Loading...
HomeMy WebLinkAboutContract 48939 CITY SEGRFAMF-Iff GON i SAO T Mo. `� b Developer and Project Information Cover Sheet: Developer Company Name: P R III/Crow Building A, H, &J, LP Address, State,Zip Code: C/O Trammell Crow Company, 2100 McKinney Ave, Suite 800, Dallas, TX 75201 Phone &Email: 214-346-3643, skrikorian@trammelcrow.com Authorized Signatory,Title: Scott Krikorian,President Project Name: Trammell Crow 352 Bldg H Brief Description: Water, Sewer,Paving, Storm Drain, Street Lights Project Location: Northwest Quadrant of 1-35W and Eagle Parkway Plat Case Number: FS-16-199 Plat Name: Trammell Crow 35 Eagle Addition Mapsco: 8A Council District: 7 City Project Number: 100839 CFA Number: 2017-036 DOE Number: <DOE#> To be completed by staff Received by: Date: r. 7 APR 68299 City of Fort Worth,Texas OFFICIAL.RECORD Standard Community Facilities Agreement-Trammell Crow 352 Bldg H CITY SECRETARY CFA Official Release Date: 01.03.2017 Page 1 of 12 FT.WORTH,TX STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, PR III/Crow Building A, H, & J, LP, ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Trammell Crow 352 Bldg H ("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 11, of the Policy and recognizes that there shall be no reduction in the collateral until the Project has been completed and the City has officially accepted the Improvements. Developer further acknowledges that said acceptance process requires the Developer's contractor(s) City of Fort Worth,Texas Standard Community Facilities Agreement-Trammell Crow 352 Bldg H CFA Official Release Date: 01.03.2017 Page 2 of 12 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) 0, Paving (B) 0, Storm Drain (13-1) 0, Street Lights & Signs (C) M. 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-Trammell Crow 352 Bldg H CFA Official Release Date: 01.03.2017 Page 3 of 12 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-Trammell Crow 352 Bldg H CFA Official Release Date: 01.03.2017 Page 4 of 12 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 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-Trammell Crow 352 Bldg H CFA Official Release Date: 01.03.2017 Page 5 of 12 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-Trammell Crow 352 Bldg H CFA Official Release Date: 01.03.2017 Page 6 of 12 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-Trammell Crow 352 Bldg H CFA Official Release Date: 01.03.2017 Page 7 of 12 Cost Summary Sheet Project Name: Trammell Crow 352 Bldg H CFA No.: 2017-036 City Project No.: 100839 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 $ 354,793.95 2.Sewer Construction $ 121,568.44 Water and Sewer Construction Total $ 476,362.39 B. TPW Construction 1.Street $ 455,332.67 2.Storm Drain $ 297,997.67 3.Street Lights Installed by Developer $ 99,886.00 4. Signals $ - TPW Construction Cost Total $ 853,216.34 Total Construction Cost(excluding the fees): $ 1,3299578.73 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 9,527.25 D. Water/Sewer Material Testing Fee(2%) $ 9,527.25 Sub-Total for Water Construction Fees $ 19,054.50 E. TPW Inspection Fee(4%) $ 30,133.21 F. TPW Material Testing(2%) $ 15,066.61 G. Street Light Inspsection Cost $ 3,995.44 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 49,195.26 Total Construction Fees: $ 68,249.76 Choice Financial Guarantee Options,choose one Amount Mark one Bond= 100% $ 1,329,578.73 x Completion Agreement=100%/Holds Plat $ 1,329,578.73 Cash Escrow Water/Sanitary Sewer= 125% $ 595,452.99 Cash Escrow Paving/Storm Drain= 125% $ 1,066,520.43 Letter of Credit= 125%w/2yr expiration period 1 $ 1,661,973.41 City of Fort Worth,Texas Standard Community Facilities Agreement-Trammell Crow 352 Bldg H CFA Official Release Date: 01.03.2017 Page 8 of 12 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 PR III/Crow Building A,H&J,LP a Delaware limited partnership By: PR III/Crow Building A,H&J GP,LLC its Jesus J. Chapa general partner Assistant City Manager By: PR III/Crow Building A,H&J Holdings, LLC,a Delaware limited liability company,its Date: �! /y 7 sole member and manager By: TC Eagle HAJ Development,LLC,a Recommended by: Delaware limited liability company, its member By: TCDFW Industrial Development, Inc., aL("t Dela e corporation,its managing member Wendy Chi abulal, EMBA, P.E. Development Engineering Manager Water Department Name: Scott Krikorian tj'' AA Title: President Dougl s W. Wiersig, P.V Date: 'J ;20- /7 Director Transportation &Public Works Department ATTEST: (Only if required by Developer) Approved as to Form &Legality: Signature Richard A. McCracken Name: Assistant City AttorneyY,� M&C No. 2A Contract Compliance Manager: Date: 31.31 17 OF F0t T signing, I acknowledge that I am the Form 1295: ��i� ':,Ot on responsible for the monitoring and * i inistration of this contract, including ATT ring all performance and reporting uirements. AS a y J. Kayser C, c'` Y)a4 t4 City Secretary Name: Title: City of Fort Worth,Texas Standard Community Facilities Agreement-Trammell Crow 352 Bldg H p CFA Official Release Date: 01.03.2017 O7R1Page 9 of 12 C City of Fort Worth,Texas Standard Community Facilities Agreement-Trammell Crow 352 Bldg H CFA Official Release Date: 01.03.2017 Page 10 of 12 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 ❑X Location Map © Exhibit A: Water Improvements ® Water Cost Estimate © Exhibit A-1: Sewer Improvements ® Sewer Cost Estimate ® Exhibit B: Paving Improvements ® Paving Cost Estimate ® Exhibit B-1: Storm Drain Improvements ® Storm Drain Cost Estimate ZX Exhibit C: Street Lights and Signs Improvements ❑X Street Lights and Signs Cost Estimate (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement-Trammell Crow 352 Bldg H CFA Official Release Date: 01.03.2017 Page 11 of 12 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 100839 None City of Fort Worth,Texas Standard Community Facilities Agreement-Trammell Crow 352 Bldg H CFA Official Release Date: 01.03.2017 Page 12 of 12 3/13/2017 1:38:51 PM ah664 HALFF LMOOOM2896MADD15heets RCHICFAICFA-EXHIBIT-WATER.dan Design PDF 2D MON FW MR 300.pi1 -ammm X X X O O O O < p il --HERRITAGE-PARK CD CD i. it o m X � ° � o CD i �� I II I OO/ 0 0 Dv m z � L i � o � 0 Orn _ ® m ' `� II n rn -r N o ■�� N z r, � (I � � �_ n I m ■o■ m O i. () \ °m o - \ � .n Zic = \ -n o I G) m lz o i ' W > I71 I i �) o '`' it � o D i i ;1; -a �° m I I I z m rn ' -i � ov nm o x -p N c� i li � � Ko OO -- -- i -n m o ( p nm Do Xp m -o 111EN lmCo 0m =o r- O II No MCD Zm � _ mo = ' N -v D rn i i = I I I ^ Cl)y �' D G 117 0 ( o o ��� , cq2 -j Om I ' ----------------------------------------- UI i i 3/1312017 12:58:47 PM sh684 HALFF 1?28000s1289611CADD\Sheets RCHICFA\CFA•EXHIBIT-SEWER.d n Desion PDF 2D MON FW MR 300.pIt IL -u -a X X �— I I I HERRITAGE PARKWAY 00 0 l -o -o -o rn � tp(D - , L - - Cn * N ::E ' CDnU) CD K: CD CD = 3 �- ° I C/) -u o nc i zo �. i i D O I ico i � m I C/) c, I m o ONE n .2717 m OEM U) l I C7 I I I \ 0- ,;5 °r Zr D i n i m -n I . I I Ia I I m 1, I U) I i' I A. m I� 7 i � , I i ID rT mCn, I II � cn m ouI m ow zco _� , ► o 0 co D I I i If o i C2 O C0 n m m X -------------------------------------------, 1/142017 4:07:96 PM ah1746 HALFF id260o0•s126961tCADDASheets RCMCFMCFA-EXHIfitT-PAVING.don Des kn -- PDF 2D MON FW M`R 300.pit l 1 i I I N59°40'44 Illi II I I I Iwo � 0 I i I � If = I CD � C,3 CV I I I rn o 03 I I I I \ -> I I I �> ' j °'�'i —— -----56-3-7{;?n I I �q � I r9 ffln, N I II � I N I I I z I 0 w D I N x CD I I >0;0 CD— I mz0 i I I mmo z I z—im Q I I I --imp ' I I I I 3 D < X m Q = I I I I i I1 9. 11 I I - INcn 1:13 - ' _ I -- -- oo D z � I I ' I cn(w m 0 D7 I I I F I - IIIIi1110 alb N U1 O D 1 l i II CA CL Z� I I i i 2/142017 5:20:15PM ah1746 HALFF 1:X28000s12896lXCADD%Sh..N RCKCFA\CFA-IXHIBRSTORM.d n D-1- PDF TD MON FW MR 300.pk I � 1 I —Hf RR-ITAGE PARZK — — l 40'44"W I �x II I >co I z:� m� Il I N I , <c> I 'l l SII mx i C° m 7,-7 = ■E■ Il i �lI _- p3 I i I �I , o `_ ZI> I 1 1 o W I I -0 CD 'Tt — � I ► i a CD � oTa CD I . 0 o CJI I ; I I I I O'0 m z CI I� I ( i <O ' � l l 1 �m o � x m oi i i I i x ill cn >z I p mN l i ► Ill l C:� I I ilk i moo ' � I f co II T < �y _ Cf) o i i I I i > 1 Cl) I z I ' ' m o i O rn rn - I I o o E I' 11 ---�--- - o i N z1 r « ..I 4 I 2/142017 3:52:56 PM hl 746 HALFF 1:1260OOs126661ICAODISh-Ls RCHICFMCFA-EXHI8rr-LIGHTING PLAN.dw Desitin PDF 2D MON FW MR 30O.Ph NN I i _ F�FIFCE I It 1 1113 1 1co ` �--� TZ I � WDI ' � O I C) G) I i o o o .. > N .- 0 :■■ 0 o I -- -- N _ J i r mn _ rn OQ Ci3 0 mCA N 0 CD-u ` I C:) m _ �p = t o _� mo -1 i. z XCD C1I1#t!ri¢#tli[!II1t1111ti�iiltll1O1111 iCl) N ON G) O Cn N VI Z m #11111110 �jCO m 00 o O c0 m I a ! # tv O r -- -- v 01 C/) LL— u i o i I 003243 BID PROPOSAL. Payee I ofS SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM(Building H Trammell Crow 35 Eagle Addition UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specificatio Unit of Bid Unit Price Bid Value n Section Measure Quantity Water 1 3305.0109 Trench Safety 33 05 10 LF 43 $1.00 $43.00 2 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 TON 3.79 $3,500.00 $13,249.95 3 3311.0161 6"PVC Water Pie 3311 12 LF 166 $32.00 $5,312.00 4 3311.0162 8"PVC Water Pie 3311 12 LF 15 $35.00 $525.00 5 3311.0361 10"PVC Water Pie 3311 12 LF 15 $38.00 $570.00 6 3311.0461 12"PVC Water Pie 3311 12 LF 2716 $40.00 $108,656.00 7 0241.1019 Remove 24"Water Line 0241 14 LF 164 $42.00 $6,888.00 8 3311.0684 24"Concrete AWWA C303 Water Pie Restrained Jts 3311 13 LF 164 $725.00 $118,900.00 9 3312.0001 Fire Hydrant 33 12 40 EA 5 3300,00 $16,500,00 10 3312.2203 2"Water Service 33 12 10 EA 2 1500.00 $3,000.00 11 3312.28013"Water Meter and Vault 33 12 11 EA 1 7500.00 $7,500.00 12 3312.2802 4"Water Meter and Vault 33 12 11 EA 3 8500.00 $25,500.00 13 3312.3002 6"Gate Valve 33 12 20 EA 3 $800.00 $2,400.00 14 3312.3003 8"Gate Valve 331220 EA 5 $1,000.00 $5,000.00 15 3312.3004 10"Gate Valve 33 12 20 EA 3 $1,200.00 $3,600.00 16 3312.3005 12"Gate Valve 33 12 20 EA 16 $1,400.00 $22,400.00 17 3312.4111 16"x 6"Tapping Sleeve&Valve 33 12 25 EA 1 $2,500,00 $2,500.00 18 3312.4112 16"x8"Tapping Sleeve&Valve 33 12 25 EA 1 $2,750.00 $2,750.00 19 3312.4114 16"x 12"Tapping Sleeve&Valve 33 12 25 EA 2 $3,000.00 $6,000.00 20 3312.4211 24"x 12"Tapping Sleeve&Valve 33 12 25 EA 1 $3,500.00 $3.500.00 Subtotal Water $354,793.95 CRY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS F-Re A 20120120 Bid Prupncal Wwkb-2.xk 004243 BID PROPOSAL P.p 2 of 8 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM(Buildino H Trammell Crow 35 Ea le Addition UNIT PRICE BID Bidder's APPlication Project Item Information Bidders Proposal Bidlist Item No. Description Specificatio Unit of Bid Unit Price Bid Value n Section Measure Quantity Sewer 1 0241.2021 Remove 24"Sewer Line 0241 14 LF 379 36 $13,644.00 2 3331.5765 24"Sewer Pie CLSM Backfill 3311 10 LF 295 275 $81,125.00 3 3305.0114 Manhole Adjustment Ma'or w/Cover 33 05 14 EA 3 $750.00 $2.250.00 4 3331.4108 6"Sewer service 3331 20 LF 28 $30.00 $845.12 5 3331.4115 8"Sewer Pie 3331 20 LF 360 $32.00 $11,504.32 6 3339.0003 Wastewater Access Chamber 33 39 40 EA 3 $1,000.00 $3,000.00 7 3339.1001 4'Manhole 6 foot depth 33 39 20 EA 2 $2,500.00 $5,000.00 8 3339.1003 4'Extra Depth Manhole 33 39 10 VF 21 $200.00 $4,200.00 Subtotal Sewer $121,568.44 Cftl'OF FORT'A'ORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Farts Ra,+,-d 20120120 Bid Proposal Wo kMw1,2.xls 004243 BID PROPOSAL Pagc i�(8 SECTION 00 42 43 Developer Awarded Pro'ects-PROPOSAL FORM(Building H Trammell Crow 35 Ea le Addition UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specificatio Unit of Bid Unit Price Bid Value n Section Measure Dan it Total Water and Sewer $476,362.39 CHN OF FORT WORTH STAYYDARD CONSTRUCnON SPECIFICATIOND()CU\IENTS Form Rc is d 20120120 Bid Propatal Wo,KN.B2,1, 004243 BID PROPOSAL P.g¢4 of 8 SECTION 00 42 43 Developer Awarded Pro'ects-PROPOSAL FORM(Buildinq H Trammell Crow 35 Ea le Addition UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specificatio Unit of Bid Unit Price Bid Value n Section Measure Quantity Paving 1 3124.0101 Embankment by Plan 31 2400 CY 2500 $15.00 $37,500.00 2 3125.0101 SWPPP>_1 Acre 31 2500 LS 1 $7.500.00 $7,500.00 3 3213.0103 8"Concrete Pavement 32 13 13 SY 7777 $40.05 $311,454.91 4 3216.0013 12"Concrete Curb and Gutter 32 16 13 LF 3910 $12.651 $49.464.72 5 3217.0002 4"SLD Pvmt Markina HAS Y 32 17 23 LF 4066 $1.60 $6,506.10 6 3292.0400 Hydro Mulch 32 92 13 SY 3796 $3.40 $12,906.93 7 3471.0001 Traffic Control 3471 13 MO 3 $10,000.00 $30,000.00 Subtotal Paving $455,332.67 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS I—Rc,i.ced 20120120 Bid P,,T-.1 W«Ab-U2 1s 004243 RID PROPOSAL PaN 5 ofS SECTION 00 42 43 Developer Awarded Pro'ects-PROPOSAL FORM(Building H Trammell Crow 35 Eagle Addition UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specificatio Unit of Bid Unit Price Bid Value n Section Measure Quantity Drainage 1 0241.0800 Remove Rip Rap 0241 13 SF 4389 $1.00 $4,389,00 2 0241.3100 12"Storm Sewer Plug 0241 14 EA 1 $350.00 $350.00 3 0241.3101 18"Storm Sewer Plug 0241 14 EA 4 $500.00 $2,000.00 4 0241.4401 Remove Headwall/SET 0241 14 EA 1 $750.00 $750.00 5 3305.0109 Trench Safety 33 05 10 LF 304 $1.00 $303.67 6 3305.0112 Concrete Collar 33 05 17 EA 2 $500.00 $1,000.00 7 3341.0100 12"PVC Storm Pipe 3341 10 LF 5 $35..00 $175.00 8 3341.0103 18"Reinforced Concrete Pipe 3341 10 LF 84 $45.00 $3,780.00 9 3341.0205 24"RCP,Class III 3341 10 LF 155 $50.00 $7,740.00 10 3341.0409 48"RCP,Class III 3341 10 LF 45 $75.00 $3,375,00 11 3341.1304 6'x5'Reinforced Concrete Box Culvert 3341 10 LF 1 1619 1 165.00 $267,135.00 12 3349.5001 10'Curb Inlet 33 49 20 EA 2 $2.500.00 $5,000.00 13 3341.7002 5'Drop Inlet 33 49 20 EA 1 $2,000.00 $Z000.00 Subtotal Draina a $297,997.67 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS F—R.,iwd 20120120 Rid Proposal tVo kb-1,2.,d, 00 42 43 IIID PROPOSAL Pag.6 f8 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM(Buildinq H Trammell Crow 35 Ea le Addition UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item No. Description Specificatio Unit of Bid Unit Price Bid Value n Section Measure Ban it Street Lights 1 2605.3118 Furnish/Install Conduit-Schedule 80 PVC 2 Inch Open Cut 26 05 33 LF 2498 $10.00 $24,980.00 2 3441.1501 Ground Box Type B 3441 10 EA 6 $757.00 $4,542.00 3 3441.3051 Furnish/Install LED Lighting Fixture(137 watt ATB2 Cobra 3441 20 EA 14 $559.00 $7,826.00 4 3441.3302 Rdwy Illum Foundation TY 3,5,6,and 8 3441 20 EA 14 $1,575.00 $22,050.00 5 13441.3357 Furnish/Install Rdway Ilium TY D-40-9 Pole 3441 20 EA 14 $2.892.00 $40,488.00 Subtotal Street Lights $99,886.00 CITY OF FORT WORM STANDARD CONSTRUCr10N SPECIFICATION DOCUMENTS F, Revised 20120120 Rid Prq 1 Wo kb-),2.xI, 004243 BID PROPOSAL Page 7 of 8 SECTION 00 42 43 Developer Awarded Pro'ects-PROPOSAL FORM(Buildina H Trammell Crow 35 Ea le Addition UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item No. Description Specificatio Unit of Bid Unit Price Bid Value n Section Measure uantit Total Paving&Drainage&Street Lights $853,216.34 CIT)'OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS F—Raised 20120120 Bid Prop—I Wwkb—k2AI5 00 4243 BID PROPOSAL Paco 8 of 8 SECTION 00 42 43 Developer Awarded Pro'ects-PROPOSAL FORM(Building H Trammell Crow 35 Ea le Addition UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item No. Description Specificatio Unit of Bid Unit Price Bid Value n Section Measure Quantity Water $354,793.95 Sewer $121,568.44 Paving $455,332.67 Drainage $297,997.67 Street lights $99,886.00 Grand Total $1,329,578.73 Crn'OF FORT WORTH STANDARD CONSTRUCnON SPECTHCAT10N DOCUSIENTS F—Revised 20120120 Bid Prop—1 NWklxmk2,N