Loading...
HomeMy WebLinkAboutContract 47431 CITY SECRETAW qr1q31 CONTRACT M0. 222016 Developer and Project Information Cover Sheet: Developer Company Name: Hillwood Residential Services,L.P. Address, State,Zip Code: 3090 Olive St Suite 300,Dallas TX 75219 Phone&Email: 972-201-2800,angie.mastmcola@hillwood.com Authorized Signatory,Title: Angela Mastrocola, Senior Vice President Project Name and Brief Creekwood Addition Phase 5 Description: Project Location: Between west of 135, east of CR 496 north of Bailey Boswell Rd. Plat Case Number: FP-14-096 Plat Name: Creekwood Addition Phase 5 Mapsco: 34K Council District: 7 City Project Number: 02545 CFA Number: 2015-80 DOE Number: 7423 To be completed by staff.• 44"-Z" r Received by: Date: OFFICIAL RECORD City of Fort worth,Texas CTf SECRETARY Standard Community Facilities Agreement "�l�1RTH�TX CFA Official Release Date:07.30.2015 Page 1 of 11 STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, Hillwood Residential Services, L.P., ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Creekwood Addition Phase 5 ("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 Il, 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) 0, Sewer (A-1) P1, Paving (B) 0, Storm Drain (B-1) Z. Street Lights & Signs (C) Z. 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 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 damazes 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 5of11 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 BLANK) City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 7of11 Cost Summary Sheet Project Name: Creekwood Addition Phase 5 CFA No.: 2015-080 DOE No.: 7423 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. 2.Sewer Construction $ 390,201.25 Water and Sewer Construction Total $ 725,249.25 B. TPW Construction 1.Street $ 681,516.00 2.Storm Drain $ 173,784.00 3.Street Lights Installed by Developer $ 189,410.00 4. Signals $ TPW Construction Cost Total $ 1,044,710.00 Total Construction Cost(excluding the fees): $ 1,769,959.25 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 14,504.99 D. Water/Sewer Material Testing Fee(2%) $ 14,504.99 Sub-Total for Water Construction Fees $ 29,009.97 E. TPW Inspection Fee(4%) $ 34,212.00 F. TPW Material Testing(2%) $ 17,106.00 G. Street Light Inspsection Cost $ 7,576.40 H. Signals Inspection Cost $ - H. Street Signs Installation Cost 5 - Sub-Total for TPW Construction Fees $ 58,894.40 Total Construction Fees: $ 87,904.37 Cho/ce Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 1,769,959.25 Completion Agreement=100%/Holds Plat $ 1,769,959.25 x Cash Escrow Water/Sanitary Sewer=125% $ 906,561.56 Cash Escrow Paving/Storm Drain=125% $ 1,305,887.50 Letter of Credit=125%w/2yr expiration period $ 2,212,449.06 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 Hillwood Residential Services,L.P.,a Texas Limited partnership By: Hillwood Services GP,LLC,a Texas limited liability co pany its genera er Jesus J. Chapa Assistant City Manager Date: "Z!) Name: Angela Mastrocola Title: Senior Vice President Recommended by: Date: Xxwwzt� ATTEST:m(Only if required by Developer) Wendy Ch' abulal, EMBA, P.E. Development Engineering Manager Q Water Department Si ature bZ'AN e: W r l�J Douglas W. iersig, P.E. V Director opt Transportation&Public Works Department Approved as to Form &Legality: ATTEST: WA I % off Douglas . Black Assistant City Attorney Mary J. M&C No. 44 City Secretary Date: City of Fort Worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement CITY SECRETARY CFA Official Release Date: 07.30.2015 Page 9 of 11 FT.WORTH,TX Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment Attachment 1 -Changes to Standard Community Facilities Agreement Location Map Exhibit A:Water Improvments Water Cost Estimate Exhibit A-1: Sewer Improvements �I Sewer Cost Estimate Exhibit B: Paving Improvements Paving Cost Estimate Exhibit 13-1: 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 Agreement Community Facilities Agreement City Project No.02545 None City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 11 of 11 Rc>t�ntl, �e.� KKiCS f f RltK-Ht7lFt1M 1•l' L� —lla"fll)R RK O 1< IVFIC ��Uis 7 F.,mw.. yt �IAW�i� IY ) D RD MA7F7l-iUMRRR RAAY)tw R#Y•RF)SR Ftl-w 'HN lw! tyk a ,Spp1Y57-7 (�Yt il�ri v tL y An- p- )Nt1A1i1D—r T K RY• S r1F1Yt4 Cl IlF3'Ow 11R SIARFI�. FS� y W.ttll()YBVtI Cir _ Mt✓• L,� s .t.i.SiO IA LOCATION MAP N.T.S. 0 TWOR CITY OF FORT WORTH TEXAS TRANSPORTATION DEPARTMENT A N i tl � Bro.n i Gay Enpinwn,Int. 500 Waal 7th SL,Sllla 18D0.Fa(~h,TX 78102 Tat 817.88/8130•—.Mwrgaya III TOPE Re*"dn Mo,F-1048 CREEKWOOD ADDITION PHASE 5 LOCATION MAP CREEKWOOD ADDITION PHASE 5 a SEP.2015 2943-00 4 D- E \.n / -i x> 1 • x i x n J � B�Loc zj � �I '• (` 7y J ,6 / \\\ ,! 1 1 I ° IIII��'1I7rj !. BLOCK 23 __"_' - � ,�� � � / ��\ - .�\ ��� �/'•.� � `�,. jib, 74 72 b n LEGEND RT WORT CITY OF FORT WORTH TEXAS TRANSPORTATION PROPOSED WATER LINE DEPARTMENT a 1�L d B>own a c.y EeOteeem,kw- PROPOSED GATE VALVE 5WWftt7th SL.su8e1900,Fon Worlh,TXT8102 Tet 817.887-6130•wwwbmwnpeyc PROPOSED FIRE HYDRANT 7t3PERe81are8onNo F-1098 CREEKWOOD ADDITION PHASE 5 0' 200' 400' EXHIBIT A - WATER CREEKWOOD ADDITION PHASE 5 i SCALE - • 1 f1 _ 200° PATE: PROJECT*r 541EET SEP.2015 2943-00 I .a a BID PROPOSAL Pada::..;,.` SECTION 00 42 43 PROPOSAL FORM-CREEKWOOD ADDITION PHASE 5 UNIT PRICE BID Bidder's Application Unit A:Water Improvements Project Item Information Bidders Proposal BidlN Item Description Specification Unit r $32.00 $157,696.00 Bid Unit Price Bid Value No. Section No. Measure Quantity 1 3311.0241 8"Water Pipe 33 11 10,33 L.F. 4928 11 12 2 3312.0001 Fire Hydrant 33 1240 EA 8 $3,500.00 $28,000.00 3 3311.0001 Ductile Iron Water Fittings w/Restraint 33 11 11 TON 3.5 $2,816.00 $9,856.00 4 3312.0117 Connection to Existing 4"-12"Water Main 33 1225 EA 3 $500.00 $1,500.00 5 3312.2003 1"Water Service 33 12 10 EA 125 $900.00 $112,500.00 6 9999.0001 1"Irrigation Service 00 00 00 EA 2 $1,200.00 $2,400.00 7 9999.0003 2"Irrigation Service 00 00 00 EA 1 $2,000.00 $2,000.00 8 3312.3003 8"Gate Valve 33 1220 EA 12 $1,200.00 $14,400.00 9 2605.3031 4"CONDT PVC SCH 40(T) 26 05 33 LF 200 $15.00 $3,000.00 10 3305.0109 Trench Safety 3305 10 L.F. 4928 $0.751 $3,696.00 Unit A:Water Improvements-Subtotal $335,048.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS FmmRmvmd 20130830 CFA BID \ x d " !a BLOC 22 ` ; BOCK 23 WOR Y► FoRTWoRTH CITY OF FORT WORTH TEXAS + TRANSPORTATION Ltm DEPARTMENT 1�T PROPOSED SANITARY SEWER 1 1L PROPOSED MANHOLE Brown 6 G•y Enpinssn,Me. 500 Wet 7th S4,Suite IWO,Fon Worth,TX 78102 Td 817-887-6130•w .browepeyL=n q TWE Re*"don No.F-1048 g CREEKWOOD ADDITION PHASE 5 s 0' 200' 400' EXHIBIT Al - WASTEWATER CREEKWOOD ADDITION PHASE 5 SCALE ' DATE: PROJECT R. SHEET Y 1 = 200 SEP.2015 2943-00 2 00 42 43 BID PROPOSAL Page 2 of 5 SECTION 00 42 43 PROPOSAL FORM-CREEKWOOD ADDITION PHASE 5 UNIT PRICE BID Bidder's Application_ Unit A1:Sanitary Sewer Improvements Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. DescriptionnSection No. Measure Quantity Unit Price Bid Value 33 11 10,33 1 3331.4115 8"Sewer Pipe 31 12, 33 L.F. 4625 3120 $40.00 $185,000.00 2 3339.1001 4'Manhole 3339 10,33 EA 26 3920 $3,500.00 $91,000.00 3 3339.1002 4'Drop Manhole 3339 10,33 EA 1 3920 $4,200.00 $4,200.00 4 3339.0001 Epoxy Manhole Liner 33 39 60 VF 53.9 $175.00 $9,432.50 5 3331.3101 4"Sewer Service 3331 50 EA 125 $650.00 $81,250.00 6 3305.0113 Trench Water Stops 3305 15 EA 12 $300.00 $3,600.00 7 3301.0002 Post-CCTV Inspection 33 01 31 L.F. 4625 $2.00 $9,250.00 8 3305.0109 Trench Safety 3305 10 L.F. 4625 $0.75 $3,468.75 9 19999.0004 Remove Cap&Connect to Existing Sewer 00 00 00 EA 3 $1,000.00 $3,000.00 Unit Al:Sanitary Sewer Improvements-Subtotal $390,201.25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS Form Revised 20130830 CFA BID r I � - , 10 ADA RAMP O T WORT CITY OF FORT WORTH TEXAS TRANSPORTATION DEPARTMENT PAVEMENT Brown&t 13hy Engineers,Inc. SIDEWALK wu weal 87th7-Bl.,Bufle, Furl worm,17(76102 7N:817.8876130 e www.6rowrpey.com TBPE RegleVeeon No.F-1048 CREEKWOOD ADDITION PHASE 5 �t 0' 100' 200' EXHIBIT B PAVING CREEKWOOD ADDITION PHASE 5 SCALE _ 1" = 100' DATE: PROJECT r SEP.2C.15 2943-00 3 00 42 43 BID PROPOSAL Page 3 of S SECTION 00 42 43 PROPOSAL FORM-CREEKWOOD ADDITION PHASE 5 UNIT PRICE BID Bidder's Application Unit B:Paving Improvements Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. DescriptionSpecification No. Measure Quantity Unit Price Bid Value 1 3213.0101 6"Conc Pvmt 32 13 13 S.Y. 16728 $33.00 $552,024.00 2 3211.0501 6"Lime Treatment 32 1129 S.Y. 17780 $3.00 $53,340.00 3 3211.0400 Hydrated Lime 32 1129 TON 275.50 $170.00 $46,835.00 4 3213.0301 4"Conc Sidewalk 32 1320 S.F. 2889 $3.00 $8,667.00 5 3213.0501 Barrier Free Ramp,Type R-1 32 1320 EA 12 $1,000.00 $12,000.00 6 9999.0005 Stop Sign,MUTCD(R1-1) 00 00 00 EA 6 $650.00 $3,900.00 7 9999.0006 Speed Limit Sign,MUTCD(WI-IAI-) 00 00 00 EA 5 $650.00 $3,250.00 8 9999.0007 Remove Barricade&Connect to Existing 00 00 00 EA 3 Concrete Pavement $500.00 $1,500.00 Unit B:Paving Improvements-Subtotal $681,516.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS Form Revised 20130830 CFA BID OAK TRAIL _ I i LEGEND 0 TWORT CITY OF FORT WORTH TEXAS TRANSPORTATION DEPARTMENT k PROPOSED STORM DRAIN [ N S Brown b Gay Engineers,Inc. y. 500 Wast 7th SL,Suits 1500,Fat WoM,TX 76102 R6 O PROPOSED INLETS Te:617_867_6130.www.bm,,.pry� TBPE Raosmalbn Na.F1046 ❑ PROPOSED JUNCTION CREEKWOOD ADDITION PHASE 5 BOXES 0' 100' 200' EXHIBIT B1 - STORM DRAIN CREEKWOOD ADDITION PHASE 5 SCALE 7 1'r = 200' �:. _ =�,r^,.li.'"r SHEET SEP,2015 2943-00 4 00 42 43 BID PROPOSAL Page 4 of 5 SECTION 00 42 43 PROPOSAL FORM-CREEKWOOD ADDITION PHASE 5 UNIT PRICE BID Bidder's Application Unit B1:Drainage Improvements Project Item Information Bidders Proposal Bidlist Item Specification Unit of Bid No Description Section No. Measure Quantity Unit Price Bid Value I 3341.0201 21"RCP,Class III 3341 10 L.F. 102 $50.00 $5,100.00 2 3341.0205 24"RCP,Class 111 3341 10 L.F. 207 $57.00 $11,799.00 3 3341.0208 27e RCP,Class Ill 3341 10 L.F. 57 $67,00 $3,819.00 4 3341.0309 36"RCP,Class 111 3341 10 LF. 59 $92.00 $5,428.00 5 3341.0409 48"RCP,Class ID 3341 10 L.F. 535 $117.00 $62,595.00 6 3341.1103 4x4 Box Culvert 3341 10 L.F. 193 $165.00 $31,845.00 7 3349.0002 5'Storm Junction Box 33 49 10 EA 2 $4,500.00 $9,000.00 8 13349.0105 5-Sided Manhole 33 49 10 EA 1 $5,000.00 $5,000.00 9 3349.5001 10'Curb Inlet 33 49 20 EA 7 $2,200.00 $15,400.00 10 3349.5002 15'Curb Inlet 33 49 20 EA 2 $3,500.00 $7,000.00 11 3137.0102 Large Stone Riprap,dry 31 37 00 S.Y. 133 $65.00 $8,645.00 12 9999.0008 TXDOT(CH-FW-0)Concrete Headwall 00 00 00 EA 1 $7,000.00 $7,000.00 13 3305.0109 Trench Safety 3305 10 LF. 1153 $1.00 $1,153.00 Unit B 1:Drainage Improvements-Subtotal $173,784.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS Form Revised 20130830 CFA BID aIOCN 23 T 41b 0 N ` z >D 1 s W „ ) 1 0 n oa v BLOC 22 .,a n 13 �ji12i 47 73 m \\ �1N c — u • �oP I cs K -. CITY OF FORT WORTH TEXAS RTWORT TRANSPORTATION . DEPARTMENT N p Brown&Gay Engineers,Inc. 500 Wast 711h SL,Sulo 1800,Foot Worth,TX 78102 7d:817A87fi130•www.truwn09yxcm TBPE ReOMnatlon NO.F-10/8 LEMD CREEKWOOD ADDITION PHASE 5 PROPOSED STREET LIGHT LOCATION(7011 LED) -- Q° 200° 400> O PROPOSED GROUND TRANSFORMER 1111 PROPOSED Y CONDUIT EXHIBIT C - STREET LIGHTS a PROPOSED HAND HOLE CREEKWOOD ADDITION PHASE 5 y SCALE 7 1" = LQQ° -,ATE o,r,:'i_FC's S.F'EE' �: SEP.2015 2943-00 5 00 42 43 BID PROPOSAL Page 5 of 5 SECTION 00 42 43 PROPOSAL FORM-CREEKWOOD ADDITION PHASE 5 UNIT PRICE BID Bidder's Application Unit C:Street Lights Improvements Project Item Information Bidders Proposal Bidlist Item Specification Unit of Bid No. DescriptionSpecification No. Measure Quantity Unit Price Bid Value 21 3441.3021 Ornamental Assmbly,Simple 34 41 20 EA 35 3,000.00 $105,000.00 22 3441.3303 Rdwy Ilium Foundation TY 7 34 41 20 EA 35 1,000.00 $35,000.00 23 12605.3015 2"CONDT PVC SCH 80(T) 26 05 33 L.F. 2745 12.00 $32,940.00 24 3441.1408 NO 6 Insulated Elec Condr 3441 10 L.F. 5490 2.00 $10,980.00 25 3441.1413 NO 6 Bare Elec Condr SLD 3441 10 L.F. 2745 2.00 $5,490.00 Unit C:Street Lights hnprovements-Subtotal $189,410.00 Total Bid $1,769,959.25 CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS Fmm Revised 20130830 CFA BID