Loading...
HomeMy WebLinkAboutContract 49070 CITY SECRETARY CONTRACT NO. Developer and Project Information Cover Sheet: Developer 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: Spring Ranch Estates Phase 1 A Brief Description: Water, Sewer, Paving, Storm Drain, Street Lights Project Location: South of Avondale-Haslet Road/East of Willow Springs Road Plat Case Number: FP-16-057 Plat Name: Spring Ranch Estates Mapsco: 5 -Y Council District: 7 City Project Number: 100572 CFA Number: 2017-040 DOE Number: None To be completed by staff Received by: Date: tC"VeDLQ MAY 16 zlo CF v OFFICIAL.RECORD CITY SECRETARY FT.WORTH,TX City of Fort Worth,Texas Standard Community Facilities Agreement-Spring Ranch Estates Phase I A CFA Official Release Date: 01.03.2017 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 Estates Phase IA ("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-Spring Ranch Estates Phase I 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) 0, Sewer(A-1) Z, Paving (B) ®i, Storm Drain(B-1) ®', 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 maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253, Texas Government Code. City of Fort Worth,Texas Standard Community Facilities Agreement-Spring Ranch Estates Phase I CFA Official Release Date: 01.03.2017 Page 3 of 11 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. 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. City of Fort Worth,Texas Standard Community Facilities Agreement-Spring Ranch Estates Phase I CFA Official Release Date: 01.03.2017 Page 4 of 11 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 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. City of Fort Worth,Texas Standard Community Facilities Agreement-Spring Ranch Estates Phase I CFA Official Release Date: 01.03.2017 Page 5 of 11 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 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 City of Fort Worth, Texas Standard Community Facilities Agreement-Spring Ranch Estates Phase 1 A CFA Official Release Date: 01.03.2017 Page 6 of 11 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-Spring Ranch Estates Phase I CFA Official Release Date: 01.03.2017 Page 7 of i l Cost Summary Sheet Project Name: Spring Ranch Estates Phase I CFA No.: 2017-040 City Project No.: 100572 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 $ 317,550.75 2.Sewer Construction $ 388,113.50 Water and Sewer Construction Total $ 705,664.25 B. TPW Construction 1.Street $ 789,127.00 2.Storm Drain $ 234,373.00 3.Street Lights Installed by Developer $ 152,978.00 4. Signals $ - TPW Construction Cost Total $ 1,176,478.00 Total Construction Cost(excluding the fees): $ 1,882,142.25 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 14,113.29 D. Water/Sewer Material Testing Fee(2%) $ 14,113.29 Sub-Total for Water Construction Fees $ 28,226.58 E. TPW Inspection Fee(4%) $ 40,940.00 F. TPW Material Testing(2%) $ 20,470.00 G. Street Light Inspsection Cost $ 6,119.12 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 67,529.12 Total Construction Fees: $ 95,755.70 Choice Financial Guarantee Options,choose one Amount (Mark one) Bond=100% $ 1,882,142.25 Completion Agreement=100%/Holds Plat $ 1,882,142.25 x Cash Escrow Water/Sanitary Sewer=125% $ 882,080.31 Cash Escrow Paving/Storm Drain= 125% $ 1,470,597.50 Letter of Credit= 125%w/2yr expiration period $ 2,352,677.81 City of Fort Worth, Texas Standard Community Facilities Agreement- Spring Ranch Estates Phase I 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 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 Parnters: STEVE HAWKINS CUSTOM HOMES LTD Jesus J. Chapa A Texas limited parnership Assistant City Manager Date: � By:Its General Partner SJ SHCH,LLC Recommended by: A Texas Limited li i i company y� i Wendy Chi-B ulal, RNTIIX, P.E. in _e' a wkins Development Engineering Manager Title: Presi ent Wate epartment f Date: ATTEST: (Only if required by Developer) DougWi sig, P.E. Direc o Transportation&Public Works Department Approved as to Form & Legality: Signature Name: Richard A. McCracken Contract Compliance Manager: Assistant City Attorney By signing, I acknowledge that I am the M&C No. ^j/A person responsible for the monitoring and Date: 5 f iS 1(7 administration of this contract, including ensuring all performance and reporting Form 1295: /)I�q= requirements. ATTEST: y OF FQR� V O cv ame: Mary J. a er Title: City Secretary ......... kas City of Fort Worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement-Spring Ranch Estates Phase 1 A CITY SECRETARY CFA Official Release Date: 01.03.2017 Page 9 of 11 FT.WORTH,TX Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment Attachment 1 -Changes to Standard Community Facilities Agreement �I 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 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-Spring Ranch Estates Phase I A CFA Official Release Date: 01.03.2017 Page 10 of 11 ATTACIEVIENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 100572 None City of Fort Worth,Texas Standard Community Facilities Agreement- Spring Ranch Estates Phase I CFA Official Release Date: 01.03.2017 Page 11 of 11 D O � z W F- oV)LU a 0 0 o- Q Cn L j ~ N ~ ® ® :t Q UQ L N j >— �- LA o w O a J I � U ®® z U 0uz ffm, U z u < _ Q z < uu z O N C)`n ' O M u ZSX N� U2 Q, Q Q, m 0 6AT dVW Ail NLJIA\CIVD\sl!q!yx3\VSD\sbu!MeJ4\VT aseyd\E00\u6!sa4\h6bT008\00bT00\OOSuo4DnPOJd\:D:H1Vd]Ild Wd 6£:£:1V LTOZ'OZ IudV'Aepsvn4l:NO Ined'asnej)I:A8 43d1O�d I LU � Q Z = 0 LUro � o II V) Lu W W v ~ 0 I— N m = V) a CL. W 2 u a� W� 2 o°C oCW Z a� W� w ri o3c0 O� - = a� z - oc W3 IL N J W Z uj 0 Q — aAlJ(jU!JCIS4jPUq _.Q, Q - -- Ve LAJ FcloSP ui s - 2 00Q 3 002 a� o� 014- ct CL l o;!%2. � x 9 2cr x o w Q w �Qi 0 o o 3 — z p 8uijd5 O N a w U w I oM� J I I II Ii W 41 I 6mp,iLLn\oy0\s:p.glgx-g\yds\s6ulmero\yi asegd\E00\u61sa4\b6bT009\OObT00\0OSuolpnpad\wals6s al!1\quom,4\\:HiVd;lIU Wd AZ:E:1V/TOZ'OZ Ilady'6epsmgl:NO Ined'asnejH:A9 MJJ0ld C) Ln LLJ LLJ L/) CD Lu o > cl. o II 0 V) cl:: Lu 0— u V) LU V) E LU QL X LU?: = u Oj z M. LU QO (D Qt Ln cn a 4xj I oO Q. :t aA!I(fsuljcfs alp!jo 00 Q- Q. > RIC x Iz 0 t: -ja jalem 9 IldS 0 0Iv o. w w w i c) Q- Z rra) 6mp,llin\MNs)).qlq)G\V.iD\s6utmeici\VT z)s2qd\E:00Nu6isaC]\t,66T009\00tT00\onguoipnPOJd\w;)IsAs ajq\qjjohku\\:H-LVdTlTA Wd OC:C:-LVLTOZ'OZ jjjdv'Aepsini4j:NC)Ined'asnej)j:A9G]f.tOld C Q W z = M w � a N Ln m w w Q �- O Lu e-Z \ o X U w (D z < ca a - / - „ +Co �. 0 j = as - mQ �mLow 221- JO I-D M� Zm tq� p I cw O 2 m I I c m c OID= I c J JQ m LO O ¢V ¢p o 2I 6MP'SNIAVd\aVl\sLQi4X3\Vd]\s6ulMMC]\VT aseUd\E00\u6isap\ti6hT009\00hT00\005uoilDnpad\:9:HiVd3lld Wd ZC:E:1V LTOZ'OZ Iljdy'Aepsjn41:NO Ined'asne :A9 O3l101d - - - a Q �) L Z W W Q LLJ o = 0 CL �ci LU � �— N m G W \ - Q WCi = -I \ X Q Z Lu I - J - z a to Q-.N m '� I C _ l� I_ U o� I ac IIanon uu salpug CID o II HI I I I - o I it I:E If i I P V O � II r• - �` � Q it mil II ' ' t 11111A1uuds -- \ N II II l II I I I c it I 6mp,liin\Gv:)\b7 giux3\tl.lz)\s6uuneip\VT BSeyd\£OO\u61sep\b6bTO09\OObT00\OOSuog7npoJd\WDISAS a111\g110Mu\\:HlVd3l14 Wd T£:E:1V LTOZ'OZ fudy'depsinyl:NO Ined'asnejN:A9 O3LLOld C) Q �--- W Z Ln Q C) 2 L ti' o W II > U.J 0 (n Q( c_/) Uj W Q CL r� Z ^� m c� Q a (f) Q) N — G W ~ cc X = U w ( z = OW o = Q F— cr- z w REV) Q w L7 z 4 = O Lf) �W W z �, - fr C) cn z ( , UO CpW pE-^� I I O N� I I � N Lo lrj 6MP7332i1514VJ\sl!914X3\Vd:)\s6uirnp-ia\VI aseyd\£00\u6!sao\b6bi008\00bT00\00Suo4:)npad\:9:H1Vd3lId Wd 9££ 1V/ToZ'0Z 1pdV'depsiny1:NO lned'asnei�:A9 o3�101d C) un w Z Ln Q o m W CD I i > (n M U O -- Z w Q W� m w X � z w _I Q w L7 S 6 --� _ a Q i 0Ldi 1 aL(6Z ~ - I Q. �W� I �W o 2 C� x t CL ! 0 oMLL 1 I z .. I . r Q lrjm o .a� 6Mp,IA aUS\GVD\sT!q!4x3\VdD\s6wMei0\VT aseyd\£00\u6!sa0\b6bT008\00bT00\OOSuo4onpad\:9:H1VdllId Wd£b:£:1V CTOZ HOZ IudV'Aepsinyl:NO Ined'asneiN:A8 03-UOld _ IMP-Rif)PRO"23AL MV i,r2 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM llPVIT PRICE Bi© Bidder's Application P,wkri:liemintUrm2�iim - Wddtr'v_Ympu+�l 8idli3t Item Yo. Descd ._ S t�ifitatinn$eeiaMt Na - Lnit aSid ' M"', Qoantiry Win Price -.Bid VStue WATER IMPROVEMENTS 1 "331Imol loucalalmnsNaterFillings w/R=_seaint'. _---' 331111 1 :TON 3:4 S4.00().001 $13600.00 2 3311:0241 8"Water Pioe Ia31110,33 11 12 LF 5317 1333-001 $175.461.00 3, 331ZCC01 IFraHydiirtt 1331240 EA ? 1 $3,500.00 $24500.00 4 33122003 1"WaterService 1331210 EA 78 1 $950.001 $74100.00 5 3312.3002 WCate Valve 1331220 EA 15 -"1 $1'200.00 S18.000.00 6 3305.0109 ITMocoSatety 1330510 LF 5399 1 SQ.251 $134935 7. 241,1000 RemoveCencmiePavement 024115 Sy 32 520. $640,00 8 33120117 Connec5ortloExisin d•--1TWatermain 331225 E1 2 $1,200.0000 S240Q.00 9 3305,00O3 8'Waterune Lowerim 1330512 EA 3 $2:500,00 37500.00 - TOTAL-WATERIhIPROVEMENTS. $317550.75 SEWERIMPROVEM-ENTS - . .. 10 3339,0000' 4"Sewer Service 1333910' EA I 68 5650.00 $42.900,0 Il 9999,0001 4�DIPSewer Service w/8"Steel Casing Pipe 9909,0001 EA 11 $1,150,00 S126% 12 3339,1001 4'Manhole 333910,.33 3920 EA 27 $3.500.00 $94,500. 13 3339.1002 N Oroo Manhole .13339 10,3339 20 EA 1 $4.500-00 $4.500.00 14 3339.1003 N Extra Oapth Manhole - 33 3910.33.. VF 70 $175.00 $12:250:00 15: ;3331,4115 8^SawarPipe 133 31 12.33 3120. Lr 33 4046. 8.00 §153,748.00 16. 3331,4201 7O'Sewer Pica 133 1110,33 31 12,33 3120 LF 1 772 $42.001 S32,424.00 17 3305.011193 IConc.ate Encasement For utility Pipes 1330510 CY 8 $175ml $131250 18 3312,0103 lConnettlontoExistngSewer Main{EftStation) 1331225- EA t S2,000.001 $2.000,00 19 3339.D001 Epmmannola Aer 1333960 VF :65 $195.001 $12675.00 20 1 3305.0112 lConcrateCallar 330517 EA 1 5500.00 5500.00 21 1 3305.0109 1 ITrenchSafety 390510 N- LF :4818 51,00 54,g1$.QO 22 3301:0002 Post 2:CTV Inspect on 33 01 31 1 LF 4818 $2-0ol $9.63$00 23 1. 3301:0101 Manllme Vaeum Testing ,33 01 34 .. -. EA 28 $150,001 S4:200-DO TOTAL SEWER iNtPROVEhAENTSi 5368,f 13.50 PAVEMENT IMPROVEMENTS 2d 3213.0102 S*Cone Pvmt: - - 39.13.13 .SY 17191 534,50 9593-089-501 25 321f0400, 1 Hydrated Lima t,42lbsis` 321129 TN 386 517S.001 567,550.00 26 3211,0502 ti"LimaTrratmant'. 1321120 Sy 18394 $3,251 $59,780.50 271 3213.0353 4'"ConcSidewalk 1321320 SF 5115 S3.001 S15345-00 28 1 3213.0506 18affierFreeRamp.Type P-1 32.1320 EA 6 $1,200.0 $7.20000 29 3213;0504 - 0anierFinaRomp,Type M-2 1321310 FA'J 8 1 $1,200,001 $7.200.00 30: 3213.0501_ BanlerFreeRam`F eR-1- 331320 FA 6: $1,400:001 StIA00.00 313137.0104 12•18"Non-Grouted Rip-Ran•Rao on Geotexole Fabric 3137 O0 SY 150 575:00 111,250.110 32' ,,10357- 605 3025 s NOT PVC SCH.80 2s 05 33 tJ 74b 516.00 511 920.00 33 2605.301) 7 CONDTP/CSCH80M, 1200533 14,001 $5,022,00 TOTAL PAVINGIMPROVE{LIENTS: $787.657.00 DRAINAGE IMPROVEMENTS 34 3349.5001 Jurcurb Inlet 1334920 EA 1 -2 1 $2.500,001 55.000.00 35 3349.5002 16'Gurb Inlet 133-4920: EA 1 1- $3.800.00 $3,800-00 36 3349:5003 20'Curb inlet 1344920 EA 2 1 54,500.00 $9,000,001 37 3341-0202 21"RCP,Class Ill 1334110 LF 1 35 S50.00 S1.750.001 38 1 3341,0202 124-RCP.Class Ill 13341AD- ,LF^ 94 S55.001 S5.170:C0 39 1 .3341.0302 30'RCP,Class 111 1344110. LF' 293 $65.00 S19 045.00 40 1 3341.0302 38"RCP,Class Ill 13341 10 LF 30 S85A01 S2.550.001 41 1 3341,1001 3x28axCutven 3341-TI LF 100 $135.001 S1 500.00 42 1 3341,1201 I5x2 Box Culver: 13214110 1 LF 1 $09 f $185,001 5112 665.00 43 1 '3341,1201 16x3 Box Culvert 334110 LF 1 -17 $195.001 $3,315.001 44 1 3349-0001 4`StormJuncBallBox 024114 .. EA I 1 $4,000,001 54.000,00 45 1 3349:00(14 7'Storm Junction Box 1334910 EA I 4 S7.500,001 S7 500:00 46 -1 3305.0109 17terich84 330510 LF I 1t7a $1-00 $1178.00 47 3349.1003 "24"Flared Headwall,Ipipe SO-015) 1334440 - -.- _. EA 1 2 1-.,. $3.000,001 S6,000.W 48 3349.11X73 24"Fla ed Headwal1,1372'RCBtSD017} 334940 FA 1 -$5,500.00 55,500.00 49 3349,100 36 Fiare0Haadwall,15'x3'HCBiSII01r'J 33 i4 tri r"A 1 $6,SOO.i70 56, )tl:30 50 3137-0104 12"48`Non-Grouted Rip-Rap on Geetextile Fab6c 1313700 SY 1- -:332 375.001 $24,90().00 51 1 3349-1000 Headwall.Box Cuiverl 1334940 1 CY 1 4 5750,00 33.000100 TOTAL DRAINAGE IMPRQ 1 $234,373,00 1 t 7 d t of, {Prir14rmIll inns ta{h 1 1'ct ti 4rAIALN(l) WO;1114tIIUN SPIAR-ICAO.-N_XA 1ii A.7<-liFLTl,:.i'L7t\iVARtJI;i)PrR(I1t•;l'f5 Lt P,4-,:p 1,-0 2' Am'r�ryXq:zcMF'EPta�!.4111 IFssi�`kt iXil 6�IS.0 Bn{h t71t7 4vttTMAIAL . Pqr i•wJ SECTION 00 4243 OevelcperAwatdodPtt W.0-PROPOSAL FORM UNIT PRICE Blip Bidder's Application ' P+gcstdtca+tnl'auuton Dtdd�s Prr�)xo1 Bidlistltm Nm - D ncvt S -ificahon Section No Unitof Bid p .Ateasato QiranUt;% _UiI1tPoro. -BidWue SIGNAGE AND PAVEMENT MARKINGS 52 3471,0001 TratScConVol 347113 MO. 3 S1,000:00 $3.000.00 S3 - 344f.4404 Furr[isFUlrtstaltAfum Sin Ground Mouet.Ci .Sld. - 34 41:'0 EA 6' $500,00 $3.000.00 TOTAL SIGNAGE ANO PAVEMENT MARKINGS!I 56;000.00 STREET LIGiTfNG IMPROVEMENTS 54 3441,3002 R Ilium Assmbt TY 11,0=25,and 0.30 1344120 1 EA 1 25 1 S2.8COL.001 $70000.00 55 3441.3050 lFumisMnstall LED Lighting Fixture i70 watt AT BO Cobra 34 4120 EA 25 3550.00 $19 750.00 56 3441.3110 Lnstatl Lj tilm Fixture 35 at 2O EA 25 1 $200.00 $5 000.00 57 3441.3301 Rawy Ilum Fourtdaticn TY 12'and 4 7 344120. PA 25 S1 Of .00 $25.000.00 58 3441.1317 XHNWBlack Candu=r 344120 LF 5604 $3.00 $16;612:00 59 2605.3011. 2'CONDTPVC SCHBo T) - 280533' L° 1 1868 $12.00 322,416.00 TOTAL STREc-i-LIGHTING IMPROVEMENTT$i $152 978.00 Bid SurnM2ty $1,886,672.25 TotAt coast—fion Did $1,8$0,872.25 Cmtitactougrets to wmpkte WORSCAt FINdl.ACCEPTANCE W. COYt-R.><Crcommatecs�to n+a As ptu.fded in theGetternl Conditions. Tblu BROCK HUGG17.t5,V.P, 0".q: CONATSERCON9T7kt:Cn0R-i1iL,P. .Adilnzc: P0SON IWa3,FORTS9ORrH.T3?Gtto . FxND OF$EGrlOiY K t Y 1 f crr cw--t,tzr}4uxn; sm.,g ST.\h)nHiSi;Ot+'.YFttti MIN KF't;gF1CiS IN1N.ikN l.:f-YTS..TWIVU,OfTH AWARIND NRVALCfS 4111 q?i. I;x4r,; cam�rnpx)'ncixcn!ac t.�); LY4+1 I,i{!T3S