00 3211.0501 6"Lime Treatment 30lbs/SY 32 11 29 Sy 14749 $2.75 $40,559.75 3213.0101 6"Cone Pvmt 32 1313 Sy 11681 $32.90 $384,304.90 3213.0301 4"Cone Sidewalk 32 13 20 SF 2456 $4.30 $10,560.80 3213.0501 Barrier Free Ramp,Type R-1 32 13 20 EA 6 $1,750.00 $10,500.00 3213.0700 Joint Sealant 32 13 73 LF 14028 Included Included 9999.0005 8"Cone Pvmt (Inside Tesco Easement) 00 00 00 Sy 2126 $39.85 $84,721.10 9999.0006 Sidewalk(Inside Tesco Easement) 00 00 00 SF 5660 $4.30 $24,338.00 TOTAL UNIT IV: PAVING IMPROVEMENTS1 $596,869.55 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION-DOCUMENTS-DEVELOPER AWARDED PROJECTS The Ranches East Addition Phase 11 Form Version April 2,2014 City Project No.02350 00 42 43 DAP-BID PROPOSAL Page 5 of 5 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No Description Section No. Measure Quantity Unit Price Bid Value Bid Summary UNIT I:WATER IMPROVEMENTS $235,538.10 UNIT II:SANITARY SEWER IMPROVEMENTS $177,808.50 UNIT III: DRAINAGE IMPROVEMENTS $220,958.50 UNIT IV:PAVING IMPROVEMENTS $596,869.55 Total Construction Bid $1,231,174.65 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 180 calendar 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 The Ranches East Addition Phase 11 Form Version April 2,2014 City Project No.02350