Loading...
HomeMy WebLinkAboutContract 47298 P `X T CONTRACoT 1 Developer and Project Information Cover Sheet: DeVeloper Company Name: Cross Companies, Inc. Address, State,Zip Code: 6012 Reef Point Ln. Suite A Phone&Email: 817-401-7855,richard @crosscompanies.com Authorized Signatory,Title: Richard Cross,Manager Project Name and Brief Lake Crest Estates Description: Project Location: Plat Case Number: FP-14-063 Plat Name: Lake Crest Estates Mapsco: 32U, 32V Council District: 2 City Project Number: 02416 CFA Number: 2015-081 DOE Number: 7364 To be completed by staff Received by: "�i'` Date: City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 1 of 11 � „rt � STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, Cross Companies, Inc, ("Developer'), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Lake Crest Estates> ("Project") within the City or the extraterritorial jurisdiction 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 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: General Requirements A. The Policy for the Installation of Community Facilities ("Policy") dated March 2001, approved by the City Council of the City of Fort Worth, as amended, is hereby incorporated into this Agreement as if copied herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. B. Developer shall provide financial security in conformance with paragraph 6, Section II, of the Policy and recognizes that there shall be no reduction in the collateral until the Project has been completed and the City has officially accepted the Improvements. Developer further acknowledges that said acceptance process requires the Developer's contractor(s) City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date:07.30.2015 Page 2 of 11 to submit a signed affidavit of bills paid and consent of Surety signed by its surety to ensure the contractor has paid any sub-contractor(s) and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full by Developer for all the services provided under this contract. C. Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City-approved construction plans, specifications and cost estimates provided for the Project and the exhibits attached hereto. D. The following checked exhibits describe the Improvements and are incorporated herein: Water (A) ®, Sewer (A-1) ', Paving (B) ®, Storm Drain (B-1) 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. Developer shall ensure its contractor(s)pays the then-current City-established wage rates. 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 ways and/or prequalified to perform water/wastewater 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 infrastructure, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the infrastructure 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 City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 3 of 11 maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253, Texas Government Code. iii. To require 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 infrastructure, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the infrastructure 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. iv. To require its contractor to give 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, if any, 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, unless otherwise agreed to by City, 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 required herein. City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date:07.30.2015 Page 4 of 11 t I. 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 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, its 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, its contractors, sub-contractors, officers, agents or employees, whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees M. Developer will further require its contractors to indemnify, defend and hold harmless the City, its officers, agents and employees from and against any and all claims, suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from, or in any way connected with, the construction of the infrastructure contemplated herein, whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. Further, Developer will require its contractors to indemnify, and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date:07.30.2015 Page 5 of 11 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 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 City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date:07.30.2015 Page 6 of 11 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 BLAND City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 7 of 11 Cost Summary Sheet Project Name Lake Crest;Estates CFA No.: 2015-081 DOE No.: 7364 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 $ 65,250.00 2.Sewer Construction $ 52,320.00 Water and Sewer Construction Total $ 117,570.00 B. TPW Construction 1.Street $ 142,946.75 2.Storm Drain $ 77,970.50 3.Street Lights Installed by Developer $ 51,342.00 4. Signals $ - TPW Construction Cost Total $ 272,259.25 Total Construction Cost(excluding the fees): $ 389,829.25 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 2,351.40 D. Water/Sewer Material Testing Fee(2%) $ 2,351.40 Sub-Total for Water Construction Fees $ 4,702.80 E. TPW Inspection Fee(4%) $ 8,836.69 F. TPW Material Testing(2%) $ 4,418.35 G. Street Light Inspsection Cost $ 2,053.68 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 15,308.72 Total Construction Fees: $ 20,011.52 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 389,829.25 Completion Agreement=100%/Holds Plat $ 389,829.25 Cash Escrow Water/Sanitary Sewer-125% $ 146,962.50 Cash Escrow Paving/Storm Drain=125% $ 340,324.06 Letter of Credit=125%w/2 r expiration period $ 487,286.56 City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date:07.30.2015 Page 8 of 11 ACCORDINGLY,the City of Fort Worth and Developer have each caused this instrument to be executed in quadruplicate in each entity's respective name by its duly authorized signatories effective as of the date executed by the City's City Manager or his/her designee. CITY OF FORT WORTH DEVELOPER Cross Companies,In Jesus J. Chapa ' Assistant City Manager Name: Richard Cross Title: Manager Date: ) �;�. `� Date: Recommended by: ATTEST: (Only if required by Developer) Wendy Chi- abulal, EMBA, P.E. Development Engineering Manager Signature Water Department Name: Douglas . Wiersig, P.E. Director Transportation&Public Works Department a ' ' Approved as to Form &Legality: ATTEST: �.Wg lA C V"5 E Douglas W. Black'—' r J. Kayser City Assistant City Attorney y y M&C No. Date: City of Fort Worth,Texas 46pik Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 ""�� `^�6�� " �� °� Page 9 of 11 Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment C Attachment 1 - Changes to Standard Community Facilities Agreement (31' Location Map Exhibit A: Water Improvments '. Water Cost Estimate Exhibit A-1: Sewer Improvements } Sewer Cost Estimate Exhibit B: Paving Improvements Paving Cost Estimate C Exhibit B-1: Storm Drain Improvements Storm Drain Cost Estimate Exhibit C: Street Lights and Signs Improvements Street Lights and Signs Cost Estimate (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agr(ement Community Facilities Agreement City Project No. 02416 None City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 11 of 11 ,Park Dr a mild oats Or W Il-ey Sosvv ll Ad � WE #Q0, =Alb SITE �� IN-P z U -stifuu.Ln 9 ,Nit 0 rvAimf CRrw'1411i S n s rorn-Me l Marino Creek Rd ! LOCATION MAP PRaECT NAME: 3102 Maple Ave.,Ste.400 Lake Crest Estates, 972-554-1100(Office) DRAWN BY: J"B 1-866-682-8129(Fax) DAM SEPMWBER 2015 Fort Worth, Texas Contact @Civilpt.com SCALE RIO CIVIL P ENGINEERS SHEET 1 OF i 1 C ' i 1 --�L- ---rte----- x it !1 3 BLOC K A e BJ4 G S STR ET WATER ESYT m M • f • • • • 7.5 - FY tW! I BLOCK B ca O; imt tjAMSEq: STREJET ,� r - 3< r E BLOC K G ... / 15 DRMNACE -1Yi=.� E91T LEGEND GATE VAS E ` INDIVIDU�L WATER SERVICE i PROP. W�,fER LINE W/ FIRE HYDRANT -- - w! — EXISTING WATER LINE WATER L PROJECT NAME. 3102 Maple Ave.,Ste. 400 Lake Crest Estates, 972-554-1100(Office) DRAWN BY: JHB Fort Worth, Texas 1-866-682-8129 (Fax) DATE: SEPTEMBER 2015 CIVIL ��� -� Contact @Civilpt.com SCALE: 1'= 150' E N G 1 N E`E A '$ SHEET 2 OF B Ak a —GH I — —GHL� - -- _ ,.. !`I LO KA - ! B 13 G IN STIR rf {3; j 3LOC K B I G MGEEI STRE T Ell _ BLOC K G a LEGEND INDIVIDUAL' i EWER SERVICE \ —®- --® EXISTING SPWER LINE ll PROP SEWS LINE W/ MANHOLE i SANITARY SEWER PLAN PROJECT NAME: 3102 Maple Ave.,Ste. 400 Lake Crest Estates, 972-554-1100 (Office) DRAWN BY.' JHB AL Fort Worth, Texas 1-866-682-8129 (Fay) DATE: OCTOBER 2015 > CIVIL COIltaCt\R C1v11pt.00111 SCALE: 1"= 150' E N G I N E E R S SHEET 3 oF6 BLOCK A r„y G3 .n 4a s ¢ n H > 0 BLOCK B Y BLOCK C I- G .,,.. ---���6" CURB Mill = PROP STREET Wf 6" CROWN ,- PROP 4 ' SIDEWALK PAVING PLAN ! PROJECT NAME 3102 Maple Ave.,Ste.400 Lake Crest Estates, 972-554-1100 (Office) DRAWN er: J"e 1-866-682-8129(Fax) DAM, SEPTEMBER 2015 Fort Worth, Texas Contact @Civilpt.com SCALE: T-_ Tgp• EN GINEEBS SHEET 4 oF6 BLOCK A P BLOCK B BLOCK C f a b Y I II I� STORM DRAIN PLAN PROJECT NAME: 3102 Maple Ave.,Ste. 400 Lake Crest Estates, 972-554-1100(Office) DRAWN BY. JHS 1-866-682-8129 (Fax) DAM SEPMUSER sots Fort Worth, Texas Contact @Civilpt.com SCALE. 1•_ asp• CIVIC ` T ENGINEERS SHEET 5 OF6 �x f s > BLOCK A 8 L�=1 _may a 1" Ga F t BLOCK B tfi I r 77, f BLOCK C LEGEND GROUNDBOX LUMINAIRE POLE MOUNTED TRANSFORMER WOOD POLE STREET LIGHTING PLAN ! PROJECT NAME: 3102 Maple Ave.,Ste.400 Lake Crest Estates, 972-554-1100(Office) DRAWN BY: JHB Fort Worth TeXaS 1-866-682-8129(Fax) DATE: SEPTEMBER 2015 CIVILI Y Contact @Civilpt.com Ste: I-a 150• ENGINEERS SHEET 6 oF6 00 42 43 DAP-BID PROPOSAL Page I of]I SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value UNIT 1:WATER IMPROVEMENTS 3305.0003 8"Waterline Lowering 33 05 12 EA 4 $200.00 $800.00 3305.0109 Trench Safety 33 05 10 LF 914 $1.00 $914.00 3311.0241 8"Water Pipe 33 11 10,33 11 12 IF 914 $24.00 $21,936.66 3312.0001 Fire Hydrant 33 12 40 EA 2 $3,400.00 $6,800.00 3312.0117 Connection to Existing 4"- 33 EA 4 12"Water Main $2,000.00 $8,000.00 3312.2001 1"Water Service 33 12 10 EA 28 $600.00 $16,800.00 3312.3003 8"Gate Valve 33 12 20 EA 8 $1,250.00 $10,000.00 3311.0001 Ductile Iron Water Fittings 3311 11 TON 0.5 w/restraint $500.00 $250.00 ----------- .............. ................................... —---------- —------------ ------------ ------ ...... ..................... ...... ------- ................................ ............ --------------------------------------------------------- ................. ............. ............. ------------------ .......... ............. .............. .......... ----—------ ---------------- ............. .............. ................ .................... -—-------------- ............... ............. ----------------- CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATIONDOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version April 2,2014 LAKE CREST ESTATES-00 42 43 Bid Proposal_DAPI I--- 00 42 43 DAP•BED PROPOSAL Page 2 of 11 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value I:WATER $65,500.00 UNIT II:SANITARY SEWER IMPROVEMENTS 3331.31014"Sewer Service 3331 50 EA 28 $535.00 $14,980.00 33 11 10,33 31 12,33 LF 725 3331.4115 8"Sewer Pipe 31 20 $_2__8.00 $20,300.00 33 11 10,33 31 12,33 LF 65 3331.4116 8"Sewer Pipe,CSS Bacltfill _ 3120 $50.00 $3,250.00 3339.1001 4'Manhole 33 39 10,33 39 20 EA 2 $3,550.00 $7,100.00 3339.1002 4'Drop Manhole 33 39 10,33 39 20 EA 1 $5,150.00 $5,150.00 9999.0002 Trench Safety for Sanitary 33 05 10.01 LF 790 _ Sewer Line___ $1.00 $790.00 3301.0002 Post CCTV Ins 33 01 31 TLF 790 $0.50 $395.00 3339.0001 Manhole Epoxy Liner 33 39 60 EA 3 _ $250.00 $750.00 C=OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROTECTS Form Version April 2,2014 LAKE CREST ESTATES-00 42 43—Bid Pmposal_DAPI 00 42 43 DAP-BID PROPOSAL Page 3 of 11 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value —--------- TOTAL UNIT II: SANITARY SEWER IMPROVEM ENTS C=OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Foam Version April 2,2014 LAIM CREST ESTATES-00 42 43-Bid Proposal_DAPI 00 42 43 DAP-BID PROPOSAL Page 4 of I I SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value INAGE IMPROVEMENTS $52,715.00 =- ---.__.---------- 3341.0201 21"RCP,Class III 3341 10 LF 90.5_ $57.00 $5,158.50 3341.0205 24"RCP,Class III 3341 10 LF 283 $64.00 $18,112.00 3341.0302 30"RCP,Class 111 3341 10 _ LF _23.3 $92.00 $2,143-60 _ 3341.0309 36"RCP,Class III 3341 10 LF 254.1 _$105.00 $26,680.50 3349.5001 10'Curb Inlet 33 4_9 20 _ EA 4 _ $4,000.00 $16,000.00 3349.9002 3'Grate Inlet 33 49 20 Y EA :;F- $3,200.00 $6,400.00 _ 99_99.0001 36"Sloped-End Headwall 33 49 40.01 EA _1 $2,000.00 $2,000.00 9999.0003 Trench Safety for Storm 33 05 10.02 LF 650.9 Sewer $1.00 $650.90 — --- -- -------------- --- ---- -... —� —�— _— w 3137.0104 Medium Stone Riprap,dry 31 3700 SY 15_ $55.00 $825.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Fo m Version April 2,2014 LAKE CREST ESTATES-00 42 43—Bid Proposal_DAPI 00 42 43 DAP-BID PROPOSAL Page 5 of 11 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value —--------- TOTAL UNIT III: DRAINAGE IMPROVEM ENTS1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form version April 2,2014 LAKE CREST ESTATES-00 42 43 Bid Proposal-DAPI 00 42 43 DAP-BID PROPOSAL Page 6 of 1 I SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value WING IMPROVEMENTS $77,970.50 Residential 3201 29__ SY _12 $100.00 _ $1,200.00 3211.0400 Hydrated Lime _32 11 29 TN _43 $180.00 $7,740.00 3211.0501 6"Lime Treatment i 3211 29 SY 3089 _ $5.75 $17,761.75 3213.0101 6"ConcPvmt _ 32 13 13 SY T 2887_ $3_5.00 $101,045.00 V � 3216.01016"Conc Curb and Gutter 32 16 13 LF 1900 $8.00 $15,200.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version April 2,2014 LAKE CREST ESTATES-00 42 43 Bid Proposal_DAP1 00 42 43 DAP-RID PROPOSAL Page 7 of I I SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No, Unit of Measure Bid Quantity Unit Price Bid Value ............. TOTAL UNIT IV: PAVING IMPROVE M ENTS1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version April 2,2014 LAKE CREST ESTATES-00 42 43—Bid Proposal—DAPI 00 42 43 DAP-BID PROPOSAL Pape 8 of 11 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value LIGHTING IMPROVEMENTS $142,946.75 _ 80(T) 26 05 33� LF 870 $10.00 $8,700.00 —� 2605.3002 1 1/4"CONDT PVC SCH _ 80(B) 26 05 33— — LF 35 $33.00 $1,155.00 3441.1403 NO 6 Triplex OH insulated 3441 10 LF 464 ElecCondr _ $_3.00 $1,392.00 3441.1501 Ground Box Type B 3441 10 EAT 4 — $750.00 $3,000.00 3441.3002 Rdwy Ilium Assmbly TY 8,11,D-25,and D-30 344120 7 $1,625.00 $11,375.00 3441.3301 Rdwy Ilium Foundation TY _ 344120 EA 1,2,and 4 _ 7 $1600.00 $11,200.00 3441.3323 Furnish/Install 8'Wood _Light Pole Arm 344120 EA 4 $740.00 $2,960.00 - - 3441.34016-6-6 Triplex Alum Elec 34 41 20 LF 870 Conductor $3.00 $2,610.00 --------- -------t----------- --- _ 9999.0004 Furnish/Install LED Lummaire ATBO-30BLED-TYP2-70W- 3441 20.01 EA 7 NW or equal M-- $650.00 $4,550.00 9999.0005 Furnish/Install LED Luminaire STREETVMW-TYP2- 34 41 20.02 EA 4 90W-NW or equal $1,100.00 $4,400.00 V:STREET CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROTECTS Form Version April 2,2014 LAKE CREST ESTATES-00 42 43 Bid Proposal_DAPl 00 42 43 DAP-BID PROPOSAL Pg.9 of 11 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description T Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value 1C SIGNAL IMPROVEMENTS $51,342.00 3471.0001 Traffic Control 3471 13 MO 1 $1,000.00 $1,000.00 3471.0003 Traffic Control Details 3471 13 EA 1 $1,000.00 $1,000.00 ----------- ........--------- —--—--------------- ....... ..................... —----------- ............. ....... .........--------------- ............................ .......... ........... ............. —-------------------------- -------------- ................ -------................ —---------- CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS Form Version April 2,2014 LAKE CREST ESTATES-00 42 43 Bid Proposal_DAPI 00 42 43 DAP-BID PROPOSAL Page 10 of 11 SECTION 00 42-43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value ...................... ------ VI:TRAFFIC CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version April 2,2014 LAKE CREST ESTATES-00 42 43—Bid Proposal—DAPI 00 42 43 DAP-BID PROPOSAL Page 11 of I 1 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE DID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value $2,000.00 Bid Summary UNIT I:WATER IMPROVEMENTS $65,500.00 UNIT II: SANITARY SEWER IMPROVEMENTS $52,715.00 UNIT III:DRAINAGE IMPROVEMENTS _ $77,970.50 UNIT IV: PAVING IMPROVEMENTS $142,946.75 UNIT V:STREET LIGHTING IMPROVEMENTS $51,342.00 UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS $2,000.00 Total Construction Bid $392,474.25 Contractor agrees to complete WORK for FINAL ACCEPTANCE #days calendar CONTRACT commences to run as provided in the General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version April 2,2014 LAKE CREST ESTATES-00 42 43—Bid Proposal_DAPI