HomeMy WebLinkAboutContract 46740 Developer and Project Information Cover Sheet:
Developer Company Name:La Frontera Development,LLC
Address, State,Zip Code: 1000 Texan Trail, Suite 200,Grapevine TX 76051
Phone 817-416-4841 E-Mail: alburtin@westwoodland.com
Authorized Signatory/Title Al Burtin General Manager
Project Name and Brief Description: La Frontera-Phase 1
Project Location: 9313 Boat Club Road
Plat Case No.:FP-14-015 Plat Name: La Frontera Phase 1
Mapsco: Council District: 2 City Project No: CP#02310
CFA: 2015-028 DOE: 7261
To be complete staf
Received by: Date:
57'4�
OFFICIAL RECORD
CITY SECRETARY
FT.WORTH,TX
COMMUNITY FACILITIES AGREEMENT
THE STATE OF TEXAS § City Secretary ki
COUNTY OF TARRANT § Contract No.
4 C-)
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 La Frontera Phase 1
("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,
rn
rrn Section 1I, of the Policy and recognizes that there shall be no reduction in the
Z
m collateral until the Project has been completed and the City has officially
v
accepted the Improvements. Developer acknowledges that the said
o acceptance process requires the Developer's contractor(s) taFF-1cl-MLIECORD
00
2 CITY SECRETARY
FT. WORTHS TX
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) X , Paving (B) X , Storm Drain (B-1) X_, Street Lights &
Signs (C)_I_
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
3
Chapter 2253, Texas Government Code.
iii. To require the contractor(s) it hires to perform the construction work
contemplated herein to provide insurance equal to or in excess of the
amounts required by the City's standard specifications and contract
documents for 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
4
community facilities to be installed hereunder.
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_f'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 Q0 of ort Worth, its
officers, servants, or employees. Further, Developer will require its
contractors to indemnify, and hold harmless the City for any losses,
5
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.
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 financial guarantee, its
6
agreement with its contractor or other related agreements.
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: La Frontera Phase 1
CFA No.: 2015-028 DOE No.: 7261
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 $465,898
2. Sewer Construction $358,295.28
Water and Sever Construction Total $ 824,193.28
B. TPW Construction
1.Street $ 1,002,792.39
2. Storm Drain $ 291,531.00
3. Street Lights Installed by Developer $ 127,716.41
TPW Construction Cost Total $ 1,422,039.80
Total Construction Cost(excluding the fees): $ 2,246,233.08
Construction Fees:
C. Water/Sewer Inspection Fee(2%) $ 16,483.87
D. Water/Sewer Material Testing Fee(2%) $ 16,483.87
Sub-Total for Water Construction Fees $ 32,987.74
E. TPW Inspection Fee(4%) $ 51,772.94
F. TPW Material Testing(2%) $ 25,888.47
G. Street Light Inspsection Cost $ 5,108.86
H. Street Signs Installation Cost
Sub-Total for TPW Construction Fees $ 82,768.07
Total Construction Fees: $ 116,735.81
Financial Guarantee Options Choose one Amount Maris choice
Bond= 100% $ 2,246,233.08
Completion Agreement= 100%/Holds Plat $ 2,246,233.08 x
Cash Escrow Water/Sanitary Sewer= 125% $ 1,030,241.60
Cash Escrow Paving/Storm Drain= 125% $ 1,777,549.75
Letter of Credit= 125%w/2yr expiration period $ 2,807,791.35
g
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 De Loper has exec ed this
instrument in qu�dr[iplicate, at Fort Worth, Texas this_ day of
20
CITY OF FORT WORTH -Recommended by:
Water Department Transportation & Public Works Department
I N -6 Ls . C ,I
A��U,- aL-Wendy Chi- bulal, EMBA, P.E. Douglas . Wiersig, P.E.
Development Engineering Manager Director
Approved as to Form & Legality: Approved by City Manager's Office
Douglas W. Black Fernando Costa
Assistant City Attorney Assistant City Manager
M&C No.
Date:
ATTEST: FOR
ti$ o�
Nfaryf.J. Kay tl 0%
Sa
City Secretary '
°
A�
ATTEST: DEVELOPER: La Frontera Development, LLC
Signature Signature:
(Print)Name: �(ar.�a�a� Print Name:Al Burtin
Title:General Manager
OFFICIAL RECORD
CITY SECRETARY
9 F .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 13-1: 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
� U
Cl)
1
1
( L
O °)
°�PRDJECT
BOAT CLULOCATION ��ep
ROAD
z
N.T.S.
cy
O
o
x
HERRING BOAT CLUB
ROAD
WEST VIEW LiJ TIMBER tiAKS 1 220
z
a '
� F
f� TRAiLmDGE
S C �N�LiN6 �k8�
4-
A D°M GRgS
EAGLE
M 0 U N T A I N
L A K E L E Him pN4 o U o �o
D.O.E. NO. 7261
WATER NO. P265-6071502310-00
SANITARY SEWER NO. P275-7071302310-00
LOCATION MAP STREET/STORM DRAIN NO. W-2329
CITY PROJECT NO. 02310
"LA FRONTERA - PHASE 1 " X-22674
WELCH ENGLTEERRTG, T NC.
CONSUL TING ENGINEERS
i \\
' 1
PROP.I
cn<
F ONT RA VISTA DRIVE
i
. I..
BOAT CLUB +ROAD (F.M. NO.1220)
100% DEVELOPER'S COST
12" AND 8" WATER LINES. FIRE HYDRANTS.
GATE VALVES AND ASSOCIATED
APPURTENANCES
SCALE: 1"-400'
D.O.E. NO. 7261
EXHIBIT "A" WATER NO. P265-6071502310-00
SANITARY SEWER NO. P275-7071302310-00
WATER IMPROVEMENTS STREET/STORM DRAIN NO. W-2329
"LA FRONTERA — PHASE 1" CITY PROJECT NO, 02310
X--22674
WELCH ENGINFxju:rzG, INC.
CONSUL TING ENG//VEERS
00 42 43
DAP-BID PROPOSAL
Page I of?
SECTION 00 42 43
Developer Awarded Projects-PROPOSAL FORM 3/10/2015
LA FROM-FERA,PHASE I
UNIT PRICE BID Bidder's Application
Project Item Information Bidder's Proposal
Bidlist Item No Description Specification, Unit of Bid Unit Price Bid Value
Section No. Measure Quantity
UNIT is WATER IMPROVEMENTS
331 1.0141 6"PVC Water Pipe 33 11 12 LF 70 $2900 $2;030.0
3311.0261 8"PVC Water Pipe 33 11 12 LF 3,925 $35. $137,375.0
331).0441 12"PVC Water Pipe 33 '.1 12 LF 2,147 $4100 $90,174.
331 1.0442 12"PVC Water Pipe,CSS Backfill 33 1 112 LF 63 S50,00 $3,150.0
3305.2006 20"Water Carrier Pipe33 05 24 LF 125 $420.00 $52,500.0
3305.2007 24"Schedule 80 PVC 33 0524 LF 198 $80.0c $15,840,0
33123002 6"Gate Valve 33 1220 EA 9 $1,200.0( $10,800.0
3312.3003 8"Gate Valve 33 1220 EA 12 $1,595.0c $19,140.
3312.3005 12"Gate Valve 33 11220 EA 6 $2,600.0 $15,600.0
3312.4109 12"x 12"Tapping Sleeve& Valve 33 12 25 EA 1 $3,000.0 $3,000.0
3312.0000 12"x 16"Tapping Sleeve&:Valve 33 12 25 EA I $5,000.0( $5;000.
3312.0106 Connect.to Existing 16"Water Main 33 1225 EA 3 $1.500.0c $4,500.0
3312.0001 Fire Hydrant 33 1240 EA 9 $3,400,0 $30,600.0
3311.0001 Ductile Iron Water Fittings 33 11 11 TON 4 $4,000,0C $16,000.0
3305 0109 Trench Safety 3305 10 LF 6,528 $0.5C $3,264.0
3312 2003 1"Water Scrvicc 33 12 10 I EA 85 $575.00 $48,875.rX
3312.2004 3"Water Service to HOA lots 33 12 10 EA t4 S57 5.00 $8,050.0
TOTAL UNIT 1:WATER IMPROVEMENTS $465,898.00
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER Ai,VARDED PROJECTS
Form Version April 2,2014 M 42 41 Btd Proposal DAP LA FRONTEItA PFASE I-201333A-03-10-15
r
EMT. 4*W
LRAI
EV57.24
Lli
Q \ �
III����Ex�t.24,5sSS \
I
ti .er L9S ��, ..•�1
0 PROP.8'
Of
r /
¢a
C— PRO'.9'SS
.ass qS, !i
PROP.6'55 FORCE MAW J
o
PROP. u \
FRONTERIA VISTA (DRIVEe Nq�� ~� • �'i
�
—EMT.TSS FORCE MAW �/". /•'
— — —— 1 xrsT.ss�..c✓'Z 1
BOAT CLUB ROAD (F.M. NO.1220)
100% DEVELOPER'S COST
♦— 8" SANITARY SEWER LINES
AND ASSOCIATED APPURTENANCES
SCALE: 1"=400'
D.O.E. NO. 7261
EXHIBIT 99A'—199
SAN TARYOSEWER NO?P27P265-6015025 1700701302310-00
SANITARY SEWER IMPROVEMENTS STREET/STORM DRAIN N0. W-2329
CITY PROJECT NO. 02310
"LA FRONTERA — PHASE 1" x-22674
WET cH ENGINEERIl*TG, INC.
CONSUL TING ENGINEERS
00 42 43
DAP•BID PROPOSAL
Page 2 of 7
SECTION 00 42 43
Developer Awarded Projects-PROPOSAL FORM 3/10/2015
LA FRONTERA,PHASE I
UNIT PRICE BID Bidder's Application
Project Item Information Bidder's Proposal
Specification Unit of Bid
Bidlist Item No Description Section No. ensure Quantity Urit Price Bid Value
1,
UNIT It:SANITARY SEWER IMPROVEMENTS
3331.4115 8"PVC Sewer Pipe 3331 20 LF 4,310 $34 0 $146,540.0
3331.4116 8"PVC Sewer Pipe,CSS Backfill 33 11 10 LF 180 $33,00 S5,940,010
3331.41 11 6"Sewer Force Main 33 11 10 LF 76 $35.00 $2,660.010
3331.4111 6"Sewer Force Main,CSS Backfill 33 11 10 LF 20 S35.00 5700.
3339.1001 4'Manhole 33 39 20 EA 32 :1 $3,000.00 $96,000.0
3339.1002 4'Drop Manhole 33 3920 EA 1 $4,000. $4,000.0
3339 1003 4'Extra Depth Manhole 33 3920 VF 95 $400.0 $38,000.
3331.3101 4"Sewer Service,Two-way cleanout 33 31 50 EA 85 $425.00 $36,125.0r
3301.0002 Post-CCTV Inspection 3301 31 LF 4,586 $0.98 $4,494.2
3339.0002 Manhole Vacuum Testing 33 01 30 EA 34 $225A $7,650.0
3305.01 12 Epoxy Manhole Liner 33 3960 VF 15 $400.0 $6,000.0
3305.0201 Concrete Collars 33 05 13 EA i $400.0 $400.0
33(15.0109 french Safety 33 05 10 LF 4,586 $1.00 $4,586.0
3305.0113 Trench Water Stops(Clay Danis) 3305 10 L-A 13 S400,OC $5,200A
TOTAL UNIT 11:SANITARY SEWER IMPROVEMENT $358,295.28
CITY"OF FORT WORTII
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PRO?ECTS
Form Version April 2,2014 00 42 43 Bid Proposal UAP LA FRONTERA.PHASE I-201333A-03-10-15
c s \�
O �
37
o• B—® N Z�Off
VARIABLE
zo•e- C
C (VARI LE
20•B0— m IRIGHT-OF-WAY) �\
CMD FRONTERA VISTAI[ O� \
zs B— m (DRIVE
{Sp fu"-Di'-WAy) \
Z$•8+.8 {VARIABLE
RT-DE-WAYj
CID OJT �d
._._ — _ - - I TTfrr1
BOAT CLUB ROAD (F.M. N0.1220)
(100'RK71T-OF-NAY) \ \
100% DEVELOPER'S COST
6" PAVEMENT W/2% CROSS SLOPE
ON 6" LIME SUBGRADE
100% DEVELOPER'S COST
7" PAVEMENT W/2% CROSS SLOPE
ON 8" LIME SUBGRADE
100% DEVELOPER'S COST
2" TYPE D SURFACE COURSE,
4" TYPE B BASE COURSE
ON 6" LIME SUBGRADE
SCALE: 1"=400'
D.O.E. NO. 7261
EXHIBIT 99B99 WATER NO. P265-6071502310-00
SANITARY SEWER NO. P275-7071302310-00
PAVING IMPROVEMENTS STREET/STORM DRAIN NO. W-2329
"LA FRONTERA - PHASE 1" CITY PROJECT NO. 02310
X-22674
_WELSH_ ENGINEERING, I NC.
CONSUL TING ENGINEERS
00 42 43
DAP-BID PROPOSAL
PW4of7
SECTION 00 42 43
Developer Awarded Projects-PROPOSAL FORM 3/10/2015
IA FROWERA,PHASE 1
UNIT PRICE BID Bidder's Application
Project Item Information Bidder's Proposal
--T
Bidlist Item No Description Specification Unit of Bid Unit Price Bid Value
Section No. Measure Quantity
UNIT IV:PAVING IMPROVEMENTS
3213.0101 6'Conc Pvmt 3213 13 SY 12,265 $30.72 $376,780.8
3212.0302 2"Asphalt Type D 3213 16 SY 1250 $13.11 $16,387.5
3212.0501 4'Asphalt Type B 3213 16 SY 1250 $18.73 $23,412.5
3211.0501 6"Lim Treatment 3211 29 SY 15,725 $2.18 $34,279.91
3211.0400 Lime(30#/SY) 32 11 29 TN 235.87 $139.46 $32,894.5
3213.0102 7"Conc Pvmt 32 13 13 SY 11,274 $33.09 $373,056.64
3211.0502 8"Lim Treatment 32 11 29 SY 12,007 $2.20 $26,414.9
3211.0400 Lime(40#/SY) 32 11 29 TN 240.26 $139.46 $33,506.1
3213.0301 4"Concrete Sidewalk 32 13 20 SF 12500 $4.00 $50,000-21
3213.0501 Barrier Free Ramp-Type R-I 32 13 20 EA 18 $999.66 $17,993.8
3213.0504 Barrier Free Ramp-Type M-2 32 13 20 EA 8 $999.66 $7,997.2
3471.0003 Stop Signs(R1-1) 3471 13 EA 8 $315.65 $2,525.2
3217.1002 One Way Arrow-Pavement marking 3471 30 EA 8 $230.05 $1,840.4
3217.1003 Each Way Arrow-Pair 3471 30 EA 3 $460.10 $1,380.3
3471.0003 Directional Sign R61 L 3471 13 EA 1 $374.50 $374.5
3471.0003 Directional Sign R6-1R 3471 13 EA 1 $374.50 $374.5
347L0003 Directional Sign 115-1 3471 13 EA 3 $374.50 $1,123.5
3217.0502 24"Solid White Stop Bar Paint(W) 32 17 23 LF 84 $15.25 51,281.
9999.0002 Street barricade(street dead ends) 313600 LF 40 $29.22 $1,168.8
TOTAL UNIT IV:PAVING IMPROVEMENT $1,002,792.39
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS
Form Verwoa April 2,2014 00 42 43 Bid ProporY DAP LA FRONTERA PHASE I-201333A-03-Ml 5
f
? SO.Y_NXI
24'RCP � V,
Y 1
21 H 4
.j•p `\
Z1'RCP q•yp .
, T zap, r
! FRONTERA VISTA DRIVE i
_T— — ---1 d� ,s n•xa•T 74'R
— iBY TxE,O "eiY NOW) /✓ DETAI HEADWALL PER �~
MT ltrRr-P
EXIST 78' ._ -- — �..✓
BOAT CLUB RIOAD (F.M. NO.1220)
10', 15, OR 20' INLET--,
100% DEVELOPER'S COST
STORM SEWER AND INLET
AND ASSOCIATED APPURTENANCES
SCALE: i"=400'
Q.O.E. NO. 7261
EXHIBIT B- 1 WATER NO. P265-6071502310-00
SANITARY SEWER NO. P275-7071302310-00
STORM DRAIN IMPROVEMENTS STREET/STORM DRAIN NO. W-2329
"LA FRONTERA — PHASE 1" XCY
(22674JECT N0. 02310
EI.cH ENGINEER ATG, I NC.
CONSUL TING ENGINEERS
0042 43
DAP-BID PROPOSAL
Page 3 of?
SECTION 00 42 43
Developer Awarded Projects-PROPOSAL FORM 3/10/2015
LA FRONTERA,PHASE 1
UNIT PRICE BID Bidder's Application
Project Item Information Bidder's Proposal
Bidlist Item No Description Specitication Un of Bid Unit Price Bid Value
Section No. Measure Quantity
UNIT III:DRAINAGE IMPROVEMENTS
3305.0109 Trench Safety 33 05 10 LF 1550 $9. $13,950.0
3341.1103 4'x 4'Box Culvert 3341 10 LF 176 $220.0 $38,720.00
3341 0402 42"RCP,Class III 3341 10 LF 560 S1410C $79,5MOC
3341.0309 36"RCP,Class III 3341 10 LF 162 $120.a $19,440.
3341.0302 30"RCP,Class III 3341 10 LF 192 $98.O $18,816.
3341 0205 24"RCP,Class 111 33 41 10 LF 376 $85.0 $31,960.0
3341,0201 21"RCP,Class 111 33 41 10 LF 89 $75.00 56,675.0
3349.()001 4'Storm Junction Manhole Box 3349 10 EA 4 $3,000 0 $12,000.
3349.0105 5 Side MH 3349 10 EA 1 $4,200.0 $4,200.
3349.5001 10'Curb Inlet 33 4920 EA 2 $2,600.0 S5,200.Gr
3349.5003 20'Curb Inlet 33 4920 EA 8 $4,600.0 $36,800.0
3349.7001 4'Drop Inlet 33 4920 EA 2 $4,200.0 $8,400.0
3349.1000 4'x 4'Box Culvert,Ileadwall 33 49 4{', EA 1 $7,000.0 $7,000.00
3137.0104 1`7edium Stone,Riprap.dry 31 3700 SY 177 $50.oc $81850.0
TOTAL UNIT III: DRAINAGE IMPROVEMENTS $291,531.00
CITY OF FORT-WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DFVBi.OVER AWARDED PRO11iCTS
Form Version April 2.2014 00 42 43 Bid Proposal DAP L.A FRONTERP.PHASE I-201333A-03-10-15
1
s CIO,
i
<<
J FRONTERA VISTA DRIVE'
1 0¢
---''
BOAT CLUB ROAD (F.M. N0.1220)
* -- PROPOSED STREET LIGHT (100% DEVELOPER'S COST)
-- PROPOSED STREET SIGN (100% DEVELOPER'S COST)
■ -- PROPOSED GROUND BOX (100% DEVELOPER'S COST)
SCALE: 1"=400'
D.O.E. NO. 7261
EXHIBIT C ANITARYWATER OSEWER NP265-6071502310-00P75 -70302310-00
STREET LIGHTS STREET/STORM DRAIN NO. W-2329
CITY PROJECT NO. 02310
"LA FRONTERA -- PHASE 1 " X-22674
WEI cH ENGINEFA NG, I NC.
CONSUL T/NG ENGINEERS
00 42 43
DAP-BID PROPOSAL
Page S of 7
SECTION 00 42 43
Developer Awarded Projects-PROPOSAL FORM 3/10/2015
LA FRONTEPA,PHASE I
UNIT PRICE BID Bidder's Application
Project Item Information Bidders Proposal
Bidlist Item No Description Specification Unit of Bid Unit Price Bid Value
Section No. I Measure Quantity
UNIT V.-STREET LIGHTING IMPROVEMENTS
3441.1502 FurnishAnstall Ground Box,small,A,/lid w/apron 3441 10 EA 13 $500.00 $6,500.00
3441.3101 Fumistvinsrall I OOW HPS PC Lighting Fixture 3441 20 EA 23 $406.27 $9,344.21
9999.0000 Furnish/Install AEL-ATB2-137W-NW=Fype2 344120 EA 8 $663.97 $5,311.7
3441.3301 Furnish/Install Rdwy Illum Foundation TY 1,2 and 4 34 41 20 EA 23 $950.00 $21,850.
3441.3302 Furnish/Install Rdwy Illum Foundation TY 3,5,6 and 8 3441 20 EA 5 $1,250.00 $6,250.0
2605.3015 Furnish/Install Conduit-Schedule 80 PVC 2 in.open Cul 26 05 33 LF 2053 $6.00 $12,318.
3441.'.409 N8 Alum Wire 3441 10 CLF 20.53 $300.00 $6,159.01,
3447.3002 Furnish/Install Rdway Illum TY D-25-6 Pole 3441 20 EA 23 $1,77212 $40,919.7
9499.0000 FumishAnstall Rdway Ilium TY D-40-9 Pole 3441 20 EA 2 $2,482.67 $4,965.3
9999.0000 FUmishAnstall Rdway Illum TY D-40-9-I Pole 3441 20 EA 3 $3,666.12 $10,9983
3441,1623 Fumish/Install"I';:pe 25 Arm 3441 10 EA 23 $100M $2,300.0
9999 0000 Furnish/install Tyre 40 Arm 3441 10 EA 2 $100.00 $200.29
9999.0000 Furnish/Install Type 40T Arm 3441 10 EA 3 $200.00 $600.0
TOTAL UNIT V:STREET LIGHTING IMPROVEMENT $127,716.41
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUViENTS-DEVELOPER AWARDED PROJECTS
Form Version.Aprii 2,2014 00 42 43 laid Proposal DAP LA FRONTERA PHASE I-201333A-03-10.15
00 42 43
DAP-BID PROPOSAL
Page 6 of 7
SECTION 00 42 43
Developer Awarded Projects-PROPOSAL FORM 3110/2015
LA FRONTERA,PHASE I
UNIT PRICE BID Bidder's Application
Project Item Information Bidder's Proposal
Bidlist hem No Description Specification Unit or
Bid Unit Price Bid Value
Section No. Measure Quantity
UNIT VI.:TRAFFIC SIGNAL IMPROVEMENTS
Non-Applicable
TOTAL UNIT VI:TRAFFIC SIGNAL IMPROVEMENT
CITY OF FORT WORM
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER.AIXARDED PROJECTS
Fern Version April 2,2014 00 42 43 Bid Proposal DAP LA FPROWERA PHASE I-201333A-03-10-15
DO 42 43
DAP-BID PROPOSAL
Page 7 of,
SECTION 00 42 43
Developer Awarded Projects-PROPOSAL FORM 3/10/2015
LA FRONTERA,PHASE I
UNIT PRICE BID Bidder's Application
Project Item Information Bidders Proposal
Bidlist Item No Description Specification Unit of Bid Unit Price Bid Value
Section No. I Measure Quantity
Bid Summary
UNIT I:WATER IMPROVEMENTS __ $465,898.00
UNIT II:SANITARY SEWER IMPROVEMENTS $358,295.28
UNIT III: DRAINAGE IMPROVEMENTS $291,531.00
UNIT IV:PAVING IMPROVEMENTS $1,002,792.39
UNIT V: STREET LIGHTING IMPROVEMENTS $127,716.41
UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS
Total Construction Bid] $2,246,233.08
Contractor agrees to complete WORK for FINAL ACCEPTANCE 4 days calendar days after the date when the
CONTIC1,CT commences to run as provided in the General Conditions.
EVD OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVEt.OPER AWARDED PROJECTS
Form Version April 2,2014 00 42 43 Bid Proposal DAP LA FRONTERA PHASE I-201333A.03.10.15