Loading...
HomeMy WebLinkAboutContract 49186 CITY SECRETARY/f CONTRACT NO. Developer and Project Information Cover Sheet: Developer Company Name: Jen Cro LLC Address, State,Zip Code: 6012 Reef Point Lane,Fort Worth, TX 76135 Phone&Email: 817-401-7855,richard@crosscompanies.com Authorized Signatory, Title: Richard Cross Project Name and Brief Red Eagle Place Description: Project Location: Red Eagle Place Plat Case Number: None Plat Name: Red Eagle Place Mapsco: 32Y Council District: 2 City Project Number: CO2419 CFA Number: CFA 2016-104 DOE Number: None To be completed by staff.- Received taffReceived by 120 yDate: 4 4 Q RECEIVr_ CV JUN 1 i 4 2017 � f CITY OFFon j CITYSECRtjAR} City of Fort Wort , E Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 OFFICIAL RECORD Page 1 of 11 CITY SECRETARY FT.WORTH,TX STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, Jen Cro LLC , ("Developer"), desires to snake certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Red Eagle Place ("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 fiiture 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: 10.07.2015 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) ❑X, Paving (B) ©, 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 Il, 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 perforin 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 naive 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: 10.07.2015 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 fiilly 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: 10.07.2015 Page 4 of 11 L 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 alleked neelizence 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 damazes are caused, in whole or in part, by the alleged ne-licence 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: 10.07.2015 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: 10.07.2015 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: 10.07.2015 Page 7 of 11 Cost Summary Sheet Project Name: Red Eagle Place CFA No.: 20016-104 CP No.: CO2419 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 inforniation. Items Developer's Cost A. Water and Sewer Construction 1. Water Construction $ 189,001.00 2.Sewer Construction $ 229,460.00 Water and Sewer Construction Total $ 418,461.00 B. TPW Construction 1.Street $ 570,914.92 2.Storm Drain $ 157,963.10 3.Street Lights Installed by Developer $ 58,074.08 4. Signals $ 5,590.00 TPW Construction Cost Total $ 792,542.10 Total Construction Cost(excluding the fees): $ 1,211,003.10 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 8,369.22 D. Water/Sewer Material Testing Fee(2%) $ 8,369.22 Sub-Total for Water Construction Fees $ 16,738.44 E. TPW Inspection Fee(4%) $ 29,155.12 F. TPW Material Testing(2%) $ 14,577.56 G. Street Light Inspsection Cost $ 2,322.96 H. Signals Inspection Cost $ 223.60 H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 46,279.24 Total Construction Fees: $ 63,017.68 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 1,211,003.10 Completion Agreement=100%/Holds Plat $ 1,211,003.10 x Cash Escrow Water/Sanitary Sewer=125% $ 523,076.25 Cash Escrow Paving/Storm Drain=125% $ 990,677.63 Letter of Credit= 125%w/2yr expiration period $ 1,513,753.88 City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 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 Jen Cro LLC Jesus J. Chapa Assistant City Manager Name: Richard Cross / �`� ( Title: Developer Date: to 17 Date: Recommended by: ATTEST: (Only if required by Develo Wendy t-Babulal, EMBA, P.E. Development Engineering Manager Signature Water Department Name: i�f6 0 , Dougla . Wiersig,P.E. Directo Transportation&Public Works Department Approved as to Form &Legality: ATTEST: Richard A. McCracken ary J. K se Assistant City Attorney cretary Or- M&C No. N1�4 �.� ,.F , ORT Date: 5121) O' O OFFICIAL.RECORD City of Fort Worth,Texas CITU al[CRATARtY Standard Community Facilities Agreement FTN WOWNj TX CFA Official Release Date: 10.07.2015 Page 9 of 11 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. ) Date: ' Janie S. Morales Development Mana r 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 F Location Map FX Exhibit A: Water Improvments Water Cost Estimate ® Exhibit A-1: Sewer Improvements ® Sewer Cost Estimate FZ 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 CFA Official Release Date: 10.07.2015 Page 10 of 11 ATTACHMENT"I" Changes to Standard Agreement Community Facilities Agreement City Project No. CO2419 None City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 11 of 11 T� N C— m t. J r, t a T rn� DF-rv_,! _ "s'Cis 1 � I � 6 r• BoatClub Rd Goat club Rd O rd �W Nq Q Y. ar �L 1. O Znzddi Pwbrrts Pci Ro.vrii�i< overt. "d " - a, rlrvr Dr sc-E3r ESurvrv,e St 5c-tn!f a y"iSe St d Lyt T Tila, E! �' P'Ia Uip Encs vxl St aanr,:g€1 btu:ar ' l t> 1- r -`�.ti1a5JLs}r�5:;s{a.�i3 �`�Iigf�:Jo�'vtl5'dL'3l +�d. la WI r Foy t.g�t 4r`at -V y amav PROJECT NAME: 3102 Maple Ste. 400 Red Eagle Place, 972-554-1100 Ave.,,(Office) DRAWN BY. JHB Fort Worth, Texas 1-8G6-682-8129 (1?tx) DATE. Aucusr tors CIVIL Contact@Civilpt.com SCALE: N.T.S. V ENGINP01' S SHEET 1 OF6 T a� gNti ` K � I r n G T DRI a a i . W r z Z ° n W z ca Z � x m r mE z X > Z D ;20 -n m < m m m X 0 D — 0m <rD- m ZD r n m ZZ m m � 'a — PROJECT NAME: 3102 Maple Ave.,Ste. 400 Red Fade Place, 972-554-1100 (Office) DRAWN BY., JHB Fort Worth, Texas 1-866-682-8129 (Fax) DATE: AUGUST 2016 �'�'� f, Contact@Civilpt.com SCALE: 1• = 200' E N G I N E E R $ LSHEET 2 oF6 �a3N m _ a r ouW e 0 o v a W y . m O n Two, 2 n — :[- , - Z s - IM G) -- r -1 m C11) z p D � -um (n Z - zo mu) * 7 11 y -o —I m _< _ z U) z ;ao -— - - -- _ M C/) < r T-�- r m n z ;0 m m PROJECT NAME: _ X102 Maple Ave.,Ste. 400 Red Eagle Place, 972-554-1100 (Office) DRAWN W. JHB 1-866-682-8129 (Pax) DATE: AUGUST 2016 Fort Worth, Texas CIVIL Contact (,ivilpt.com SCALE: 1' = 200' fNGit4EERS LSHEET 3 OF6 s r 0 � m 0 z 0 z z 4 S W W C) Z �p m _ d e . N o r I - m �, 4 4' . m 1 N zm z m iU0 D o z z 0 0) 0 INA C/) 0 — -- ------- ------ -- m z ��� F D r PROJECT NAME: 39 02 Maple Ave.,Ste. 400 Red Fable Place, 972-X54-1100 (Office) DRAWN BY. JHB Fort Worth, Texas 1-866-682-8129 (Fax) DATE: AUGUST 2016 CIVILContact@Civilpt.com SCALE: 1' = 200• ENGINEERS SHEET 4 OF r O m m a I m / z 0 _I m m o � CD n r m a Baa a3N a r m O - m . m W r- 0 7 PR - 5 G TDR V I r z m O e D +I W D Z Z cu D I X ------ -- - ----- ---- _-- - ------ F-I wa0 o oQi C urn �m QI C) z m z Z r M � m PROJECT NAME: 3l 02 Nfaple Ave,Ste. 400 Red Eagle Place, 972-554-1100(office) DRAWN BY: JHB 1-866-682-8129 (fm) DATE: AUGUST 201.6 Fort Worth, Texas Contact@Civilpt.com SCALE: 1' = 200' CIVIL I ENGINEERS SHEET 5 OF6 3Na�a a 17- ZFA FARSIGHT DRIVE I i .I W C n o m � O u .7 c z s b jm � I < z s 0 D I Im r O O Z C 56 m O � PROJECT NAME: X102 Maple Ave.,Ste. 400 Red Eagle Place, 972-554.1100 (Office) DRAWN BY: JHB 1-866-682-8129 (Fax) DATE: AUGUST 2016 Contact@Civilpt.com Worth, Texas Civil t.com SCALE.' 1' = 200' CIVIL PO I F ENGINEERS SHEET 6 oF6 00 42 43 DAP-BID PROPOSAL Pane I of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Section No. Unit of Bid Unit Price Bid Value Item No. Measure Quantity UNIT I:WATER IMPROVEMENTS 1 3305.0109 Trench Safety 33 05 10 LF 2890 $0.10 $289.00 2 3305.0116 Concrete Encasement for Utility Pipes 33 05 10 CY 3 $74.00 $222.00 3 3311.0241 8"Water Pipe 33 11 10,33 11 12 LF 2890 $23.00 $66,470.00 4 3312.0001 Fire Hydrant 33 12 40 EA 3 $3,600.00 $10,800.00 5 3312.0117 Connection to Existing 4"-12"Water Main 33 12 25 EA 5 $2,100.00 $10,500.00 6 3312.2001 1"Water Service,Meter Reconnection 33 12 10 EA 103 $657.00 $67,671.00 7 3312.2002 1"Bored Water Service 33 12 10 EA 6 $1,910.00 $11,460.00 8 3312.3002 6"Gate Valve 33 12 20 EA 3 $800,00 $2,400.00 9 3312.3003 8"Gate Valve 33 12 20 EA 15 $1,260.00 $18,900.00 10 3311.0263 8"PVC Water Pipe,Select Backfill 3311 12 LF 2890 $0.10 $289.00 TOTAL UNIT I:WATER IMPROMEMENTS1 $189,001.00 CITY OF FORT VNORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER ANARDED PROJECTS Form Vesion April 2,2014 RED EAGLE PLA('E4)0 42 43_Rid Proroial Keith Pri—A, 00 42 43 DAP-BID PROPOSAL. Page 2 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Section No. Unit of Bid Unit Price Bid Value Item No.I I I Measure Quantity UNIT If:SANITARY SEWER IMPROVEMENTS 1 3331.3101 4"Sewer Service 3331 50 EA 103 $682.00 $70,246.00 2 3331.3103 4"Bored Sewer Service 33 31 50 EA 6 $1,140.00 $6,840.00 3 3331.4115 8"Sewer Pipe 33 11 10,33 31 12,33 3120 LF 2800 $28.00 $78,400.00 4 3331.4116 8"Sewer Pipe,CSS Backfill 33 11 10,33 31 12,33 31 20 LF 174 $51.00 $8,874.00 5 3339.1001 4'Manhole 33 39 10,33 39 20 EA 14 $3,850.00 $53,900.00 6 3305.0109 Trench Safety for Sanitary Sewer Line 33 05 10 LF 2800 $1.00 $2,800.00 7 3301.0101 Manhole Vacuum Testing 3301 30 EA 14 $200.00 $2,800.00 8 3301.0002 Post-CCN Inspection 3301 31 LF 2800 $2.00 $5,600.00 TOTAL UNIT II:SANITARY SEWER IMPROVEMENTS1 $229,460.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCU\DENTS-DEVELOPER A\VARDED PROJECTS Form Version April 2,2014 RED EAGLE PLACE-0(142 43,Bid Pmpowl with Pricns.xls 00 42 43 DAP-BID PROPOSAL Page 3 or 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Section No. Unit of Bid Unit Price Bid Value Item No. Measure Quantity UNIT III:DRAINAGE IMPROVEMENTS 1 3137.0104 Medium Stone Riprap,dry 31 3700 SY 10 $54.00 $540.00 2 3341.0201 21"RCP,Class III 3341 10 LF 220.7 $64.00 $14,124.80 3 3341.0205 24"RCP,Class III 3341 10 LF 110.2 $72.00 $7,934.40 4 3341.0208 27"RCP,Class III 3341 10 LF 28 $80.00 $2,240.00 5 3341.0302 30"RCP,Class III 3341 10 LF 156.5 $123.00 $19,249.50 6 3341.0402 42"RCP,Class III 3341 10 LF 476.4 $166.00 $79,082.40 7 3349.5001 10'Curb Inlet 334920 EA 5 $3,900.00 $19,500.00 8 3349.7002 5'Drop Inlet 334920 EA 2 $4,000.00 $8,000.00 9 9999.0001 27"Sloped-End Headwall 334940.01 EA 1 $2,100.00 $2,100.00 10 3305.0109 Trench Safety 3305 10 LF 992 $1.00 $992.00 11 9999.0006 Modifications to Existing Concrete 03 80 00 EA 1 $4,200.00 $4,200.00 TOTAL UNIT ill:DRAINAGE IMPROVEMENTS $157,963.10 CITY OF FOR'r WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version Aral 2.2014 RED F.AGLI-PLACE-004?43 Bid Proposal with Prima.sl, 00 42 43 DAP-BID PROPOSAL Page 4 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Section No. Unit of Bid Unit Price Bid Value Item No. Measure Quantity UNIT IV:PAVING IMPROVEMENTS 1 3211.0400 Hydrated Lime 3211 29 TN 155 $182.00 $28,210.00 2 3211.0501 6"Lime Treatment 3211 29 SY 11142 $4.45 $49,581.90 3 3201.0614 Conc Pvmt Repair,Residential 3211 29 SY 12 $99.00 $1,188.00 4 3213.0101 6"Conc Pvmt 3213 13 SY 10413 $40.54 $422,143.02 5 3201.0150 Asphalt Pvmt Repair,Sewer Service 3201 17 LF 72 $59.00 $4,248.00 6 3201.0151 Asphalt Pvmt Repair,Water Service 3201 17 LF 216 $59.00 $12,744.00 7 3213.0501 Barrier Free Ramp,Type R-1 32 13 20 EA 12 $1,650.00 $19,800.00 8 3213.0503 Barrier Free Ramp,Type M-1 321320 EA 20 $1,650.00 $33,000.00 TOTAL UNIT IV: PAVING IMPROVEMENTS $570,914.92 Crll'OF FOR r WORTH STANDARD CONSTRUCTION SPLCIFICATION DOCUMENTS-DLVLLOPER AWARDED PROJECTS Fonn Nasion April 2.2014 RED EAGLF PLACE-0042 43_Bid Pr<gxs d with Prins cls IN)42 43 DAP-BID PROPOSAL Page 5 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Section No. Unit of Bid Unit Price Bid Value Item No. Measure Quantity UNIT V:STREET LIGHTING IMPROVEMENTS 1 2605.3015 2"CONDT PVC SCH 80(T) 26 05 33 LF 1475 $6.70 $9,882.50 2 3441.1501 Ground Box Type B 3441 10 EA 10 $350.00 $3,500,00 3 34041.3002 Rdwy Ilium Assmbly TY 8,11,D-25,and D- 3441 20 EA 14 $1,532.00 $21,448.00 4 3441.3301 Rdwy Ilium Foundation TY 1,2,and 4 3441 20 EA 14 $1,068.00 $14,952.00 5 3441.3401 6-6-6 Triplex Alum Elec Conductor 3441 20 LF 4425 $0.92 $4,071.00 6 3441.3201 LED Lighting Fixture 3441 20 EA 14 $301.47 $4,220.58 TOTAL UNIT V:STREET LIGHTING IMPROVEMENTS $58,074.08 CITY OF FORT NORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Tom Version April 12014 RF.D F 10LF PLACE-004'-43_Hid Prop-al with P6,t—ls W 42 43 DAP-IIID PROPOSAL Page 6 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Section No. Unit of Bid Unit Price Bid Value Item No. Measure Quantity UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS 1 3471.0001 Traffic Control 3471 13 MO 1 $1,765.00 $1,765.00 2 3471.0003 Traffic Control Details 3471 13 EA 1 $500.00 $500.00 3 3441.4006 Install Alum Sign Ground Mount 3441 40 EA 7 $475.00 $3,325.00 TOTAL UNIT VI:TRAFFIC SIGNAL IMPR—OLVEMENT4 $5,590.00 CI-n'OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Vcl ion April'2014 RED EAGLE PLACE-004'_43_Hid Pfor.-d with PriYst W 42 43 DAP-UID PROPOSAL Pap e 7 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Section No. Unit of Bid Unit Price Bid Value Item No. Measure I Quantity Bid Suunnar�y UNIT 1:WATER IMPROVEMENTS $189,001.00 UNIT II:SANITARY SEWER IMPROVEMENTS $229,460.00 UNIT III:DRAINAGE IMPROVEMENTS $157,963.10 UNIT IV:PAVING IMPROVEMENTS $570,914.92 UNIT V:STREET LIGHTING IMPROVEMENTS $58,074.08 UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS $5,590.00 Total Construction Bid $1,211,003.10 Contractor-agrees to complete WORK foi-FINAI.ACCEPTANCE within _tlays calendar days after the date when the CONTRACT cornmences to wn as provided in the General Conditions. END Or SEC'T'ION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Venim April 2.2014 RED EAGLE PLACE{1043 41,Bid Popo-I Ivid,Pricas.xls