Loading...
HomeMy WebLinkAboutContract 47511 ' 3q, 56 � 89r�` "MY SECRET a CONTRACT Mho a ,.► a -e' s' Developer and Project Information Cover Sheet: D 61 er Company Name: GBR Realty, LTD Address, State, Zip Code: 7201 Hawkins View Dr. Suite 101, Fort Worth TX 76132 Phone & Email: 817-737-4446,janice@stevehawkinshomes.com Authorized Signatory, Title: Steve Hawkins, President Project Name and Brief Spring Ranch Addition Phase III Description: Project Location: South of Avondale-Haslet Rd/East of Willow Springs Rd Plat Case Number: FP-15-037 Plat Name: Spring Ranch Addition Mapsco: 5-Y Council District: 7 City Project Number: 02662 CFA Number: 2015-100 DOE Number: 7518 To be completed by staff Received by Date: City of Fort Worth, Texas MY SECRETARY Standard Community Facilities Agreement �.Y ®�.�.H TX CFA Official Release Date: 07.30.2015 s Page 1 of 11 STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, GBR Realty, LTD, ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Spring Ranch Addition Phase III ("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) Z<, Paving (B) E, i, Storm Drain (B-1) I Street Lights & Signs (C) O. 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 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 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 iniuries, 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 BLANK) 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: GBR Realty, Ltd CFA No.: 2015-100 DOE No.: 7518 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 $ 168,576.75 2.Sewer Construction $ 147,918.00 Water and Sewer Construction Total $ 316,494.75 B. TPW Construction 1.Street $ 791,908.85 2.Storm Drain $ 157,432.45 3.Street Lights Installed by Developer $ 75,600.00 4. Signals $ - TPW Construction Cost Total $ 1,024,941.30 Total Construction Cost(excluding the fees): $ 1,341,436.05 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 6,329.90 D. Water/Sewer Material Testing Fee(2%) $ 6,329.90 Sub-Total for Water Construction Fees $ 12,659.79 E. TPW Inspection Fee(4%) $ 37,973.65 F. TPW Material Testing(2%) $ 18,986.83 G. Street Light Inspsection Cost $ 3,024.00 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 59,984.48 Total Construction Fees: $ 72,644.27 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 1,341,436.05 Completion Agreement=100%/Holds Plat $ 1,341,436.05 X Cash Escrow Water/Sanitary Sewer= 125% $ 395,618.44 Cash Escrow Paving/Storm Drain=125% $ 1,281,176.63 Letter of Credit= 125%w/2yr expiration period $ 1,676,795.06 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: GBR Realty ,LTD By its two General Partners: STEVE HAWKINS CUSTOM HOMES LTD A Texas limited partnership Jesus J. Chapa ABy: Its General Partner Assistant City Manager SJ SHCC / A ted liability company Date: By: Recommended by: tev kins, President / 1 And �1 SJ SHCH, L Wendy CW Babulal, EMBA, P.E. A Tex li lity company Development Engineering Manager Water Department By, 11//wkins, President Date: �YO Z• Zo /> �.. u Douglas . Wiersig, P.E. ATTEST: (Only if required by Developer) Director Transportation & Public Works Department Approved as to Form &Legality: Signature Name: l �� Assistant City AttorneyY ATTEST: M&C No. N/t/-�- Date: Z I l (L2 FNw,, Mary J. Kays r City Secretary City of Fort Worth Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 ' 10 (YX Page 9 of 11 Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment R Attachment 1 - Changes to Standard Community Facilities Agreement ( Location Map I ( Exhibit A: Water Improvments Water Cost Estimate Exhibit A-1: Sewer Improvements [ ' Sewer Cost Estimate Exhibit B: Paving Improvements Paving Cost Estimate Exhibit 13-1: Storm Drain Improvements ( Storm Drain Cost Estimate L 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. 02662 None City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 11 of 11 OUVA31 08 HJNVH Va30NIS �) 4 o I iZ W 1 v� Z Q10, f— m z a Q (n C, � 'r' m z o � _j Z a w avoa ss�llads MolllM 0 �w dz Z U') D o / z � Oz 0- 0 z ' m o- 0 3 a Q V a ( 2� > c/I S MOIIIM ON SOISdST�OIlIM 7 0: I NI HOIAVl 0 Z 1 z �- NI NNV 3110121VHJ OR E GoPin PNS P FE n 5 I \ o 3M t� 0 LL z �0c Lo N M J n Q� N~ m N 6mp•deWlaiupiA\yzlJ\s6uimejp\E00\u61sa0\Sb60008\006000\OOSuo!pnpoad\:J:H1VdllI=l WV WOT:1V STOZ'6Z jagop0'Aepsinyl:NO Ined'asneA)l:A9 031101d CL C) W W x Ct 00 cz W z w w w J Z Z J O Z t PC t1J z o e 0 ILDe J daaiww Q. Z Q- Q,"--Q,"--3 aZ o M ♦Z I B _ _ J I = In 03 P — -� o Z . I I � -,U :i� _ W W W Q Z m = LU _ Ili o � III it IIIj '�� ill I = I• I Y; 'll � I� li i �, I� I H I, 0 �I e M co C3 LL c I �Ct I �� I 6mp•Tlglgx3 aaTeM\VdJ\s6uimei(I\E00\ublsa0\S660009\006000\OOSuoO:)npad\:J:H-LVd3lId WV MOT:1V STOZ'6Z JNOPO'AepsmgL:N0 Ined'asnea)i:A9 03.LLOld C) 0 o z: LQ O3 3 C)k!' Q �Z Z cnLUct- I d Q O W xx > O W� W� oo II Li _ J I I Wz CD H vL'i Z Z_ ~ LU v Q Ljj F- C Wcr- � �O l� Q rp Z a _ z a I J W o - � Q Q I I o� III �i� III W a� I Ili �I IiI I - N I :Qz; ti III Zol = = I I I g I C • _ 0 aLL ZEN � _ I Q� II i III _ W(7) - I; r -- U) 6mp•}Igigx3 ia—S\VdJ\s6uimej0\g00\u6isap\Sb60009\006000\005uoipnpoad\:9:HlVd3lId WV MOI:IV SIOZ'6Z jagopO'depsinLLL:NO Ined'asnea)I:A9 4311Old C) 2 Q �o Y �~ 3 z CW o0 C) �) M ri - - — — - - - - - _ _ qJ LU I i LIJ I 3 F pp W W CID OC Wz Ljj I 0 JW I - a — 3co ci W - I I 0 oD o LL I W W - I I a�co on Lo L:i I I III = ( o Lo - i i 6Mp•l!gigx3 6uined\V3J\s6uin+ejp\EOO\ubisaa\S660009\006000\OOSuoilanpad\:9:H1tld3lI3 WV 9E:TT:1V STOZ'6Z jagolap'Aepsmgl:NO Ined'asn=d I I I C) 'ca C130 Oo o II 0 M ri t wa J o I - iLU ( VIII - 1 uu 11� - mCL o z U Z c� <�ro mol _ II' I III o - I 'II N� W pC a cj Q mm ) x� o� III I WU cc U Q U _ — I I h mo CIDiI I I - I I t~ - - — _ � 11 W Q = ( I uyLl I o - - 0 L 1 / U - I I ^ Qc � co co .� oo cc co 10 6mp•llgl4xl WADIS\V:4Z)\s6ulme'p\£OO\ublsap\S660009\006000\OOSuolpnpad\:J:HltldllIl WV SZ:TT:IV STOZ'6Z jagopo'Aepsingl:NO lined'asnej>l:A9 O11101d CD C)— Wr (i pW C) C) C) CD ji (Y') ;--q 6j C4 Ln A\ uj UJI - - -------------- F 00 �> _ Ii ill _ it _ III l I U 5�^ _ Z LU pl UJI LU to CN Q 2, Q x 0 Lo ci — — — � IKj,,. = I a Kj (1)F4 I-W co Az i 6mp*llq!qx3 jq61l I—ls\v33\s6uimei(i\E00\u6isaa\sP60009\006000\OOSuo!pnPOJd\:9:H-LVd3lIJ WV OZ:TT:-LV STOZ'6Z jaqopo'AepsinLLL:NO Ined lasm)j:Ag 031-1O1d C) 0 0 -- - I j , O (n't o II o - M ri — — i J Lsj i I i Wou II I \\ W z= LL = _ W U- Ln �L'i L4j Q z z WZW �� A� _ c,W = li W 1 0 III Wzil w um z ��� I . R ^ I,� �,, , :I _ III, ; � ;Il = = Q o � " ( � w � — I W W I- - _� � s 51ppEl o - �\ I 0 toco0 -Ln - - I Z�� C, LL Z � Al a 6Mp•alglgx3 aweN;aajIS\V3D\s6uimei4\£oo\u6lsap\5660009\006000\OOSuop:)npad\:J:HlVd3lId WV£T:11:—LV STOZ'6Z jago}i0'Aepsing1:NO lned'asnea)l:A9 03.LLOld 00 42 43 DAP-DID PROPOSAL Page I oF2 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Spring Ranch Addition 1 DOE#7518 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlistltem Specification Unitof Bid No. Description Section No Measure Quantity Unit Price Bid Value UNIT I WATER IMPROVEMENTS 1 3311.0161 6"PVC Water Pipe 3311 12 LF 64 $31.00 $1,984.00 2 3312.3002 8"PVC Water Pipe 3311 12 LF 2857 $32.50 $92,852.50 3 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 TN 3.24 $4,000.00 $12,960.00 4 3312.3002 6"Gate Valve 33 12 20 EA 3 $900.00 $2,700.00 5 3312.3003 8"Gate Valve 33 12 20 EA 7 $1,050.00 $7,350.00 6 3312.0001 Fire Hydrant Assembly 33 12 40 EA 3 $3,200.00 $9,600.00 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 36 $950.00 $34,200.00 9 3305.0109 Trench Safety 33 05 10 LF 2921 $0.25 $730.25 10 0241.1013 Remove existing 8"Water line 0241 14 LF 30 $15.00 $450.00 11 0241.1303 Remove existing 8"Gate Valve 0241 14 EA 1 $300.00 $300.00 12 0241.0000 Remove existing 1"Temporary PVC WL 0241 14 LF 6101 $5.001 $3,050.00 UNIT I SEWER IMPROVEMENTS 1 3331.4101 8"SDR-26(All Depths/All Sheets) 3311 10,31 LF 1923 $38.00 $73,074.00 2 3331.4102 8"SDR-26 with Cement Stabilized Sand Bedding 3411 10,31 LF 140 $42.00 $5,880.00 3 3339.1001 4'Dia.Std.Manhole(To 6'Depth) 33 39 10/20 EA 9 $3,000.00 $27,000.00 4 3339.1003 Additional Depth Manhole(Over 6'Depth) 34 39 10/20 VF 24.2 $155.00 $3,751.00 5 3305.0107 Manhole Adjustment,Minor 33 05 14 EA 4 $800.00 $3,200.00 6 3312.0103 Connection to Existing Sewer Main 33 12 25 EA 1 $850.00 $850.00 7 3301,0002 Post Construction TV Inspection 3301 31 LF 2063 $2.00 $4,126.00 8 3301.0101 Vacuum Test Manhole 33 01 30 EA 9 $150.00 $1,350.00 9 3339-0001 Interior Protective Coating 33 39 60 VF 9.1 $175.00 $1,592.50 10 3331.3101 4"Sewer Service 33 31 50 EA 32 $650.00 $20,800.00 11 3305.0113 Trench Water Stop 33 05 15 EA 4 $800..00 $3,200.00 12 3305.0109 Trench Safety 33 05 10 LF 2063 $1.501 $3,094.50 UNIT II PAVING IMPROVEMENTS 1 3349.6001 Site Preparation-Clear Grub Excavation(All 31 1000 AC 39 $1,000.00 $39,041.00 2 3123.0101 Unclassified Excavation By Plan(All Sheets) 31 23 16 CY 25,819 $3.50 $90,367.55 3 3124,0101 Embankment By Plan(All Sheets) 31 24 00 CY 3,868 $4.00 $15,472.00 4 9999.0001 Rough Lot Grading 9999-0001 LOT 52 $300.00 $15,600.00 5 9999.0002 Final Lot Grading 9999-0002 LOT 52 $200,00 $10,400.00 6 3211.0400 Lime for Stabilization 32 11 29 TON 217 $175.00 $38,033.63 7 3211.0501 6"Lime Stabilized 30 LBS/SY 32 11 29 SY 14,489 $3.00 $43,467.00 8 3213.0101 6"Conc Pvmt 32 13 13 SY 13,633 $32.00 $436,256.00 9 3292.0400 Hydromulch Seeding 32 92 13 SY 32,235 $1.00 $32,234.69 10 4441.4003 Sign-Ground Mount 44 41 30 EA 4 $300.00 $1,200.00 11 3441.4004 Furnish/Install Alum Sign Ex,Pole Mount 4541 30 EA 3 $500.00 $1,500.00 12 3217.0001 4"SLD Pvmt Marking HAS(W) 32 17 23 LF 7,846 $2.00 $15,692.98 13 3217,2104 4"Raised Pavement Markers Type II-C 32 17 23 EA 194 $6.00 $1,164.00 14 2605.3011 2"Conduit PVC Sch 80(T) 26 05 33 LF 3,990 $12.00 $47,880.00 15 3471.0001 Traffic Control(2%) 3471 13 MO 2 $300.00 $600.00 16 0170.0102 Mobilization(4%) 01 7000 LS 1 $3,000.00 $3,000.00 CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS SILVER RIDGE ADDITION Por.Version April 2,2014 CITY PROJECT NO.02567 004241 DAP-BID PROPOSAL Page 2 of 2 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Spring Ranch Addition/DOE#7518 UNIT PRICE BID Bidder's Application Project Item Inlbnnation Bidder's Proposal Bidlislltem Specification Unit of Bid No Description Section No Measure Quantity Unit Price Bid Value UNIT II STREET LIGHTING IMPROVEMENTS 1 3441.3002 Rdwy Ilium Assmbly TY 8,11 1,D-25,and D-30 3441 20 EA 14 $3,000.00 $42,000.00 2 3441.3201 ATBO-30LED Type 2-NW 3441 20 EA 14 $500.00 $7,00000 3 3441.3301 Rdwy Ilium Foundation TY 1,2,and 4 3441 20 EA 14 $1,500.00 $21,000.00 4 3441.1502 Ground Box,Small,w/Lid Apron 3441 10 EA 14 $400.00 $5,600.00 UNIT 11 DRAINAGE IMPROVEMENTS 1 3125.0101 SWPPP >_1 acre(.5%) 31 2500 LS 1 $500.00 $500.00 2 3341.1102 4'x 3'RCB 3341 10 LF 148 $150.00 $22,200.00 3 3341.1201 5'x T RCB 3341 10 LF 156 $180.00 $28,080.00 4 3349.4001 4'x 3'Concrete Headwall(TxDot Set B-PD) 33 49 40 EA 6 $3,500.00 $21,000.00 5 3349.4001 5'x 3'Concrete Headwall(TxDot Set B-PD) 33 49 40 EA 6 $4,500.00 $27,000.00 6 3137.0104 12"-18"Non-Grouted Rip-Rap 31 3700 SY 477 $75.00 $35,77500 7 2605.3015 Silt Fence 26 05 33 LF 4,179 $1.55 $6,477.45 8 3441.3002 Construction Entrance 3441 20 EA 1 $2,000.00 $2,000.00 9 3441.3101 Stone Overflow Structure 3441 20 EA 1 $3,000.00 $3.00000 10 3441.1502 Rock Check Dam 3441 10 EA 19 $600.0011 $11,40000 Bid Summary UNIT I WATER IMPROVEMENTS $168,576.75 UNIT I SEWER IMPROVEMENTS $147,918.00 UNIT II PAVING IMPROVEMENTS $867,508.85 ' UNIT II DRAINAGE IMPROVEMENTS $157,432.45 Total Construction Bid[ $1,341,436.05 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 END OF SECTION 4ao CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS SILVER RIDGE ADDITION Form Version April 2,2014 CITY PROJECT NO 02567