Loading...
HomeMy WebLinkAboutContract 48877GITY SE�R�i� � � CONTRACT N0. Developer and Project Information Cover Sheet: Developer Company Name: CKK Residential Group, Inc. Address, State, Zip Code: P. O. Box 185104, Fort Worth, TX 76118 Phone & Email: 817-589-9001, kenneth@kbnewell.com Authorized Signatory, Title: Kenneth Newell, President Project Name: Brief Description Project Location: Lakes of River Trails Phase I S Water, Sewer, Paving, Storm Drain, Sh�eet Lights NEC of Precinct Line Road and River Lakes Blvd Plat Case Number: FP-15-O 15 Plat Name: Lakes of River Trails Phase 15 Mapsco: 67E Council District: 5 City Pj•oject Number: 100356 CFA Number: 2017-008 DOE Number: None To be completed by staff. L' '`� � Received by: < � � �/ Date: � .� ��� � � ' ,, RECE.NEd MAR � 6 2011 ��(OFFORTWORTH , � CITYSECR�TARY ,, - City of Fort Worth, Texas Standard Community Facilities Agreement - Lakes of River Trails Phase 15 CFA Official Release Date: 01.03.2017 Page 1 of ll �1FFICIA�, �tEC�RO CITY l��CREY/1�Y �"�. IIVORY'H, `I"lC STANDARD COMIVIUNITY FACILITIES AGREEMENT THE STATE OF TEXAS COUNTY OF TARRANT � 0 City Sec1•etary � � `7 Contract No. ` � WHEREAS, CKK Residential Group, Inc., ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Lakes of River Trails Phase 15 ("Project") within the City or the extratei�ritorial jurisdiction of Fort Worth, Texas ("City"); and WHEREAS, the City has no obligation to pat-ticipate 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 incotporated into this Agreement as if copied herein verbatim. Developer agrees to comply with all provisions of said Policy in the perfoi•mance 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 - Lakes of River Trails Phase 15 CFA Official Release Date: 01.03.2017 Page 2 of 11 to submit a signed affidavit of bills paid and consent of Surety signed by its surety to ensure the contractor has paid any sub-contractor(s) and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full by Developer for all the services provided under this contract. C. Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City-approved construction plans, specifications and cost estimates provided for the Project and the exhibits attached hereto. D. The following checked exhibits describe the Improvements and are incorporated herein: Water (A) �, Sewer (A-1) �, Paving (B) �, Storm Drain (B-1) �, Street Lights & Signs (C) �. 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 - Lakes of River Traiis Phase 15 CFA Official Release Date: 01.03.2017 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 - Lakes of River Trails Phase 15 CFA Official Release Date: 01.03.2017 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, speci�cations 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 of�cers, 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, of�cers, 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, tleath or dama�es a�e caused, in wltole or in pt��t, by the alle�ed negli,�ence of the Citv of Fo�t Wo�th, its of�cers, 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, whethe� or not such iniuries, deatlz o� dtcmages a�e caused, in whole or in pa�t, bv tlie alle,�ed negli�ence of t{ie Citv of Fort Worth, its offcers, servants, or emvlovees. 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 - Lakes of River Trails Phase 15 CFA Official Release Date: 01.03.2017 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 speci�cations. 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. Fui-ther, 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 - Lakes of River Trails Phase 15 CFA Official Release Date: 01.03.2017 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 - Lakes of River Trails Phase 15 CFA Official Release Date: 01.03.2017 Page 7 of 11 Cost Summary Sheet Project Name: Lakes of River Trails Phase 15 CFA No.: 2017-008 ►I�C�f[IIIIii.Y'! 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 A. Water and Sewer Construction 1. Water Construction 2. Sewer Construction Water and Sewer Construction Total B. TPW Construction 1. Street 2. Storm Drain 3. Street Lights Instailed by Developer 4. Signals TPW Construction Cost Total Total Construction Cost (excluding the fees): Construction Fees: C. Water/Sewer Inspection Fee (2%) D. Water/Sewer Material Testing Fee (2%) Sub-Total for Water Construction Fees E. TPW Inspection Fee (4%) F. TPW Material Testing (2%) G. Street Light Inspsection Cost H. Signals Inspection Cost H. Street Signs Installation Cost Sub-Total for TPW Construction Fees Total Construction Fees: Financial Guarantee Options, choose one Bond = 100% Completion Agreement = 100% / Holds Plat Cash Escrow Water/Sanitary Sewer= 125% C:ach Fcrrnw Pavinn/Gtnrm f)rain = 17.�i°/ Developer's Cost $ 320,948.30 $ 275,524.40 $ 596,472.70 $ 984,281.50 $ 149,712.25 $ 108,140.18 $ - $ 1,242,133.93 $ 1,838,606.63 $ 11,929.46 $ 11,929.46 $ 23,858.92 $ 45, 359.75 $ 22,679.88 $ 4,325.61 $ - $ - $ 72,365.23 $ 96,224.15 Choice Amount Mark on $ 1,838,606.63 $ 1,838,606.63 x $ 745,590.88 $ 1,552,667.41 $ 2.298.258.29 City of Fort Worth, Texas Standard Community Facilities Agreement - Lakes of River Trails Phase 15 CFA Official Release Date: 01.03.2017 Page 8 of 11 ACCORDINGLY, the City of Fort Worth and Developer have each caused this instrument to be executed in quadt•uplicate 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. CIT� OF FORT WORTH � � n � � �� � � J` sus J. Chapa Assistant ity anager Date: � G- Recommended by: - , � , \ . ��_ `� Wendy Cl� -Babulal, EMBA, P.E. Development Engineering Manager Water Department W l�-� Douglas . Wiersig, P.E. Director Transportation & Public Works Department Approved as to Form & Legality: Richard A. McCracken Assistant City Attorney M&C No. N/b �. - • • � _ �.� �"► � s� � ' � � R� . � i� � - .. _. /�l. j �� ,� I.��'�'/.�.4 /�_� Mai•y J. KaYs��l � �i.. ��P� City Secretary �_ , � DEVELOPER CKK Residential Group, Inc. Name: Kenneth ewell Title: President Date: �, - �Z.3 -/ 7 ATTEST: (Only if requii�ed by Developer) Signature Name: Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. '�'� �1O G,� C� ��� Name: p � � � Title: City of Fort Worth, Texas Standard Community Facilities Agreement - Lakes of River Trails Phase 15 CFA Official Release Date: 01.03.2017 Page 9 of 11 OFFICIAL RI���A1�D CITY �l��iRETAitY �T.1lMr�1�T#!� %It Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Attachment Attachment 1- Changes to Standard Community Facilities Agreement Location Map Exhibit A: Water Improvements Water Cost Estimate E�ibit A-1: Sewer Improvements Sewer Cost Estimate Exhibit B: Paving Improvements Paving Cost Estimate Exhibit B-1: Storm Drain Improvements Storm Dt•ain 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 - Lakes of River Trails Phase 15 CFA Official Release Date: 01.03.2017 Page 10 of 11 ATTACFINIENT "1" Changes to Standard Agreement Community Facilities Agreement City Project No. 100356 None City of Fort Worth, Texas Standard Community Facilities Agreement - Lakes of River Trails Phase I S CFA Official Release Date: O l.03.2017 Page 11 of I 1 � � � � Q Z � ,r, NI� z� dM ., t �� %� � .o ,�,o, � .,,o, ,,.o, =„a, .,,o, � � � �;,' �\� � I � Na oirost� ��� ��\�� — � � :�� �.,o, i ,8, 3� l7 X31 M�9 �� � � �r,o, ,_,� �,o, �„ �i� I,, ��������, \, a.o, � �,� '�I,��; ����',� �; ����\ o�;_ � �r.o, '� �. ,, �i W \S � � i .i 3N� a d.,8 m� , ����, ��, � � - - - '� � � i �.,a, _ � � � � �� � ��1 i �,o, � o - � ° � �'����� � ��� �� , � .�„o, � � ,a � , I� I � �„a � �o i� � � i i 3 I �i I I � ea.o, � � � � � �� �� � = �,o, �,o � � , � �t i'I ' �,a, .,o, �� � I '� � H, 3/7 2/ 6'M „ �I� I� 'i .�.a, �.o, I I ,i R �o, I I I ��o ��,a, :,o, �o, �o, .o �,o, : o, F� NO � wa I I I� I I �Yil � �. 3 7 ?/ NM .. ! � °' ' I �, � :- e,.o, � - G .,o, a,o, �,.e, ,.o ,�o �.o .,.o, ..a, �I I_ I I— , i �c� J�� ?, � I I'r" . ,��� �P o�,o, ,,,o, — — .,.o, W ( I III� I I I { \� • o � 4 0,.,, w,a, � 3°� o,o, o ti�l � i �. ` �� •� � ,.o, � ,r,o, � � JII � �� � a� � � �d \�\�� ` `�'fa ��\� � � o.m ( �<.o, .� �,m I I II I W j a s � � `� � �, g �� � � ..o, a.o, .,�, { � � � j �� � \�*4 Qs � � — — o,o, �i �i �Z� \a 40 � s,o, .r�m I � �� \� � � '� � 3 � i � � � \ n'� •y� f��.'� N ,�a, �'�i � z � �� ° �.� snm , � 2�� s I ,�I I� �� `� tti � � �� � � � j C � \\ B 6 � � � � � � �� , ` �� �� , � � � � � � �� 0�� ��7 �I �I � � Z C�1 v. ' �� P �� � � � �u � ,� R��� � `l�'I � t� � W Z �o\ i > '� � � � ��\ , °r1� . �P . �{ 1 � � W O � O � " $ s '" �'xi 1, � I` ~ J � C� � C� � � + ' %` Q � � � i� �` ` - � -' � ^ � � a � � � „o - Z O O �\ �; Q ? � lxil � �xil \\\\ � � � � � � � ,,, ���✓. m � �i � � � =��0� " � O � � � _ W Q � ' � �T► .: f7��� No. SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Description 00 42 43 DAP - BID PROPOSAL Page I of 7 : ��- .,�• . • Bidders Proposat Specification Unit of Bid Section No. Measure Quantity Unit Price Bid Value 1 3311.0261 8" PVC Water Pi e 33 11 12 LF 6074 $21.50 $130,591.00 2 3312.3003 8" Gate Valve 33 1220 EA 30 $1,050.00 $3i,500.00 3 33123002 6" Gate Valve 3312 20 EA 6 $700.00 $4,200.00 4 3312.0001 FireHydrant 331240 EA 6 $2,750.00 $16,500.00 5 3311.0001 Ducrile Iron Water Fittin s w/Restraint 33 11 11 Ton 20 $795.00 $15,900.00 6 3312.2003 1" WaterService 33 1210 EA 128 $640.00 $81,920.00 7 3305.01�9 Trench Safety 33 05 10 LF 6074 $02D $1,214.80 8 0241.1118 4"-12" Pressure Plug 02 41 14 EA 2 $100.00 $200.00 9 3311.0461 12"WaterPipe 331110,3311 LF 548 $32.50 $17,810.00 10 33123005 12" Gate Valve 33 1220 EA 2 $1,950.00 $3,900.00' 11 0241.0402 Remove Asphalt Drive 02 41 13 SF 375 $2.00 $750.00 14 3201.0123 6' Wide Asphalt Pvmt Re air, Arterial 32 01 17 LF 62.5 $105.00 $6,562.50 15 3312.0106 Connection to Existing 16" Water Main 33 12 25 EA 2 $4,950.00 $9,900.00 TOTAL UNIT I: WATER IMPROVEMENTS $320,948.30 �RT WORTH �'ONSTRUCTION SPECIP[CATION DOCUMENTS - DEVELOPER AWARDED PROIECTS 7 2, 2014 00 42 43_Bid Pmposal_DAP-U�ilitiesxls C� 0 0 N II M � �i J Q U � �;'? • _ .. / .... �: ; "" ��'" � SECTIOPI 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item information list Item I Description No. 1 3331.4115 8" Sewer Pipe 2 3339.1001 4' Manhole 3 3331.3101 4" Sewer Service 4 3305.0109 Trench Safety 5 3301.0101 Manhole Vacuum Testin 6 3301.0002 Post-CCTV Inspection 7 3305.0203 Imported EmbedmentBa 8 33391003 4' Extra Depth Manhole CLSM 00 42 43 DAP - BID PROPOSAL Page 2 of 7 : � • .- , � • � � Biddeis Proposal Specification Unit of Bi� Unit Price Bid Value Section No. Measure Quai.fi�y :WER IMPROVEMENTS 33 il 10, 33 31 LF 4658 $26.90 33 39 10, 33 39 EA 29 $2,400.00 33 31 50 EA 126 $460.00 33 OS 10 LF 4658 $0.30 33 0130 EA 29 $120.00 33 0131 LF 4658 $1.00 33 OS 10 CY 200 $15.00 33 39 10 VF 68 $149.26 10.1 .40 .00 C1TY OF FORT WORTH STANDARD WNSTRUCTION SPECIFICATION DOCOMENTS - DEVELOPER ANARDED PROIECTS Fomi Version Apri12, 2014 00 42 43_Bid Pcoposal_DAP-Utilities.xls i, ,,, ,, �_ , —�*_ T- i �� i�- — - , ' i � �-.a��as�nau ar�rb _ � 1 � „ , {-- � I � ``� ����' `�';`' � v ,o ,�.�, � c�11��, �°� , a,..,, .,.o, �,.a, .,,�, � � „ yv �� , ��, � � , �5 -����w,No o�lasl� � � � . l � c3 � I �;�\ — =�.o, , ; � ,� i o i �;� � � �..o, ,r,o, �.o, � „� � � i ,' , '' � \ �.,o, �� �, ,,, ��� — � ,..o, v .�3nv W �� �� e '�' `J ��' '', �, `��� � �„ � " ! ' 1 � 'I «,o, _ � � a, ��I �) ��1 _ �,o, _ - — � � � �, I� �� � �d� � �'� � i��l .<,a, .,,o,.v. �'�'! i i,�� �, ,�o ���� I � � � - _ " i I I �,. I ,� �,o, ,I �'I I I , M,a, i s.�anv � .,o, I� I� , � �� I � ,..o, � �.o, �1p rtioi tcioi rim i0 �ot �or ��m .� r�oi II � I � .. .' ., I I. . � . I � o -- _�^!/0 X�liat0 rf//on0 I a.o, ,.o, l �� ,.o ,.o ..o �..o. e,.o. � � � ��� ���� � � � � ; i, � , � -� ; � i� � � ` �� �� ..� ' � , � �� �' � I � � �°'� ` , o,.�, ,,,o, _ _ .,.o, � � o,�, I f � � . �� � � T e„o, � o, I� >,o, I i;€ I{ �\ o — — � � II,o 1 1 \ � v � ..o, ,z,o, �I� g � aa��� � �� _ � _ � � ��o, I'� �13 � ��< � V� � ' `�°� '' � � - V �� .,�, ( u.e, W _ � � � c � . O — — .�o, � ftu I2 � � � � �, s ����� � I� �'I �\ � � I W� ° �*� 9.� „o, � �� �,o, ,, , � � � � � , � „o, ; l ' Q � �'°' ��� . — — � � �� �;, � � � \� � �a, ��� .,o, �,o, i � l r��= � � I� Z �` ` \ ; . ' �,;y I,�;a� o � � �°� � �i U � � �p1P �� ��i � �� y�'d� � W �� � ��� � � t' � � AI � � � � � � ��_ ° s,o, �� ', ,� � �,� �� , �. - SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 DAP - BID PROPOSAL Page 2 of 3 Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid �T Description r Unit Price Bid Value e Section`,�. Measure Quantity UNiT IV: PAVING IMPROVEMENTS 7 3213.0101 6" Conc Pvmt 32 13 13 SY 20275 $37.86 $767,611.50 2 3211.0502 8" Lime Treatment 32 11 29 SY 22193 $2.00 $44,386.00 3 3211.0400 H dratedLime 321129 TON 332.9 $160.00 $53,264.00 4 3213.0501 Barrier Free Ram , T e R-1 32 13 20 EA 22 $1,675.00 $36,850.00 5 3213.0501 Barrier Free Ram , T e M-1 32 13 20 EA 2 $1,475.00 $2,950.00 6 3305.0107 Manhole Ad'ushnent, Minor 33 OS 14 EA 31 $300.00 $9,300.00 7 3305.0111 Valve Box Ad'ustment 33 OS 15 EA 30 $150.00 $4,500.00 8 3471.0001 Traf�c Conirol (Dead End Barricade) 34 71 13 EA 3 $1,025.00 $3,075.00 9 3213.0301 4" Conc Sidewallc 321320 SF 2560 $4.50 $11,520.00 10 3212.0401 HMACTransition 321216 SY 523 $50.00 $26,150.00 11 9999.0001 Traffic Si ns / Pavement Markin s LS 1 $17,775.00 $17,775.00 12 3471.0001 General Traffic Control 34 71 13 MO 2.5 $2,760.00 $6,900.00 $984,281.50 UNIT IV: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCI7n�NTS - DEVELOPER AWARDED PROJECTS Form Version April 2, 2014 00 42 43_Bid Proposal_DAP-PAVING 1 SECTION OD 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT ��IC� �I� 00 42 43 DAP - BID PROPOSAL Page 3 of 3 �idder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Le-scription Sec6onNo. Measure Quantity UnitY,ice Bid Value tsia �ntninary UNIT IV: PAVING IMPROVEMENTS Total Construction Contractor agrees to complete WORK for FINAL ACCEPTANCE svithin CONTRACT commences to run as provided in the General Conditions. END OF SECTION calendar days a£ter the date when the .50 CITY OFFORT WORTH STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS - DEVELOPER AWARDED PRO]ECTS Fo=m Version Apri12, 2014 00 42 43_Bid Pioposal_DAP-PAVING l.r.ls �� °;\/� „o, \ � .�:. � SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM _ � � _ � i. . 00 42 43 DAP-BID PROPOSAL Page 3 of 7 : i • = � • • � Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid Unit Price Bid Vab�e Description Section No. Measure Quantity No. UNIT III: DRAINAGE IMPROVEMENTS 1 3344.5001 10' Cl�rb Inlet 33 49 20 EA 8 $3,250.00 $26,000.00 2 3349.5003 20' Curb Inlet 33 49 20 EA 2 $5,250.00 $10,500.00 3 3341.0409 48" RCP, Class III 33 41 10 LF 236 $115.00 $27,140.00 4 3341.0305 33" RCP, Class III 33 41 10 LF 294 $107.00 $31,458.00 5 3341.0208 27" RCP, Class III 33 41 10 LF 182 $55.00 $10,010.00 6 3341.0205 24" RCP, Class III 33 41 10 LF 406 $51.00 $20,706.00 7 3341.0201 21" RCP, Class III 33 41 10 LF 95 $46.00 $4,370.00 8 3349.4105 24" SET, 1 pipe 33 49 40 EA 2 $2,375.00 $4,750.00 9 3349.00�2 5' Storm Junction Box 33 49 10 EA 1 $4,400.00 $4,400.00 10 3349.0001 4' Storm 7unction Box 33 49 10 EA 1 $3,600.00 $3,600.00 11 3349.0006 Storm Junction S�ucture 33 49 10 EA 1 $3,475.00 $3,475.00 12 3305.0109 Trench Safety 33 OS 10 LF 1213 $0.25 $303.25 13 3137.0104 Medium Stone Riprap, dry 31 37 00 5F 50 $60.00 $3,000.00 TOTAL UNIT III: DRAIIVAGE IMPROVEMENTS $149,712.25 CTTY OF FORT \VORTH STANDARD CONSTRUCTION SPECIFICATION DO WMENTS - DEVELOPER AWARDED PRO]ECTS Folm Version Apri12, 2014 00 42 43_Bid Proposal_DAP-Utilities.xls SECTION 00 42 43 Developer Awarded Projecis - PROPOSAL FORM 00 42 43 DAP-BIDPROPOSAL Page 4 of7 �idcler°s Appiication Project Item Informa6on Bidder's Proposal Bidlist Ireix.� Specification Unit of Bid Unit Price Bid Value No. Description Section No. i�,feasure Quantity Bid Summary UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. END OF SECTION CTTY OFFORT WORTH � STANDARD CONSTRUCTION SPEQFfCATION DOCUMENTS - DEVELOPER AWARDED PROSECTS Fonn Version Apri12, 2014 Total Consfruction )p calendar days affer fhe dafe when the 71 184.95 00 42 43_Bid Proposal_DAP-U[ili[ies.xls C C � � � O O N � S o N II � M � W J Q N U � - �, _ i = �— ;.- '_ . �; �, — W �B 57/YX[ K11Ib ��, _ � z , '' a �� �i4� � U� G� ��� � � �.o ,�.o, � <,.o, >,,,, �,.�, ,,.�, �� � ��� �`��\ o �'°' � a+YO oll�l'J � I �� � � � �� �� \ u.� p � � � n,a, ,r,�, �,�, . ' I i i «.,, � � �, ��� o'�� � — � � s� � �e.m V .13T1V �p W� I j F �I vm, � ., ���� � �Z�� H ��I1 �' �a � � a .a, a ' ' ' ' ; � �� �� � �� � �� ...o, �, �.� •� �lI � � �I — — — — — ,o ������ � � a.o, 9 � _ � _ � �_-,I' � �— � t,o � I 7� �� K,o, o � a.�nv �i � �; � I { i ,�.o, �,o, '�� � I I ,s m.o, �,.o, �.a, ,a, ,<, ,o, ,.o, ,.o, �i I ! i F °" �+r�a �oo�+o ,�,oro ' ! i ! i I �� >.o> ,.o, �,.o> „o „o ,.o �,.�, a„o, ! �� i � „� ', � � � or °' � ;�' od'' �„o, o„o, I I I{ ��°� ` �„o, ,,.� _ _ ,,.o, �,� � II,Q� ! ! F�°� � �� � >,.e, �.o, 3° °�1 . � \• ` � 0'� � — — � o,a� II I I , II I . � � s,o, _ � _ ,=.o, � _.� � �� �>. aa � �I t, i ��� ` ' ��' 0 9,0, � =„o, � I� � i & 1 � � ` � — — .�o, ���. - � � � �� j �I � a��, �� .,o, rs.o, �,o, �1 �� � ,�, � � e'°' � „a, ..,a, I W � -� ;� ��.� — — „a, �i �� � �� �� � \� ' rs, .,o, „o, j I I !;; \\\ 9 II I \\��` ` ' �,` ,Q�tS 1i������!I i �I� �\\ V� ��� I \ �� � t°� < � �h�� � � � �\ ord� `I^!I i � I,' i� � � \ � �,{��; ��b � � � � s ,- , � \I� �' � � I� Q � � V O W � � o � n � � q �� � s.o, � ,� \ \✓ ' SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 DAP - BID PROPOSAL Page 2 of 3 Bidder's Application Project Item Information Bidders Proposal Bidlist Item Specification Unit of Bid No Description Section No. Measure � Quantity Unit Price Bid Value UNIT V: STREET LIGHTING IMPROVEMENTS 1 3441.3301 Rdwy Illum Foundation TY 1,2, and 4 34 41 20 EA 30 $550.00 $16,500.00 2 34413002 RdwyIliumAssmbly'I`I'8,11,D-25,andD-30 344120 EA 30 $1,400.00 $42,000.00 3 34413104 150W MH PC Lighting Fixture 34 41 20 EA 30 $285.00 $8,550.00 4 26053015 2" CONDT PVC SCH 80 (T) 26 OS 33 LF 4658 $7.27 $33,863.66 5 34413401 6-6-6 Triplex Alum Elec Conductor 34 41 20 LF 4658 $1.56 $7,266.48 TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS $108,180.14 CITY OF FORT NORTH STANDARD CONSTRUCTION SPECIFtCATION DOCUMENTS - DEVELOPER AMARDED PRO]ECTS Porm Version Apol 2, 2014 00 42 43_Bid Proposal_DAP-Lighting.�cls SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 DAP - BID PROPOSAL Page 3 of 3 Bidder's Application Project Item Informaaon Bidders Proposal list Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value Bid Swnmary UNIT V: STREET LIGHTING IMPROVEMENTS $108,180.1 Total Construciion Bid� $108,180.14 Contractor agrees to complete WORK for FINAL ACCEPTANCE �vithin 90 calendar days after the date �vhen the CONTRACT commences to run as provided in the General Condi6ons. END OF SECTION C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIETCATION DOCUMENTS - DEVELOPER AFVARDED PROIECTS Foxm Vecsion April 2, 2014 00 42 43_Bid Proposal_DAP-Lighting.x]s