Loading...
HomeMy WebLinkAboutContract 49312 CITY SECRETARY c CONTRACT NO, Developer and Project Information Cover Sheet: Developer Company Name: Creek Run, LLC Address, State,Zip Code: 6100 Southwest Blvd, Suite#501,Fort Worth,TX 76109 Phone&Email: 817-377-4344,nickkmartin@martinland.net Authorized Signatory, Title: Nicholas Martin,Jr. &Louella B.Martin ,President,Vice President Project Name: Cottonwood Village at Creek Run Brief Description: Water, Sewer, Paving, Street Lights Project Location: 8871 Creek Run Rd Plat Case Number: FP-16-109 Plat Name: Cottonwood Village Mapsco: 67U Council District: 5 CFA Number: 2017-049 City Project Number: 100852 To be completed by staff Received by: S Date: 7 _ Q�p 1 2 3 4 5 >ti CP of IFIGlp" � .. CITY S�CR�TA� � ,� ti sb � Z ` Wd City of Fort Worth,Texas Standard Community Facilities Agreement-Cottonwood Village at Creek Run CFA Official Release Date:02.20.2017 Page 1 of 12 STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, Creek Run, LLC, ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Cottonwood Village at Creek Run ("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; and WHEREAS, the Nicholas Martin Jr. Revocable Living Trust, 6100 Southwest Blvd, Suite501, Benbrook, TX 76109, ("Guarantor") shall provide the financial guarantee required by this Community Facilities Agreement. 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. City of Fort Worth,Texas Standard Community Facilities Agreement-Cottonwood Village at Creek Run CFA Official Release Date:02.20.2017 Page 2 of 12 B. Developer, or the Nicholas Martin Jr. Revocable Living Trust ("Guarantor"), 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 and Guarantor further acknowledges that said acceptance process requires the Developer's contractor(s) to submit a signed affidavit of bills paid and consent of Surety signed by its surety to ensure the contractor has paid any sub-contractor(s) and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full by Developer for all the services provided under this contract. C. Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City-approved construction plans, specifications and cost estimates provided for the Project and the exhibits attached hereto. D. The following checked exhibits describe the Improvements and are incorporated herein: Water (A) ®, Sewer (A-1) Z, Paving (B) 0, Storm Drain (B-1) Imo. 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 City of Fort Worth,Texas Standard Community Facilities Agreement-Cottonwood Village at Creek Run CFA Official Release Date: 02.20.2017 Page 3 of 12 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. 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. City of Fort Worth,Texas Standard Community Facilities Agreement-Cottonwood Village at Creek Run CFA Official Release Date: 02.20.2017 Page 4 of 12 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. 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, City of Fort Worth,Texas Standard Community Facilities Agreement-Cottonwood Village at Creek Run CFA Official Release Date: 02.20.2017 Page 5 of 12 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. 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. City of Fort Worth,Texas Standard Community Facilities Agreement-Cottonwood Village at Creek Run CFA Official Release Date: 02.20.2017 Page 6 of 12 iii. The City may utilize the Developer's or Guarantor'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 or Guarantor'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-Cottonwood Village at Creek Run CFA Official Release Date: 02.20.2017 Page 7 of 12 Cost Summary Sheet Project Name: Cottonwood Village at Creek Run CFA No.: 2017-049 City Project No.: 100852 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 Constriction 1. Water Construction $ 72,043.75 2.Sewer Construction $ 129,390.00 Water and Sewer Construction Total $ 201,433.75 B. TPW Construction 1.Street $ 9,846.92 2.Storm Drain $ - 3.Street Lights Installed by Developer $ 23,519.13 4. Signals $ - TPW Construction Cost Total $ 33,366.05 Total Construction Cost(excluding the fees): $ 234,799.80 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 4,028.68 D. Water/Sewer Material Testing Fee(2%) $ 4,028.68 Sub-Total for Water Construction Fees $ 8,057.36 E. TPW Inspection Fee(4%) $ 393.88 F. TPW Material Testing(2%) $ 196.94 G. Street Light Inspsection Cost $ 940.77 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 1,531.58 Total Construction Fees: $ 9,588.94 Choice Financial Guarantee Options choose one Amount Mark one Bond=100% $ 234 799.80 Completion Agreement=100%/Holds Plat $ 234,799.80 Cash Escrow Water/Sanitary Sewer= 125% $ 251,792.19 Cash Escrow Paving/Storm Drain= 125% $ 41,707.56 Letter of Credit=125%wl2 r expiration period 1 $ 293,499.75 1 x City of Fort Worth,Texas Standard Community Facilities Agreement-Cottonwood Village at Creek Run CFA Official Release Date:02.20.2017 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 O FORT WORTH DEVELOPER: Creek Run, LLC <� La to /-P ,��� I/ esus . Chapa Assistantity anager Date: Name:,-? Y, Nicholas Martin, Jr. & ouella B. Recommended by: Martin Title: President, Vice President GUARANTOR: ,k�We -Babu 1, EMBA, P.E. Nicholas Martin Jr. Revocable Living Trust evelopment Engineering Manager Water Department l Name: 1w Title: DouglasV. Wiersig, P.E. Director Date: Transportation& Public Works Department ATTES : (Only if required by Developer) Approved as to Form &Legality: Signature Richard A. McCracken Name: Assistant City Attorpey M&C No. A2114/4 Contract Compliance Manager: Date: Form 1295: 1� -- By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ATTEST: ensuring all performance and reporting f F FORTS requirements. MarJ. s * :2 City Se retary �',� Name: Janie Morales S'. Title: Development Manager City of Fort Worth,Texas Standard Community Facilities Agreement-Cottonwood Village at Creek Run OFFICIAL RECORD CFA Official Release Date: 02.20.2017 CITY 8ECWAW Page 9 of 12 FT,WORTH,' 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 ® 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-Cottonwood Village at Creek Run CFA Official Release Date: 02.20.2017 Page 10 of 12 ATTACHMENT 4" Changes to Standard Agreement Community Facilities Agreement City Project No. 100852 1. The following recital was added: WHEREAS, the Nicholas Martin Jr. Revocable Living Trust, 6100 Southwest Blvd, Suite501, Benbrook, TX 76109, ("Guarantor") shall provide the financial guarantee required by this Community Facilities Agreement. 2. Subsection B. was amended to read as follows: Developer, or the Nicholas Martin Jr. Revocable Living Trust ("Guarantor"), 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 and Guarantor further acknowledges that said acceptance process requires the Developer's contractor(s) 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. 3. Subsection P(iii) is amended to read as follows: iii. The City may utilize the Developer's or Guarantor'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. City of Fort Worth,Texas Standard Community Facilities Agreement-Cottonwood Village at Creek Run CFA Official Release Date: 02.20.2017 Page 11 of 12 4. Subsection P(iv) is amended to read as follows: iv. The City may utilize the Developer's or Guarantor'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. City of Fort Worth,Texas Standard Community Facilities Agreement-Cottonwood Village at Creek Run CFA Official Release Date:02.20.2017 Page 12 of 12 N JOHN T. WHITE RD QS SITE W- -E COTTONWOOD DR ¢ d x U E- m d W TOM LANDRY FWY I-30 MEADOWBROOK DR LOCATION MAP not to scale - - - - - .. — _ _._. — — _.._ - - - - _._. _..._ — _ ? _ — _ _ — _ N - - - - - - ' - _ GRAPHIC SCALE 50 0 50 100 CITY PROJECT NO. 100852 OWNER/DEVELOPER �� / Ile CREEK RUN, LLC / ss 6100 SOUTHWEST BLVD., X501 / / •��� !s// ,/ FORT WORTH, TX 76109 TEL 817-377-4344 � �pP.Qtiy LEG E N D ss / PROPOSED 2' WATER W �Q^ / PROPOSED GATE VALVE --♦♦— EXISTING 8' WATER W EXISTING GATE VALVE ----8�--— j EXISTING FIRE HYDRANT -6- OF oqQ , .. � � CHARLES..F:..STARK . 57357 rZ 0••P o;'v, L \ ��S S ONAL \ . 03/212011 USE OF iH15 aECMNIC sFAL/SIGlNNRE AUIFiCRIZED w cwit S F.SiARi(.P.E EGSTRMM EXHIBIT 'A' WATER IMPROVEMENTS WE 77M.B.._7 7w,Qq COTTONWOOD VILLAGE SHO Aqui'+5'a�t. Tura rQi b2 {ULi1355.9tttA 1T'i�era81.E1ia T W '�.4, LOTS IRI-IR25, BLOCK I A EX aS FS EX 15 SS — s SS- SS F SS SS ss ss —.-- _ _._ MY 5 oo or GRAPHIC SCALE 1"=100' 50 0 50 100 / �ti3 8 0. 1 /c, / CITY PROJECT NO. 100852 ti` e� OWNER/DEVELOPER CREEK RUN, LLC 6100 SOUTHWEST BLVD., J501 /�f `,�1 FORT WORTH, TX 76109 /, '- s, `^ TEL: 817-377-4344 1 r - / J / 6 � LEGEND PROPOSED 8" SEWER $ v PROPOSED 4' MANHOLE PROPOSED WASTEWATER ACCESS CHAMBER EXISTING 8" SEWER S EXISTING 4" MANHOLE — n OF r `9 C7 lP yQ GHARLES••F:••STAR.. 'PO 57357 .'�4 \ \ yo Z);A '\\ � �• \ �SS�ONAL '. p01�2a11 USE GF THIS ELECTRONIC SEAL/SIGNATURE A14'RTI!_BY CINRLES F.SPARK•P.E. TEXAS REGIS7RITION NO.57357 Berrvn.Sl�rsrl[•SYYIh PRW=No. 8124 EXHIBIT 'All SANITARY SEWER IMPROVEMENTS a,E 03/211/2017 6221 Southwest Boulevard.Suite,00 COTTONWOOD VILLAGE SHIM Fort Worth, Texas 76132 (0)817.231.8100 (F)817.231.8144 1 1 1 ^/S 1/^t TK7 1 Texas Registered Engineering Finn F-10998 LOTS 1 R 1_1 RL✓7 BLO 5, CKI 1 A l Texas Registered Survey Firm F-101588W www.barronstark.c 7 GRAPHIC SCALE 1"=100' / < \ 4, , 50 0 50 100 CITY PROJECT NO. 100852 /6 OWNER/DEVELOPER t; CREEK RUN, LLC 6100 SOUTHWEST BLVD., J501 FORT WORTH, TX 76109 TEL: 817-377-4344 0���/ `pie• / n /�; , \ \ / i � \sye��O,,� 55, f/�Gp Q / \♦ LEGEND PAVIINGSED DRIVEWAYONCRETE APPROACH �Q Q \ *: •� :fit \ \ CHARLES RK 5735 7•..7.....♦ �,�. •.'�4. ♦♦ ♦ 0,,�;PFC RF,Q:�4i SS/ONAL. ♦� `\ � 03�21/2 USE OF THIS ELECTRONIC SEAL/SIGNATURE AUTHORIZED BY CMRLE5 F.STARK.P.E. 7 ftROn+$�����h 1 1 PROJECT No. 8124 ,� EXHIBIT B PAVING IMPROVEMENTS DAM 03/21./2D17 6221 Southwest Boulevard,Suite 100 COTTONWOOD VILLAGE SM7 Fart Worth, Texas 76132 612231.6100 817.231.8148 Te- LOTS 1R1-1R25, BLOCK I B Texas Registered Engineering ing Firm F-18896 Texas Registered Survey Fin F-10758800 www.barronstark.com GRAPHIC SCALE —— — —— — ———— --\ 625R%i-m�� 50 0 50 100 CITY PROJECT NO. 100852 OWNER/DEVELOPER CREEK RUN, LLC 6100 SOUTHWEST BLVD., J501 FORT WORTH, TX 76109 // // a \ �/ // �,�` / TEL 817-377-4344 CIO 4? > Ci LEGEND PROPOSED STREET LIGHT (POLE & LUMINAIRE, 2 EA) EXISTING STREET LIGHT OF r ........... / CHARLES STARK ................................. 57357 ST .......... CONAL 20,f 0 I AUWTMEBGYI=F NQ,735� F 7 P. EXHIBIT 'C' STREET LIGHT IMPROVEMENTS C-41* i an &W Wo COTTONWOOD VILLAGE SHM FWt rranea d T� 32 7WF, rrd+�WMwq Tim sum LOTS IRI-IR.25, BLOCK 1 W42d DAP-BID PPf2 PiW p Id3 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Prujan It®IBfottlutioD BWdds Pmpoe+l B Wt Daatption Spai6.fim Sema No. Q ib Unit Rus Bid Valm NIT I:WATER IMPROVEMENTS 1 9999.0000 2'PVC Water Pipe SDR 73.5.{315 PSI).__—.._._ NS LF 895 $15.00 $13.425.00 ...—'-- _..._._...__. ..__.—._.. .. __. ....-'-----'--.....-._.-.- ..__-_.._..-- 23312.4004 8'X8'Tapping Sleeve and Valve 3312 25 __- EA 7 _�5 000.00 S35 M-q!) -3 3312.2003 1'Water Service .- 331210 .._.......... _ _.. _ 25 5800,00..-_._;!20000,00 4 3305.0109 Trench S 330510 LF 895 12 $1.118.75 5 3311.0001 Ductile Iron Water Fittings w/Restraint 331111 TON 0,25 510 000.00 $2 500.00 _._._.___....._.._............. ................................---'-_.-._._..........__._..___.___........__..._................._..-_-_......._................................_...___................._.................___............._..___._...__..- .........__.._._......._.............._....._........_......._..........................__._....._..._.__.....__......._.._...... _........ ........._.................._.........._._....................._..._...._..._....._.............. _.... .................._................................._._..._..........__._._..._.._._.._ ......._.-...-_'-.--._....._----'---._.:._---'--'--..._.__.-....._..__....._-._ ._. .....---NT.S.....-................._... ......_.._............_._....._._._.. .._....._.... _ _........ _ ........................_.._.._.._................__.................._ . .-'-'— ._.......... ._. ...._.._.._...._..._._.....---................. _ . TOTAL UNIT I:WATER IMPR VEME ... 572,043.75 COY OF PDRr WORTH 0042 L_Bil?.Po -_ .4 n NDARD CON STROCIIDN]PECMCAMNOOCNENr3-DENUOPER AWARDED PROTECTS C—o Vdw FamV im APd 22014 CPN I.M2 W42 4P DA'.am PROPOSAL Paan 2 of'_ SECTION 00 42 43 Developer Awarded Projects•PROPOSAL FORM UNIT PRICE BID Bidder's Application Projea Item Inform Biddds Pmpmal DewfiI Bidlist Unit of Item Iv'o. �°R Spaification Section N.. hlcoRre Bid Quit' Unit Prim Bid value NIT 11:SANITARY SEWER IMPROVEMENTS 1 3331.4115 8'Sewer PiPe 3311 10,33 31 12,33 3120 LF77go. 34.00 58,480.00 2 3331.3101 4'Sewer Service 33 31 50 EA 25 j325.00 $8 125.00 3 3339.1001 4'Manhole 33 39 10.33 39 20 EA 7 $3 700.00 X25 900:00 _.._4..__.3301.0002.Post-CCTV Inspection 5 3305.0109 Trench Safety 330510 LF 1720 725 $2,150.00 6 3301.0101 Manhole VacuumTest —_ 33 01 30 _ EA 7 _ 5150.00 $1 050.00 7 _ 3339.1003 4'Extra Depth Manhole —33 39 10,33 39 20 �— —VF 10 Vacuum --Li—N-09 $1 790.00 8 3339.0001E Manhole Liner 333960 VF 7 $450.00 3 150.00 9 3305.0112 Concrete Cellar for MH not in Qavement 33_0517 EA 1 X500.00 x500.00 �70 9999.0001 Conned to Ex.Manhole 038000 — EA 1, $1,500:00 —$i•500.00 ........_71...._. 3339.0003 Wastewater Access Chamber 33 39 40 ...._ ._.......................7....—$1 :99..._...._� AP—q- 12__..3331.4116 8'Sewer Pipe,CSS Backfill 33 11 10,33 31 12,33 3120 LF 120 $85.00 ..... 0330.0001 Concrete Encase Sewer Pipe 03 3000 CY._.. _._.,,.,.....5 .. ._.$185.00...._......... .. 5: . ....................................._.._........_........................._...._.........._..... ..................._._.........__..._..._._..........-_..................._..........................................................._..................._............_..........._..........._............................................_..............._........._... ...------`--__-----------------------------------------__—__._____—.._...------------_-------..__..__—___....._------_---------- ITOTAL UNIT It:SANITARY SEWER IMPROVEMENTS $129,390.00 Bid Summary UNIT 1: WATER IMPROVEMENTS $72043.75 IUNIT II: SANITARY SEWER IMPROVEMENTS 1 $129390.00 TOTAL CONSTRUCTION BID _ $201,433.75 Contractor agrees to complete WORK for FINAL ACCEPTANCE within�J calendar days after the date when the CONTRACT commences to run as provided in the General Conditions I ...... WORTx m 42 u ea Pmpd DnP wascv STANDARD CONSTRL'CTIDN SPEC WADON DOCl'NEIRS-DEVELOPER AWARDED PROPECIS Conwood Y&r ram V. Apt2,.V[4 cPN tams2 I ] W42Q UAP-®PROPOB,V. PWV 2d2 SECTION 00 42 43 Developer Awarded Plojecls-PROPOSAL FORM UNIT PRICE BID Bidder's Application P.jst loan BkW.Rapmd lo®No. D--p— sp=fic bm swum No. U161 of Bid t Q 7 lloe Price Bid Vah. UNIT W:PAVE IMPROVEMENTS 1_ 3213.04016-Concrete Driveway(7 drives 3x20'-&4*W) _. 3213 20-_ _.-- SF - - -3380 _----$2.25.--- $7.605.00 2 3211.01126"Flex Base Type A Grade 1(4460 sf) - 32-1123 - -SY 496 $4.52 - $2,241.92 TOTAL UNIT IV: PAVING IMPROVHYCENTS $9846-92 Bid Summary ` a-• UNIT N: PAVING IMPROVEMENTS ASAM e Contractor aurees to complete WORK for FINAL ACCEPTANCE withhoO calendar days after the date when the CONTRACT commences to run as provided in the General Conditions e e CUY OF)ORf VIORTH a43,G_]31 Fgd_MF FAV C SrAW�CMS`rRLY.-ixYi^RT�"M OOCIIl1&71S-DEVEIAFRR AWAH.I111 PROIQ.lS c.....d vmw 1' Vein AR111 2D11 4W now 004243 D.iP.MD PROPOSAL Pqe I o(I SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Projex It®Information Biddds Proposal —I I Bidlitt It—No. ��ion Sperifimtioo ScamNo. memum Qwmity unit Price Bid Value UNIT V:STREET Ll 31-ITING IMPROVEMENTS 1 2605.3015 2'Conduit PVD Sch 80 T 26 0533 LF 567 $8.62 887.54 2 3441.3110 Instq11.Ugtt§nA Fixture 34 41 20 EA 1 2 $5,575.00 $11.150.00 3 3441.3201 LED Lighting Fixture 34 41 20 EA 2 $393.00 $786.00 4 3441.3301 Rdwy Illum Foundation TY 1.2&4 34 41 20 EA 2 $2,846. 5 692.00 5 3441.1408 No.6 Insultated Elec Condr 3441 10 LF 1701 $0.59 $1,003.59 .....__..__.._..._.._........._...............__....._......._......_.................-_..............-..._................._..................__.._._...._..............................----...._.._........__......._.....------._..._.__..._...--'---..._....._--"----_._._..._.._....-- ....__.........._........_.......__..........._...__.............------"---.._................_..........._.-_........_....__......._.._._........._......._-_.-..._.._...._..._..__.-.._..__......_._............._.._......__...--.........................._......._.._...-'-------..... ......-_._.__......—....._--'--.._...----._._.____..._.-.....__.-.._.._....__.------ _......--'--.._.__..._...__..----..._...._._-.__..---.._..._.._.__._ _.._....._.-_....._._._.._.._..---__._..�...-.-.-- .........._—..........--'-'----.....___.._........---`--.........._._..-..---.........._...._........_..........__...........___....._..__-_..___._..........................._.-_.._.....__..._......_....___.._-'--..._...............__..........-.............. ......__........_.-.-..._...._..._.._.._.........--'--..__...._.............---._....._........_..............._...__.....-__._....._._.:".............._.........._.__........._.........__.....-......_....__...._...._..........._..._..__-.........._.............._.....__.._....._.v......__.._...__.. ........_._...__ ..................-........_......._......_.........-.........._........._.__.-.-.................._..._._........_....._.....__.-................._....._..............._._.._..................._................_.._.............I........_.._.............._--.....__.........._.._...... ......_..--................_..__....__._._.._.........._............_....._........._.................._....___.._..._.............._................__.......---_-...._............................._..._.._.__..._.._..................__..._____.._.__-...._._.._.._.__..___.._.._._........................................ ........__..._.........._......_....................._...._......__.........._....._....._.._._.__._........_..._........_....._......................_......................._..............._.__.........._.._..........................._......_......._._......._....__.._........._._..........._......................._.-....._...._._...... -- TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS $23,519.13 Bid Summary .. I UNIT V: STREET LIGHTING IMPROVEMENTS $23,519.13 TOTAL CONSTRUCTION BID $23,519.13 Contractor agrees to complete WORK for FINAL ACCEPTANCE within,30 calendar days after the date when the CONTRACT commences to run as provided in the General Conditions �1 C11710110 TWORTH 0042 43-Bid Prgm1-DAPSL CV STANDARD CONSTRUCMN SPECDTCATIDN DOCULENM-DEVEIDPERAWARDFD PROIEC75 Cmaara dValor Fero Vimip Ap0 3.3014 CPN 10002 V+