Loading...
HomeMy WebLinkAboutContract 47510 ,64 567 CITY SECRETARY Q 'y CONTRACT NO. N � COMPLETION AGREEMENT—LENDER FUNDED his Completion Agreement ("Agreement) is made and entered into by and among the 9 c (0i ' of Fort Worth ("City"), and SJ Silver Ridge Development, L.P. a Texas Limited Partnership ("Developer"), and Southwest Bank ("Lender"), effective as of the date subscribed by the City's City Manager or Assistant City Manager. The City, the Developer and the Lender are hereinafter collectively called the "Parties". WITNESSETH: WHEREAS, the Developer owns that certain tract of real property that contains approximately 16.07 acres that is located in the City, the legal description of which tract of real property is marked Exhibit "A" —Legal Description, attached hereto and incorporated herein for all purposes ("Property"); and WHEREAS, the Developer intends to develop the Property as an addition to the City through plat FP - 15 - 037 or FS Number; and WHEREAS, the Developer and the City have entered into a Community Facilities Agreement relating to the development of Silver Ridge Addition-Phase 2 ("CFA"); and WHEREAS, the City has required certain assurances of the availability of funds to complete the water and sewer utilities, streets/paving, storm drain, street lights and street signs for the development of the Property ("Improvements"), and WHEREAS, in order to provide such assurances as have been required by the City, the Lender has agreed to advance certain funds to the City for Hard Costs (which term is hereinafter defined) subject to, and in accordance with, the terms, provisions and conditions of this Agreement; and WHEREAS, the Developer has granted to the Lender as additional security for the Loan (which term is hereinafter defined) a security interest in all plans and specifications for the development of the Property (collectively, the "Plans"); and WHEREAS, the Parties desire to set forth the terms and conditions of such accommodations as are described above. NOW THEREFORE, for and in consideration of the benefits to be derived from the mutual observance by the Parties of the terms and conditions hereof, and for and in consideration City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded CFA Official Release Date: 07.01.2015 OFFICIAL RECO® Page I of 13 R �T.'FORTH,TX of Ten Dollars ($10.00) and other good and valuable consideration, the receipt, adequacy and sufficiency of which are hereby acknowledged, the Parties agree as follows: 1. Recitals. The foregoing recitals are true, correct and complete and constitute the basis for this Agreement and they are incorporated into this Agreement for all purposes. 2. The Completion Amount. The City and the Developer agree that the Hard Costs required to complete the Improvements in the aggregate should not exceed the sum of One Million Two Hundred Eight Thousand Six Hundred Fifty One; and 95/100 Dollars ($1,20$,651.95), hereinafter called the "Completion Amount". Notwithstanding the foregoing, it is acknowledged that the actual costs of completion of the Improvements may vary as a result of change orders agreed to by the Parties, but such variances for the purposes of this Agreement shall not affect the Completion Amount as used herein. 3. Adjustments to the Completion Amount. The Lender may from time to time make advances to the Developer for the development of the Property under the development loan that has been made by the Lender to the Developer for the purpose of financing the costs of constructing the Improvements for the Property (the "Loan") subject to, and in accordance with, the terms, conditions and provisions of the Loan Documents (which term is hereinafter defined) evidencing and securing the Loan. Some of those advances shall be for Hard Costs as specified in the "Approved Budget" relating to the Loan, a copy of which Approved Budget is marked Exhibit `B", attached hereto and incorporated herein for all purposes, with the Hard Costs line items highlighted. The term "Hard Costs" shall mean the actual costs of construction and installation of the Improvements. To the extent that advances under the Loan are for the payment of Hard Costs, the Completion Amount shall be deemed reduced, dollar for dollar. The Lender may withhold statutory retainage from any advances under the Loan or pursuant to this Agreement. All such retainage withheld, to the extent it is attributable to Hard Costs, shall also reduce the Completion Amount dollar for dollar. All retainage withheld by the Lender for Hard Costs that are advanced to the City pursuant to this Agreement shall be released to the City as provided in the Texas Property Code upon expiration of the statutory retainage period. 4. Completion by the Developer. The Developer agrees to complete the Improvements on or before the date for completion that is established in the Loan Documents City of Fort Worth, Texas Standard Completion Agreement—Lender-Funded CFA Official Release Date: 07.01.2015 Page 2 of 13 plus thirty (30) days (the "Completion Date"), in accordance with the CFA, the Plans approved by the Lender and the City and all documents evidencing or securing the Loan (collectively, the "Loan Documents"). For the purposes of this Agreement, the development of the Property shall be deemed complete upon acceptance by the City of the Improvements. The City shall promptly notify the Lender and the Developer upon such acceptance. 5. Completion by the City. In the event that either: (A) the development of the Property is not completed by the Completion Date for any reason whatsoever, or (B) the Developer is in default under the Loan, then the Lender, at its sole option, may request the City to complete development. The City may, at its sole option and at the cost and expense of the Developer, within 10 days from receipt of Lender's request, notify Lender that it will undertake to complete the Improvements and the City shall then commence, pursue, and complete the Improvements in a reasonably timely, diligent and workmanlike manner in accordance with the Plans, subject to the terms of this Agreement. The Lender and the Developer agree that the City may use the Plans as necessary to complete the Improvements. If the City does not timely elect to complete the construction of the Improvements or if the Lender does not request the City to complete construction of the Improvements, then the Lender may at its election terminate this Agreement, or at its option, proceed to complete the Improvements, or foreclose on any of its collateral, or take any and all such action as may be provided under the Loan Documents. 6. Advance of Completion Costs to the City and Delivery of Hard Costs Collateral to the City. In the event the Lender has requested the City and the City has elected to complete the Improvements, Lender shall transfer to the City all remaining undisbursed Hard Costs specified in the Approved Budget within 10 days of the date that the City elected to complete and provided Lender with written notice of such election. The Developer hereby authorizes and instructs the Lender to make the transfer of any remaining undisbursed Hard Costs specified in the Approved Budget to the City within 10 days of notification that the City elects to complete the Improvements. In the event the cost to complete the Improvements exceeds the moneys transferred to the City, City shall notify Lender and Developer in writing of the need of additional funds. The City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded CFA Official Release Date: 07.01.2015 Page 3 of 13 additional funds required to complete the Improvements shall be delivered to the City within 10 business days following notification to Lender and Developer. Failure to deliver the additional funds shall relieve the City of the obligation to complete the Improvements, in which event City shall use the Hard Costs funds in its possession to pay the contractor(s) all funds due it/them. Any remaining undisbursed Hard Costs shall be returned to Lender within a reasonable time. 7. Completion by the Lender. The Lender may, at its discretion, but shall not be obligated to, undertake to complete the Improvements if there is any default under any Loan Documents in lieu of requesting the City to complete the Improvements. If the Lender elects to complete the Improvements, any Hard Costs it expends shall, dollar for dollar, reduce the Completion Amount. 8. Easements. In the event the City or the Lender undertakes the completion of the Improvements, the Developer (and to the extent necessary the Lender) grants to the City and the Lender open access to the Property and shall execute and deliver such temporary easements over and across the entirety of the Property for the purpose of access and use for the completion of the construction of the Improvements in accordance with this Agreement. To the extent requested by the City and the Lender, written temporary construction easements in form acceptable to the City and the Lender shall be executed by the Developer and filed of record. Nothing in this paragraph shall reduce any rights of the Lender or obligations of the Developer under the Loan Documents. 9. Lender's Rights. Nothing in this Agreement shall affect any portion of the Lender's collateral for the Loan or limit or impair the Lender's right to foreclose the same or deal with the collateral as it elects in accordance with the Loan Documents. 10. Satisfaction of the City Requirements. The City agrees that the assurances and covenants contained in this Agreement satisfy all requirements of the City with respect to Developer's performance bond or other financial security in connection with the development of the Property and the completion of the Improvements that are contained in the CFA or in any other agreement relating thereto, and the City hereby accepts the assurances and covenants contained herein in lieu thereof. To the extent the CFA irreconcilably conflicts with this Agreement, the provisions of this Agreement shall control. City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded CFA Official Release Date: 07.01.2015 Page 4 of 13 11. Termination. This Agreement shall terminate upon the earlier to occur of the following: (a) acceptance by the City of the Improvements; (b) mutual written agreement of all of the Parties; or(c)the reduction of the Completion Amount to zero. However, release of the plat shall be governed by paragraph 12 hereof and termination pursuant to (b) or (c) of this paragraph 11 shall not require the City to release the plat. 12. Final Plat. The Parties acknowledge and agree that the City shall hold the final plat of the Property until the Improvements are completed and accepted by the City and all Hard Costs contractors have been paid, less retainage. Upon acceptance by the City and receipt of evidence from the Developer showing that all Hard Costs contractors have been paid, including but not necessarily limited to lien waivers and bills paid affidavits, the City shall within a reasonable time file the final plat for the Property in the Plat Records of the county where the Property is located. The purpose of the City retaining the final plat of the Property as provided herein is to guarantee the Developer's obligations under the CFA are completed. 13. Construction Contracts. Developer agrees to include in each Construction contract that it enters into for the completion of the Improvements the following: a.A statement that the City is not holding any security to guarantee any payment for work performed on the Improvements; b. A statement that the Property is private property and that same may be subject to mechanic's and materialman's liens; c. A requirement that each contractor contracting with the Developer release the City from any claim that is related to the Property of the Improvements; and d. A requirement that each contractor contracting with the Developer include in each subcontract the statements contained in a., b., and c. above. 14. Miscellaneous. A. Non-Assignment of Agreement. This Agreement may not be assigned by any of the Parties without the prior written consent of all the other Parties. B. Notice. Any notice required or permitted to be delivered under this Agreement shall be deemed received on actual receipt by the appropriate party at the following addresses: (i) Notice to the City shall be addressed and delivered as follows: City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded CFA Official Release Date: 07.01.2015 Page 5 of 13 City of Fort Worth Planning and Development Department 1000 Throckmorton Street Fort Worth, Texas 76102 Attention: CFA Division Julie Westerman, Development Manager Email: Julie.Westerman@fortworthtexas.gov Confirmation Number: 817-392-2677 and/or Attention: CFA Division Email: cfa@fortworthtexas.gov Confirmation Number: 817-392-2025 With a copy thereof addressed and delivered as follows: Uauglas-�ek Q,4,`Gj4� A ,µt -G+ac-�•1 Office of the City Attorney City of Fort Worth 1000 Throckmorton Street Fort Worth, Texas 76102 Confirmation Number: 817-392-7615 (ii) Notice to the Developer shall be addressed and delivered as follows: SJ Silver Ridge Development, L.P. c/o Steve Hawkins 7201 Hawkins View Drive Fort Worth,Texas 76132 Email: janice@stevehawkinshomes.com (iii) Notice to the Lender shall be addressed and delivered as follows: Southwest Bank 4809 Camp Bowie Boulevard Fort Worth,Texas 76107 Email: lyle.thornton@southwestbank.com A party may change its address for notice upon prior written notice to the other parties pursuant to the terms hereof. City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded CFA Official Release Date: 07.01.2015 Page 6 of 13 C. Texas Law to Apply. This Agreement shall be construed under and in accordance with the laws of the State of Texas. D. Parties Bound. This Agreement shall be binding upon and inure to the benefit of the Parties and their respective legal representatives, successors and assigns. E. Legal Construction. In case any one or more of the provisions contained in this Agreement shall for any reason is held to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability shall not affect any other provision of this Agreement, and this Agreement shall be construed as if such invalid, illegal, or unenforceable provision had never been contained in this Agreement. F. Prior Agreements Superseded. This Agreement constitutes the sole and only agreement of the Parties with respect to the subject matter hereof and supersedes any prior understandings or written or oral agreements among the Parties concerning the subject matter hereof; provided, however, that this Agreement shall not supersede, amend or modify any of the Loan Documents or any portion thereof. G. Amendment. This Agreement may only be amended by a written instrument executed by all of the Parties to his Agreement. H. Headings. The headings that are used in this Agreement are used for reference and convenience purposes only and do not constitute substantive matters to be considered in construing the terms and provisions of this Agreement. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded CFA Official Release Date: 07.01.2015 Page 7 of 13 ACCORDINGLY, the City of Fort Worth, Developer and Lender 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: 71t5U5 :7 t41ARA ve"Y wkins Assistant City Manager Title: Manager Date: Date: Approved as to Form and Legality: LENDER: j4ftt� Ri , � Q;cjwcC_ A . Mc G�.s-Icc.1 Nam o p Assistant City Attorney zlmll(e Titley tCG ���! ATTEST: .P 000000004 °°00.0 Mary J. Ka City Secretary 0 00"o OOGOO ° M&C: rQA ,—�� Date: 1A fac+.+ 12-23 : ^414 of Fort Worth,Texas Standard Completion Agreement–Lender-Funded OFFICIAL RECORD CFA Official Release Date: 07.01.2015 C Y SECRETARY Page 8 of 13 Fro NOR-TH9 -rX GBR Realty, Ltd., the Guarantor of the Development Loan, is executing this Completion Agreement for the sole purpose of acknowledging that advances that are made by the Lender pursuant to this Completion Agreement shall be deemed to be advances that are made under the Loan that shall be subject to and covered by the Loan Documents and the Guaranty Agreement that was executed by GBR Realty, Ltd.. GUA OR By: Name: awkins Title: President City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded CFA Official Release Date:07.01.2015 Page 9 of 13 List of Exhibits to the Completion Agreement Attachment 1 —Changes to the Standard Completion Agreement Exhibit B - Legal Description Exhibit C - Approved Budget City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded CFA Official Release Date: 07.01.2015 Page 10 of 13 ATTACHMENT"1" Changes to Standard Completion Agreement "None" City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded CFA Official Release Date: 07.01.2015 Page 11 of 13 EXHIBIT A - LEGAL DESCRIPTION BEING a tract of land situated in the J.P. Woods Survey,Abstract No. 1886, City of Fort Worth,Tarrant County,Texas and being all of that certain tracts of land as described as Tracts A& B by deed to S1 Silver Ridge Development, L.P., recorded in County Clerk's Document No. D203354039, Deed Records,Tarrant County,Texas, said tract of land bring more particularly described by metes and bounds as follows: BEGINNING at a 5/8" iron rod found in the east right-of-way line of Silver Ridge Boulevard (a 68'width public right-of-way),the northwest corner of Lot 1, Block 2,Silver Ridge Phase I,Section 1, an addition to the City of Fort Worth, according to the plat recorded in Volume 388-219, Page 7, Plat Records,Tarrant County,Texas,the southwest corner of said Tract B of S1 Silver Ridge Development tract and being the in curve to the left having a central angle of 10°11'13", a radius of 968.00 feet and a chord bearing and distance of North 10°55'47" East—171.88 feet; THENCE with the east right-of-way line of said Silver Ridge Boulevard,the westerly line of said SJ Silver Ridge Development tracts and with said curve to the left in a northeasterly direction, an arc length of 172.11 feet to a point; THENCE North 05°50'10" East continuing with the east right-of-way line of said Silver Ridge Boulevard, the westerly line of said SJ Silver Ridge Development tracts, a distance of 445.66 feet to a 1/2" iron rod with yellow cap stamped "Arthur Surveying Company" found for the northwest corner of said Tract A of SJ Silver Ridge Development tract and the southwest corner of that certain tract of land as described by deed to Pearl Development, LLC, recorded in County Clerk's Document No. D212283151, Deed Records, Tarrant County,Texas; THENCE departing the east right-of-way line of said Silver Ridge Boulevard, with northerly lines of said Tract A of SJ Silver Ridge Development tract and the southerly lines of said Pearl Development tract the following courses and distances: South 84°10'15" East, a distance of 201.82 feet to a 5/8" iron rod with yellow cap stamped "Dunaway Assoc. Inc"found; South 565738" East, a distance of 499.98 feet to a 5/8" iron rod with yellow cap stamped "Dunaway Assoc. Inc"found; North 89°03'52" East, a distance of 333.61 feet to a 1/2" iron rod with yellow cap stamped "Arthur Surveying Company" found for the southeast corner of said Pearl Development tract and the northeast corner of said Tract A S1 Silver Ridge Development tract; THENCE South 00°57'12" East, with the east line of said Tract A of S1 Silver Ridge Development tract, a distance of 852.75 feet to a 5/8" iron rod with yellow cap stamped "Carter& Burgess"found for the southeast corner of said Tract A of SJ Silver Ridge Development tract and the northeast corner of Lot 7, Block 1 of said Silver Ridge, Phase I,Section 1,Addition; City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded CFA Official Release Date: 07.01.2015 Page 12 of 13 THENCE with the southerly lines of said Tracts A& B of S1 Silver Ridge Development tract and with the northerly lines of Blocks 1& 2 of said Silver Ridge, Phase I,Section 1,Addition the following courses and distances: North 75°20'53" West, a distance of 160.19 feet to a 5/8" iron rod with yellow cap stamped "Carter& Burgess"found for the northwest corner of said Lot 7, Block 1,Silver Ridge, Phase I, Section 1,Addition, in the east right-of-way line of Balcones Drive (a 50' public right-of-way)and in a curve to the left having a central angle of 0832'34", a radius of 250.00 feet and chord bearing and distance of North 1022'33" East—37.24 feet; With the east right-of-way line of said Balcones Drive and with said curve to the left in a northeasterly direction, an arc length of 37.27 feet to a 5/8" iron rod with yellow cap stamped "Carter& Burgess"found the northeast corner of the terminus of said Balcones Drive; North 83°53'29"West,with the terminus of said Balcones Drive, a passing distance of 50 feet for the northeast corner of Lot 16, Block 2 of said Silver Ridge, Phase I, Section 1,Addition and continuing for total distance of 187.31 feet to a point for the northwest corner of Lot 16, Block 2 of said Silver Ridge, Phase I, Section 1,Addition; North 10°00'31" East, a distance of 18.90 feet to a 5/8" iron rod with yellow cap stamped "Carter & Burgess" found for an angle point in the north line of Lot 12, Block 2 of said Silver Ridge, Phase I, Section 1,Addition; North 36°13'03" West, a distance of 291.11 feet to a rail road spike found for the northwest corner of Lot 9, Block 2 of said Silver Ridge, Phase I,Section 1,Addition; South 34°36'15" West, a distance of 26.92 feet to a 5/8" iron rod with yellow cap stamped "Carter & Burgess"found for the northeast corner of lot 8, Block 2 of said Silver Ridge, Phase I, Section 1, Addition; North 69°14'30" West, a distance of 563.63 feet to the POINT OF BEGINNING and containing a calculated area of 700,143 square feet or 16.073 acres of land. Notes:The basis of bearings for this tract of land is the Texas Coordinate System of 1983, North Central Zone, 4202, based upon GPS measurements, according to the GPS Reference Network. The metes and bounds description contained herein was compiled from information contained in recorded documents and does not reflect the results of an on the ground survey. City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded CFA Official Release Date:07.01.2015 Page 12 of 13 EXHIBIT B APPROVED BUDGET Section I Water $137,011.25" Sewer $208133.50 Subtotal $345,144.75 Section II Interior Streets $670913.00 Storm Drains $149394.20 Subtotal $820307.20 Section III Street Lights $43,200.00 Sub-total $43200.00 TOTAL $1208651.95 City of Fort Worth,Texas Standard Completion Agreement—Lender-Funded CFA Official Release Date: 07.01.2015 Page 13 of 13 00 42 43 DAP-BID PROPOSAL Page I of'- SECTION fSECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Silver Ridge Addition t DOE#2370 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist ItemFSpecification Unit of Bid Unit Price Bid Val No. ue Description Section No. Measure Quantity UNIT I NATER IMPROVENIENTS 1 3311.0161 6"PVC Water Pipe 3311 12 LF 21 $31.00 $651.00 2 3312.3002 8"PVC Water Pipe 33 11 12 LF 1820 $32.50 $59,150.00 3 3311.0001 Ductile Iron Water Fittings w/Restraint 33 11 11 TN 1.5 $4,000.00 $6,000.00 4 3312.3002 6"Gate Valve 33 1220 EA 2 $900.00 $1,800.00 5 3312.3003 8"Gate Valve 33 1220 EA 3 $1,050.00 $3,150.00 6 3312.0001 Fire Hydrant Assembly 33 1240 EA 2 $3,200.00 $6,400.00 7 3312.0103 Connection to Existing 4"-12"Water Main 33 12 25 EA 2 $1,200.00 $2,400.00 8 3312.0000 1"Water Service 33 12 10 EA 57 $850.00 $48,450.00 9 3312.0000 Meter Box 33 12 10 EA 57 $150.00 $8,550.00 10 3305.0109 Trench Safety 3305 15 LF 1841 $0.25 $460.25 UNIT I SERER IMPROVEMENTS 1 3331.4115 8"SDR-26(All Depths) 3311 10,33 LF 2190 $38.00 $83,220.00 2 3331.4116 8"SDR-26 with Cement Stabilized Sand Bedding 3311 10,33 LF 80 $40.50 $3,240.00 3 3339.1001 4'Dia.Std.Manhole(To 6'Depth) 33 39 10,33 EA 15 $3,000.00 $45,000.00 4 3339.1033 Additional Depth Manhole(Over 6'Depth) 33 39 10,33 VF 35.2 $155.00 $5,456.00 5 3305.0113 Manhole Concrete Collar 33 05 17 EA 2 $300.00 $600.00 6 3312.0103 Connection to Existing Sewer Main 33 1225 EA 1 $650.00 $650.00 7 3301.0002 Post Construction TV Inspection 3301 31 LF 2270 $2.00 $4,540.00 8 3301.0101 Vacuum Test Manhole 3301 30 EA 15 $150.00 $2,250.00 9 3339.0001 Interior Protective Coating 33 39 60 VF 88.7 $175.00 $15,522.50 10 3331.3101 4"Sewer Service 3331 50 EA 57 $650.00 $37,050.00 11 3305.0113 Trench Water Stop 3305 15 EA 9 $800.00 $7,200.00 12 3305.0109 Trench Safety 33 05 10 LF 2270 $1.50 $3,405.00 UNIT it PAVING IMPROVEMENTS 1 3349.6001 Site Preparation-Clear Grub Excavation(All 31 1000 AC 16.1 $2,000.00 $32,200.00 2 3123.0101 Unclassified Excavation By Plan 31 2316 CY 40,444 $4.25 $171,887.00 3 3124.0101 Embankment By Plan 31 2400 CY 40,493 $2.00 $80,986.00 4 9999.0001 Rough Lot Grading 9999-0001 LOT 58 $250.00 $14,500.00 5 9999.0002 Final Lot Grading 9999-0002 LOT 58 $150.00 $8,700.00 6 0241.1000 Remove Conc Pvmt 0241 15 SY 86 $20.00 $1,720.00 7 0241.1300 Remove Conc Curb&Gutter 0241 15 LF 116 $6.00 $696.00 8 3211.0400 Lime for Stabilization 3211 29 TON 100 $175.00 $17,500.00 9 3211.0501 6"Lime Stabilized 27 LBS/SY 32 11 29 SY 7400 $3.25 $24,050.00 10 3213.0101 6"Conc Pvmt 32 1313 SY 6937 $32.00 $221,984.00 11 3213.0301 4"Conc Sidewalk 32 13 20 SF 16,275 $3.00 $48,825.00 12 3213.0506 Barrier Free Ramp,Type P-1 32 13 20 EA 2 $1,200.00 $2,400.00 13 3213.0501 Barrier Free Ramp,Type R-1 32 13 20 EA 4 $1,200.00 $4,800.00 14 3292.0400 Hydromulch Seeding 32 92 13 SY 9801 $1.00 $9,801.00 15 4441.4003 Sign-Ground Mount 4441 30 EA 14 $300.00 $4,200.00 16 3217.2104 4"Raised Pavement Markers Type II-C 32 1723 EA 9 $10.00 $90.00 17 2605.3011 2"Conduit PVC Sch 80(T) 26 05 33 LF 1641 $14.00 $22,974.00 18 3471.0001 Traffic Control(2%) 3471 13 MO 2 $300.00 $600.00 19 0170.0102 Mobilization(4%) 01 7000 LS 1 $3,000.00 $3,000.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS SILVER RIDGE ADDITION CITY PROTECT NO.02567 Fonn Version Apnl 2,2014 00 42 43 DAP-BID PROPOSAL Pogo 2 of 2 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Silver Ridge Addition/DOE#2370 UNIT PRICE BID Bidder's Application Bidder's Proposal Project Item Information Specification �Me,,orfc �Bndt Unit PriceBid Value Bidlist Item Description Section No. ty No. UNIT It STREET LIGHTING INIPROVENIENTS 1 3441.3002 Rdwy Ilium Assmbly TY 8,11,0-25,and D-30 3441 20 EA 8 $3,000.00 $24,000.00 .3201 ATOB-30LED Type 2-NW Lighting Fixture 3441 20 EA 8 $500.00 $4,000.00 3441,3201 3441 20 EA 8 $1,500.00 $12,000.00 3 3441.3301 Rdwy Ilium Foundation TY 1,2,and 4 3441 10 EA 8 $400.00 $3,200.00 4 3441.1502 Ground Box,Small,w/Lid Apron UNIT II DRAINAGE INIPROVENIENTS 31 25 00 LS 1 $500.00 $500.00 1 3125.0101 SWPPP >_1 acre(.5%) 3341 10 LF 330 $43.00 $14,190.00 2 3341.0201 21"RCP,Class III 3341.0205 24"RCP,Class III 33 41 10 LF 210 $48.00 $10,080.00 3 3341 10 LF 141 $55.00 $7,645.00 4 3341.0208 27"RCP,Class III 5 3341.1202 5'x 4'RCB 3341 10 LF 41 $205.00 $8,405.00 53341.1405 5'x 5'RCB 3341 10 LF 25 $225.00 $5,625.00 .0004 Weir Structure 9999-0004 LS 1 $8,500.00 $8,500.00 9999.0004 33 49 40 EA 1 $1,500.00 $1,500.00 8 3349.1002 21"Type'B'Headwall(TxDot CH-FW 30) g 3349.1003 24"Type'B'Headwall(TxDot CH-FW 30) 33 49 40 EA 1 $2,000.00 $2,000.00 e'B'Headwall(TxDot CH-FW 30) 33 49 40 EA 1 $2,500.00 $2,500.00 10 3349.1004 27"Typ 334940 EA 1 $3,500.00 $3,500.00 11 3349.1000 5'x 4'Concrete Headwall(TxDot FW-0) 33 49 10 EA 1 $4,000.00 $4,000.00 12 3349.0001 4'Storm Junction Box gggg.0005 EA 1 $9,500.00 $9,500.00 13 9999.0005 Modified 5'x5'Junction Box(Drop Structure) 14 3137.0104 12"-18"Non-Grouted Rip-Rap on Geotextile 31 3700 SY 15C $75.00 $11,250.00 3137.0105 12"-18"Grouted Rip-Rap 31 3700 SY 166 $95.00 $15,770.00 15 33 49 20 EA 2 $2,500.00 $5,000.00 16 3349.5001 10'Std. Inlet 33 49 20 EA 1 $4,600.00 $4,600.00 17 3349.5003 20'Std. Inlet 33 49 20 EA 3 3349.6003 204,800.00 $14,400.00 Recessed'Rssed Inlet 18 02 41 14 LS 1 1,000.00 $1,000.00 19 0241.0000 Remove Ex.Storm Drain 0241 14 LS 1 500.00 $500.00 20 0241.0000 Remove Ex.Storm Drain Headwall 26 05 33 LF 1664 1.55 $2,579.20 21 2605.3015 Silt Fence 3441 20 EA 1 2,000.00 $2,000.00 22 3441.3002 Construction Entrance 3441 20 EA 4 3,000.00 $12,000.00 23 3441.3101 Stone Overflow Structure 3441 20 EA 7 250.00 $1,750.00 24 3441.3301 Inlet Pretection 3441 10 EA 1 600-001 $600.00 25 3441.1502 Rock Check Dam Bid Summary $137,011.25 UNIT I WATER IMPROVEMENTS $208,133.50 UNIT I SEWER IMPROVEMENTS $714,113.00 UNIT II PAVING IMPROVEMENTS $149,394.20 UNIT II DRAINAGE IMPROVEMENTS Total Construction Bid $1,208,651.95 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 180 calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. Title: BROCK HUGGINS,V.P. Company: CONATSER CONSTRUCTION TX,L.P. Address: P.O.BOX 15448,FORT WORTH,TX 76119 SILVER RIDGE ADDITION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTI S-DEVELOPER AWARDED PROJECTS CITY PROJECT NO 02567 Form Version.Apnl 2,2014