Loading...
HomeMy WebLinkAboutContract 47322 4 CITY ;r u CONTRACt W Developer and Project Information Cover Sheet: Deve,IoV t Company Name:Jennings Apartment Ventures, LLC Address, State, Zip Code: 7934 Wrenwood Boulevard, Suite A, Baton Rouge, LA 70809 Phone, E-Mail: 225-218-8960;225-235-3140,a,-gkC 2i.ye to e sdeve Qo in ag a-Il C, al; Authorized Signatory/Title: Robert McConnell Project Name and Brief Description: Jennings Apartments WATER, WASTEWATER, PAVING, STORM DRAIN & STREET LIGHTS Project Location: 400 South Jennings Avenue FS-13-146 Plat Case No.: Plat Name: 1 JENNINGS SOUTH ADDITION Mapsco: Council District: 9 City Project No: 02561 CFA: 2015-052 DOE: 7445 To be coin b sta Received b Date: "^ COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TA NT 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 Jennings Apartments ("Project") within the City of Fort Worth, Texas ("City"); and WHEREAS, the City has no obligation to participate in the cost of the Improvements or Project; and WHEREAS, any future City participation in this CFA is subject to the availability of City funds and approval by the Fort Worth City Council and shall be memorialized as an amendment to this Agreement; and WHEREAS, the Developer and the City desire to enter into this Community Facilities Agreement ("CFA" or"Agreement") in connection with the improvements and the Project. NOW, THEREFORE,For and in consideration of the covenants and conditions contained herein,the City and the Developer do hereby agree as follows: General Requirements A. The Policy for the Installation Of Community Facilities ("Policy") dated March 2001, approved by the City Council of the City of Fort Worth, as amended, is hereby incorporated into this Agreement as if copied herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. B. Developer shall provide financial security in conformance with paragraph 6, Section 11, of the Policy and recognizes that there shall be no reduction in the collateral until the Project has been completed and the City has officially accepted the Improvements. Developer acknowledges that the said acceptance process requires the Developer's contractor(s) to submit an 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)X, Paving(B)X, Storm Drain(B-1) X, Street Lights (C)X 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, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. v. To require its contractor to have fully executed contract documents submitted to the City in order to schedule a Pre-Construction Meeting. The submittal should occur no less than 10 working days prior to the desired date of the meeting. No construction will commence without a City-issued Notice to Proceed to the Developer's contractor. vi. To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. G. Developer shall provide, at its expense, all engineering drawings and documents necessary to construct the improvements under this Agreement. H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the Improvements contemplated herein. I. City shall not be responsible for any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. 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 alleged negligence of the 0(y of Fort Worth, its officers,servants, or em loyees. 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 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 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 parry 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 BLAND 7 Cost Summary Sheet Project Name: Jennings Apartments CFA No : 20\5-O52 DOE No : 7445 An Engineer's Estimate of Probable Cost is acceptable. However, the construction contract price will ultimately determine the amount of CFA haea 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 De%a/oper's Cost A. Water and Sewer Construction 1. Water Construction $58,392 u.Sewer Construction Water and uewe,Construction Total z 130.352.00 B. rpvxConstruction / Street n 183.214.70 u. Storm mom * 82.712.00 n.Street Lights Installed by Developer TPW Construction Cost Total w 357,922.30 Total Construction cost(excluding the fees): $ 488,274.30 Construction Fees: C. Water/Sewer Inspection Fee(2m) m u.00r.m* D. Water/Sewer Material Testing Fee(2m) Sub-Total for Water Construction Fees $ 5.21*o8 E. rpvv Inspection Fee(*%) m 10.e37.07 F. n"vv Material Testing(2m) y 5.318.53 G. Street Light/napaecnunCost $ 3,679.82 H. Street Signs Installation Cost Sub-Total for n"w/Construction Fees m 19.635.42 Total Construction Fees: Financial Guarantee Options (Choose one) Amount Mark choice Completion Agreement= 100%/Holds Plat $ 488,274.30 Cash Escrow Water/Sanitary Sewer-- 125% $ 162,940.00 Cash Escrow Pa\Ang/Storm Drain= 125% $ 447,40Z88 Letter of Credit= 125%w/2yr expiration period $ 610,342.88 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 D,ev Loper has executed this instrument in quadruplicate, at Fort Worth,Texas this day of I'L, 20 CITY OF FORT WORTH®Recommended by: Water Department Transportation&Public Works Department j U—9%1 r�"i �Wendy h abulal, EMBA, P.E. Douglas W. Wiersig,P.E. �y Ch Engineering�B,\� Development Engineering Manager Director Approved as to Form &Lezalitv: Approved by City Managers Office Douglas W.Black Assistant City Attorney Assisiantt-ity manager M&C No. Date: ORP ATTEST: ........... 1,Maty J. Kayser f Z' � City Secretary ATTEST: DEVELOPER: Jennings Apartment Ventures,LLC Signature Signature N ti,aTA,rdof"t 6-1v A' t U (Print}Name: West Print Name:Robert McConnell Title: "4"q 9 OFFICIAL RECORD 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 Vy Vickery Blvd WViCkery 87vrt I`:ViC r I V Jarvis St, E Daggett Ave Dag Ave ' L'or >a y € n W Bro dway st 0 -w Pet�rsnjhjj Si alive e W'Pe'ersmith st{ £Tucker WTuekerSt PROJECT SITE W Annie$t EAunr e;St P rfnsylvarniaAve rMdE.t-5�rt. #lti rat z " F Cannon St ar rrr t i3 e1.0 a' o a ? � ;„t � t-- W 1.6 t E f;ettda St u W Torrnll Ave NORTH LOCATION MAP N.T.S. t COVER SHEET R JENNINGS APARTMENTS FORT WORTH SOUTH Y r ~ ZCMr� Fort Work 500 Wod M 86wt, at&000 Fort W^Tom 7x102-CM mxxw(817)898 8000 Ftx(8m 985 1W25 STORM DRAIN 6" FIRE 8" HYDRANT LEAD CROSSING WATER LINE _ j— _ 6" FIRE SERVICE -- — — —w L--L — — 6" DOM. SERVICE —w I W. BROADWAY AYR. NEW 8" WATERLINE — (LOWERING) ° NEW 8" GATE VALVE P _ NEW FIRE EXISTING FIRE _ HYDRANT I HYDRANT EXISTING 8" WATER LINE P I I � P P P � I P � I P t P EXISTING FIRE I- I P HYDRANT' - _- i I P P EXISTING 8" GATE VALVE _ :._ . — r � _ EXISTING 6" _ — --- WATER LINE a EXHIBIT A WATER LINE NORTH — x JENNINGS APARTMENTS FORT WORTH SOUTH SCALE: 1" = 80' �r�'��IJL���►1�.7 g 0 40 80 160 soo w.w fi etr«t su.3 o W Fat WaUti T�xY 7Eg2-47� April 14, 2015 P'N—("ass-G000 Fsx(M 835-m NEW 4' DIA. ' MANHOLE NEW 4' DIA. N 4' DIA. '— — MANHOf M N OLE I W- BROADWAY AVE, s EXISTING 8" — WASTEWATER UN€ N ' SS SERVICE NEW 8' SS I - NEW 18" PVC SERVICE ( I WASTEWATER UNE v 3 Q E I I I 1 Y { E. f, 1 a I 1►: PETRIt S�flTB ST. I —ss-- —ss- f EXHIBIT Al WASTEWATER NORTH L JENNINGS APARTMENTS FORT WORTH SOUTH SCALE: 1" = 80' �ITT'L�I_L�Fort�RS 0 40 80 160 500 WN17h 81rw"Ill" $ Fat Wain T�on� April 14, 2015 Rwo(eW)33"M Fox(W)83"M F _. J--J W- BROADWAY Avw. I z .. NEW DRIVEWAY (6" CONC) 4 I F A F a I - � NEW DRIVEWAY ' n (6" CONC) 1 — b r „ .xxt= )►. Pmu SMITE! ST I LEGEND t 2" MILL AND OVERLAY WffH NEW ASPHALT 6" CONCRETE PAVEMENT EXHIBIT B PAVING g SIDEWALK NORTH R I JENNINGS APARTMENTS FORT WORTH SOUTH n SCALE: 1" = 80' �(—� 1 i/� g � 1 1 A14 ',�40 80 160 wed�,so-..t, SUM a 0 °� Fat Wat%Twu 76=-4729 April 14, 2015 Peon.M 0354= Fax M 439—M Q. EXISTING 20' i? CURB INLET NEW 4' SO. ' E NEW 24' MANHOLE CLASS III RCP 1I. BROADWAY AVE. I x NEW 4' SO. H MANHOLE NEW 24" I CLASS III RCP 1 I EXISTING 10' i I CURB INLET I 7CIT, -T7 7; f /k ! Ir / / t EXHIBIT B1 STORM DRAIN NORTH R JENNINGS APARTMENTS FORT WORTH SOUTH x SCALE: 1" = 50' 0 25 50 100 ■�' 300 WOO fi Sk St&800 Fort Wash,Tins 76M-4M April 14, 2015 Phaw(W)035-0000 F"`(em s j-. _ L BROADWAY AVE. SCH 40 PVC f PULL BOX PULL BOX f I - f • ; f SCH 40 PVC _. PULL BOX — PULL BOX W. PmwR S.af m ST. -- -- _ SCH 40 PVC LEGEND CITY OF FORT WORTH STANDARD DECOR477VE LIGHT POLE Eu SCH 40 PVC PIPE EXHIBIT C STREET LIGHTS NORTH JENNINGS APARTMENTS FORT WORTH SOUTH DC SCALE: 1" = 80' H --O,LDJ 0 40 80 160 - 500 Wag 71h Sh SUN 0000 aih s Fat Waite,Tans 70102-470 April 14, 2015 Ph"ten 035-0000 Fsx tem as"= 00 42 43 DAP-BID PROPOSAL Page I of SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification I Unit of Bid No. I Section No. I Measure Quantity Unit Price Bid Value UNIT 1:WATER IMPROVEMENTS 1-01 0241.1012 Remove 6"Water Line 02 41 14 LF 60 $10.00 $600.00 1-02 0241 1013 Remove 8"Water Line 0241 14 LF X 20 $10.00 $200.00 1-03 0241.i3ii2--­R�mov� "WAWV46 $500.00 $250.00 $250.00 -05 0241.1218 4"-12"Water Abandonment Plug 0241 14 EA 2 $478.00 $956.00 1-06 3312.0117 Connection to Existing 4"-12"Water Main 33 12 25 EA 5 $796.00 $3,980 00 1-07 3312.2203 2"Water Service 33 12 10 EA 1 $2,000.00 $2 000.00 1-08 3312.2801 6"Water M- e-t-er-a",n,-d-Va-u-I't'----",--,, -3--3-1-2 11 --E"A---- .00 $11,516.00 1-09 3311.0061 4"PVC Water Pipe 3311 12 LF 20 $26.00 $520.00 - -------------- 1-10 3311.0161 6"PVC Water Pipe 3311 12 LF 70 $29.00 $2.030.00 -11 3305 0003 8P Waterline Lowering 33 05 12 EA 1 $2,905.00 -----------A--.9-- 1-12 3312.0001 Fire Hydrant 33 12 40 EA 1 $3,300.00_ 1�3 -'-f-Ti­�-3if.'00­0­1--Ductile-J ---Iron Water-F"i-ft--in-g-,s--w-/--R-e--str-a--i,n-t- 3-3-11- -,--,-TO-'N',-- �Q.pp .27 $47,925.93 $12,940.00 1-14 3305.0109 Trench Safety .50 $45.00 1-15 3201.0112 5'Wide Asphalt Pvmt Repair,Residential 32 01 17 LF 90 $185.00 $16,650m TOTAL UNIT 1:WATER IMPROVEMENTS $58,392.00, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER ANVARDED PROJECTS F.=Vmion Apri]2,2014 00 42 43 Bid Pp..ml DAP-CIA Breakout 060215 00 42 43 DAP-BIDPROPOSAL Page 2 or6 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 2-01 0241.2013 Remove 8 Sewer Line 0241 14 LF 150 $11.00 $1,650.00 2-02 0241.2201 Remove 4 Sewer„Manhole 0241 14 EA 1 $478 00 $478.00 . -._. ._ ..-,- - _..- 2-03 0241.2103 8"Sewer Abandonment Plug 024114 EA 1 $150.00 $150.00 3331.4115 8"Sewer Pipe 3311 10,33 2-04 31 12,3331 LF ___ - _m _. _. 2�._,__ . _ __ __..21.5__. $37 00 $7 956.00 2-05 3331.3301 8"Sewer Service 33 31 50 EA 2 $250.00 $500.00 T- —"2,-- -.w _. _ .. .... -E—A,. _ r_- _ N-_._ _ �-_._. T_ 2-06 3331.3302 8 way Cleanout 33 31 50 EA 2 $661.00 $1_,322.00 2-07 3339 1001 4 Manhole 333910,33 EA ... _ _.. 3920 _. _..__. 3 __ $240000 $7200_00 2-08_ _-. 0330-_.._:0001__-Concrete.—_ ... Encase_._Sewer_ .._Pipe_ _ _. __ 03 30 00 CY 3._6 $175.00 $612.50 2--69 3301.0101 Manhole Vacuum Testing 33 01 30 EA 3 $150 00 _ $450.00 2 11 3305.0109 Trench Safety 33 05--1-0' 5 10 LF 255 $0.50 $127.50 2-12 3301.0002 Post-CCTV Inspection 33 01 31 LF 215 $1.00 $215.00 2-13 3305.0113 Trench Water Stops 33 05 15 EA 2 $150.00 $300.00 --- -- — -- 2-14 3201 0113 6 Wide Asphalt Pvmt Repair Residential 32 01 17 LF 255 $200.00 $51,000 00 TOTAL UNIT II:SANITARY SEWER IMPROVEMENTS $71,960.00 CITY-OF FORT tVORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version April 2,2014 00 42 43 Bid Proposal DAP-CFA Breakout 060215 00 42 43 DAP-BID PROPOSAL Page 3 of6 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 3-01 3341 0205 24 RCP Class 111 33 41 10 LF 300 $69.00_ „$20 700.00 3-02 3349.0001 4 Storm Junction Box 33 49 10w EA 2 $4 496.00 $8 992 00 3 03 9999.0000 Connection to Existing Inlet 00 00 00 EA 1 $1,070.00 $1,070.00 _ _ 3-04 3305.0109 Trench Safety 33 05 10 LF 300 $0.50 $150.00 3-05 3201.0112 5 Wide Asphalt Pvmt Repair,Residential 3201 17 LF 280 $185.00 $51,800.00 TOTAL UNIT III:DRAINAGE IMPROVEMENTS $82,712.00 CITY-OF FORT NORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Fonn Version April 2,2014 00 42 43 Bid Proposal DAP-CFA Breakout 060215 00 42 43 DAP-BID PROPOSAL Page 4 of SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bid Value Measure Quantity -T Bidlist Item Specification Bid Unit Description Section No I Unit of Unit Price UNIT IV:PAVING IMPROVEMENTS 4-01 0241.0401 Remove Concrete Drive 0241 13 SF 700 $1.85 $1,295.00 4-02 0241.0402 Remove Asphalt Drive 0241 13 SF 450 $2.74 $1,233.00 0241.1300--ke Conc Curb&Gutte-r 0241 15 LF 1250 $2.00 $2,500.00 ----------------------- 4-04 0241.0100 Remove Sidewalk 0241 13 SF 4700 $1.07 $5,029.00 4 05 3213.0501 Barrier-Free- Ramp Type-R-1 ,32-I-3--2,0 EA -----1 $2,500.00, . $2,500.00- - 4 06 3213 p0506 Barrer Free Ramp Type Pmt - _ 32 13 20 EA 3 $2500.00 $72500.00 4 07 9999.0000 Returned Curb Ramp 00 00 00 n p EA _. W1 $1 4-08 3216.0101 6' Conc Curb and Gutter 32 16 13 LF 980 $20.00 $19,600.00 4-09 0241 1506 2"Surface Milling 62 41 15- SY 1350 $37.00 $49,950.00 0---kil.6461-4 Con- crete Driveway 32 13 20 SF 1320 $4.85 $6,402.00 4 11- - ' 32110101 6"Conc Pvmt 321313 SY 500 $46.90 $23, -4--1-2- 3-2,-,13'--0-3-0-1 -4-'-'Conc S' - ---------------- 32--1-3--2-0 SF 8--3-3"0,- ----$-5-,.-2--9- $44065.70 4-14 3217 0501 24 SLD Pvmt Marking HAE(W) 32 17 23 LF 24 $10.00 3 $240.00 3217.0001 4"SLD Pvmt Marking HAS(W) 32 17 23 LF 170 $10.00 $1,700.00 4-16 3217.0002 4"SLD Pvmt Marking HAS(Y) 32 17 23 LF 100 $10.00 $1,000.00 4 17 0 g 9999.0000 Handicap Parkin Striping w/HC Symbol 00000 LS 1 $25U0 $250.00 -.---------------------- ------- ------- 4-18 3471.0001 Traffic Control 3471 13 MO 3 $5,000.00 ---- -- --____$15,000.00 4-19 9999.0000 Repair Disturbed Jennings Avenue Bike 00 00 00 LS and Road Striping_ 1 $500.00 $500.00 TOTAL UNIT IV:PAVING IMPROVEMENTS I $183,214.7011 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Fonn'Version April 2,2014 0042 43 Bid Proposid DAP-CFA Breakout 060215 00 42 43 DAP-BID PROPOSAL Page 5 46 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity UNIT V:STREET LIGHTING IMPROVEMENTS 5-01 2605.0111 Furnish/Install Elec Sery Pedestal 26 05 00 EA 2 $5,830.00_ $11660.00 5 02 2605.2101 Conduit Box 26 05 33 EA 4 $940.00 $3 760.00 r . r� — �.,_a , —80, 5 03 2605.3001 1 1/4 CONDT PVC SCH 80(T) _ 26 05 33 LF 746 _._$6.30 $4,699.80 5-04 2605.3011 2 CONDT PVC SCH 40(T) 26 05 33 LF 544 $6.90 $3,753.60 5-05 3441.1407 NO 4 Insulated Elec Condr --b-4-4-1-10- 4 41 10 LF 80 $1.03 $82.40 5 06 3441.1409 N081nsulated ElecCondr 3441 10 LF 5120 __...____$0,53 $2,713.60 _ _ _ 5 07 3441.1410 N010 Insulated Elec Condr 34 41 10 LF 5120 $0.41 $2099. 0 5 08 3441.3110 Install Lighting Fixture 34 41 20 EA 23 $102.00 $2,346.00 5-09 9999.0000 Install Light Pole 00 00 00 EA 23 $102.00 $2,3 .00 _ ._- -5---1-1-- 11 9999.0000 Installing Light Pole Base 00 00 00 EA 23 $800 0 00 $18.4,0,0.00 5-12 9999.0000 Light Pole Bases 1000000 EA 23 $1,745.00 $40,135.00 TOTAL UNIT V:STREET LIGHTING IMPROVEMENTS $91,995.60 CITY OF FORT NORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROTECTS Fomr Version April 2,2014 00 42 43—Bid Proposal DAP-CFA Break-out 060215 00 42 43 DAP-BID PROPOSAL. Page 6 of 6 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 Bid Summary UNIT I:WATER IMPROVEMENTS $58_,392.00 UNIT II:SANITARY SEWER IMPROVEMENTS $71,960.00 UNIT III:DRAINAGE IMPROVEMENTS $82,712.00 UNIT IV:PAVING IMPROVEMENTS $183,214.70 UNIT V:STREET LIGHTING IMPROVEMENTS $91,995.60 Total Construction Bid $488,274.30 Contractor agrees to complete\i'ORK for FINAL ACCEPTANCE within 498 :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 Form Version Aprd 2,2014 0042 43—Bid Pmposal_DAP-CFA Breakout 060215