Loading...
HomeMy WebLinkAboutContract 49537 Developer and Project Information Cover Sheet: Developer Company Name: Meadowbrook Land Partners, Ltd. Address, State,Zip Code: 3500 Maple Avenue, # 1165, Dallas, TX 75219 Phone&Email: 214-724-9281, christopher@arcadiarealty.net Authorized Signatory,Title: William Gietema Jr. , CEO Project Name: Meadowbrook Place Brief Description: Water, Sewer, Paving, Street Lights Project Location: 8421 Meadowbrook Drive Plat Case Number: FP-16-120 Plat Name: Meadowbrook Place Mapsco: TAR-081B Council District: 5 CFA Number: 2017-087 City Project Number: 100815 To be completed by taff.- Received by: Date: 4s s RECEIVED to AUG 21 2011 0 i CITY OF FORT WO,-" n� q CITY SKFV City of Fort Worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement-Meadowbrook Place CITY SECRETARY CFA Official Release Date: 02.20.2017 Page 1 of 11 FT.WORTH,TX STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary L COUNTY OF TARRANT § Contract No. '1'9 s-,�ri WHEREAS, Meadowbrook Land Partners, 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 Meadowbrook 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 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-Meadowbrook Place OFFICIAL RECORD CFA Official Release Date: 02.20.2017 CITY SECRETARY Page 2 of 11 FT.WORTH,TX 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) EA, Storm Drain (B-1) M. Street Lights& Signs (C) E-1. 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-Meadowbrook Place CFA Official Release Date: 02.20.2017 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 t 11 at 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-Meadowbrook Place CFA Official Release Date:02.20.2017 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-Meadowbrook Place CFA Official Release Date:02.20.2017 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-Meadowbrook Place CFA Official Release Date:02.20.2017 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-Meadowbrook Place CFA Official Release Date: 02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name: Meadowbrook Place CFA No.: 2017-087 City Project No.: 100815 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 $ 124,336.60 2.Sewer Construction $ 287,013.40 Water and Sewer Construction Total $ 411,350.00 B. TPW Construction 1.Street $ 22,428.00 2.Storm Drain $ 60,942.80 3.Street Lights Installed by Developer $ - 4. Signals $ - TPW Construction Cost Total $ 83,370.80 Total Construction Cost(excluding the fees): $ 494,720.80 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 8,227.00 D. Water/Sewer Material Testing Fee(2%) $ 8,227.00 Sub-Total for Water Construction Fees $ 16,454.00 E. TPW Inspection Fee(4%) $ 3,334.83 F. TPW Material Testing(2%) $ 1,667.42 G. Street Light Inspsection Cost $ - H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 5,002.25 Total Construction Fees: $ 21,456.25 Choice Financial Guarantee Options,choose one Amount Mark one Bond= 100% $ 494 720.80 Completion Agreement= 100%/Holds Plat $ 494,720.80 Cash Escrow Water/Sanitary Sewer= 125% $ 514 187.50 Cash Escrow Paving/Storm Drain= 125% $ 104,213.50 Letter of Credit=125%w/2yr e iration period 1 $ 618,401.00 City of Fort Worth,Texas Standard Community Facilities Agreement-Meadowbrook Place CFA Official Release Date: 02.20.2017 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 Meadowbrook Land Partners,Ltd. �— a Texas limited partnership J us J. Chapa By: Arcadi ealty C :, General Partner Assistant City Manager / Date: Recommended by: Name: liam Gi r. _2 Title: CEO e L Wendy Chi Babulal, EMBA, P.E. Date: Z l7 Development Engineering Manager Water Department ATTEST: (Only if required by Developer) bi, fiJ, W ` DouglQ W. Wiersig,P.E. Signature Director Transportation& Public Works Department Name: Approved as to Form &Legality: Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and Ric ard A. McCracken administration of this contract, including Assistant City AttomCrackensuring all performance and reporting M&C No. 044— requirements. Date: r7 Form 1295: Name: Janie Morales ATTEST: FORS' Title: Development Manager Nfry J. ays *' City Secretary �(e City of Fort Worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement-Meadowbrook Place CITY SECRETARY CFA Official Release Date:02.20.2017�yOUTH,TX Page 9 of 11 Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment 21 Attachment 1 - Changes to Standard Community Facilities Agreement C9 Location Map Exhibit A: Water Improvements Water Cost Estimate l Exhibit A-1: Sewer Improvements Sewer Cost Estimate Exhibit B: Paving Improvements Paving Cost Estimate ❑ Exhibit B-1: Storm Drain Improvements 01 Storm Drain Cost Estimate a� Exhibit C: Street Lights and Signs Improvements Lel Street Lights and Signs Cost Estimate (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement-Meadowbrook Place CFA Official Release Date: 02.20.2017 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 100815 None. City of Fort Worth,Texas Standard Community Facilities Agreement-Meadowbrook Place CFA Official Release Date:02.20.2017 Page 11 of 11 ZOOSI(]3V:jaqwnN 1:)afOJd e4saM g m g g g!I g fill C)cn M zFx cn 1;9 00.1 0 g'd 0 L. u 0 g v hLU i"if RE 0 d,rz LU LU tp; L Y� 1111 0 I H !j! ljjjAj w ca 0 r III MIMI` cj JJ .qii L U NO. J. 4B J1 H J(!!11{111 11 1, u ,pr Eu if 15f IN LL. I L-7 r–-—-—- --v t all M "`n�r/ �� ��ge €� j eQ!�€°i, ��3�g�E3�Q � i�,! !�,{illt(i ;4 fib I wall !i, --E l I li.1 , panrasab slqSi8 11v *:)Il 'sjuejjnsuo:)eJISB/\A LTOZ lqgijAdo:) @ :sj@jx inavi 133HS :jnoAoj @1001N Aq WDOO:6—LIOZ 'to ADW ID bmP'IV]d IVNIJ\vjo\avo\zoog[aov\slO@fOJd\:D :bU[MDja ZOOST(]3V:aagwnN 40afoad ea;sa/A 0 N O M M E h 0 m wh(VN C2C ~N Z V Z5 Eo�ae v o LU a LU Q Crit > Z a= a o o N� s � Y W 0 co co W r Q UJ C Q Z M u� O LW 3 F- z ® a d J I Q�.TITi •panaasad s;gSia Ild 's;uellnsuoD ea;saAA LTOZ 44,9!aAdoD OO :Sjajx 1000113JHS :}nO4D] 0100iN Aq WD00:6—LIOZ oto ADw }D 6MP•dVW NOIlVOO�\VdO\OVO\Z00510OV\S}DafOJd\:0 :bU]ml)aO ZOOSTdJ`d:jagwnN 4:)afOJd eJIsa/N t 1 1 O N 1\ ss O l \ HINON Q M —�— cn II � I � z O XE°tea.. V 3 l 3�oaoF O LU WW K •a snlsns v g -- CL w ;9=>- X11 03 4 LV O 9= =1 d,.� a oo �0 3 1 4 1 m a I�j .a , �17 Ir r O I � �C=7�1 a n:J a? � ZF- 11 1 aJ �3 V �3 ��q, ! z. W QI aao a f I uw 1 a co -j 1 O J a34NvlH H 1 �3 z 1 a� o3 I'g acc oW °�3 �0 ' 3s On 1 3N N — — — — f \ H I I 1 \ OO o Z W 1' m 1! IZ Z 9 > m Z (� j Q 0 J — �— _ > W W w —� �--- W Iw L.1 Q H w3 L- C) 3 li C) p p p 0 0 0 0N v) N Z Z Z Z O O O DID N0 O O cL W X X X w w w J W W W C- C- C- pamasa,8 slg2ia Iiv ':)Il 'SJUElInsuO:)eJIsaM LTOZ IgBijAdOJ OO 6Mp•asoq—x — 6Mp•ssM—x :slajX 1(lavi 133HS :}nOXDI IoS Lq WoIZ:9—LIOZ `LO Inf}0 6Mp•1f10Avi d3ivm\b'30\Ob'0\ZOOSl0ov\s}oafojd\:p :6wMoj0 00 42 43(Public) DAP-BID PROPOSAL Page I of 4 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM PUBLIC IMPROVEMENTS UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Specification Unit of Bid No Description Section No. Measure Quantity Unit Price Bid Value UNIT I:WATER IMPROVEMENTS PUBLIC 1 8-Inch PVC Water Pipe Including Pressure&Chlorination 33 11 12 LF 1946 $26.60 $51,763.60 Testing 2 8"x6"Tapping Sleeve and Valve 33 12 25 EA 1 $8,750.00 $8,750.00 3 8-Inch Gate Valve 33 12 20 EA 3 $1,400.00 $4,200.00 4 Fire Hydrant Assembly Including 6-Inch PVC&Fittings 33 12 40 EA 2 $3,875.00 $7,750.00 5 Ductile Iron Water Fittings with Restraint 33 11 11 TON 1 $6,100.00 $6,100.00 6 1-Inch New Water Service(Domestic) 33 12 10 EA 50 $725.00 $36,250.00 7 1 1/2-Inch New Water Service(Irrigation) 33 12 10 EA 1 $2,320.00 $2,320.00 8 Trench Safety 33 05 10 EA 1946 $0.50 $973.00 9 Traffic Control 34 71 13 LS 1 $2500.00 $2,500.00 10 Asphalt Pavement Trench Repair(Meadowbrook) 32 01 17 LF 17 $65.00 $1,105.00 11 Water Sampling Station 33 12 50 EA 1 $2,625.001 $2,625.00 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 TOTAL UNIT I:WATER IMPROVEMENTS(PUBLIC11 $124,336.60 CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 Acadia-Meadowbrook Place-Final bid Quantities 042017(003).xlsx ZOOSLdJ'd:jagwnN 1:)afoJd eASM � O r-1 N H�LaON Q I � zZ IW�n10N C m� =e o E n V _ 3 w Q cc = w w _ O C", Z • as sn nn �_ � ¢ g � ailN UJ Y 0 Off' cc O d N :3 I (_1 t/II a 00 1 , I m d oma, �! 1 1 a o" = W 1_ - ¢ _ LA 1 '^ a 1 \ 1 I1 W CLC Ln °C g a 1 .:� Ov�i 3N HO O Ov�i OL aL w cc cr �- ON 3 Iav am a LU O I I O¢ O I I 1 � z Z LU a m O L^i CL_ CL o0 _ ON 1 N �n - = G z =I o z a� X Z'^ O L W Ox �_ u u, a v `d Z Z I ;a: r�. N p W p N Z IL w J W a panJasaa 514818 IIV 'Jll 's;ue;lnsuo:)eJ;saM LIOZ 348ijAdoJ p 6Mp°asoq—x — 6Mp°ssM—x :sjaJX inoA`dl 133HS :}noADI IoS Lq WD6L:9—LIOZ 'LO Inf}D 6Mp,ino vi H3M3S\d3O\OVO\ZOOSIOO`d\S}Oa.fOJd\:O :6UIMDJQ SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM PUBLIC IMPROVEMENTS UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Specification Unit of Bid Description Unit Price Bid Value No. I Section No. Measure Quantity UNIT II:SANITARY SEWER IMPROVEMENTS PUBLIC 1 8-Inch SDR 26 PVC Pipe Onsite 33 31 20 LF 1512 $27.95 $42,260.40 2 8-Inch SDR 26 PVC Pipe Offsite(along Ranch&Meadowbroo 33 31 20 LF 1497 $43.64 $65,329.08 3 Asphalt Pavement Repair(along Ranch&Meadowbrook) 32 01 17 LF 1425 $64.00 $91,200.00 4 Concrete Pavement Repair(at Eastchase/Meadowbrook) 32 01 29 LF 23 $212.00 $4,876.00 5 Sawcut and Join SSMH(at Eastchase/Meadowbrook) 33 31 20 EA 1 $4,035.00 $4,035.00 6 4-Foot Diameter Manhole(Precast or Cast-in-Place)Including 33 39 10/20 EA 10 $2,880.00 $28,800.00 Vacuum Testing 7 Extra Depth Manhole over 6 VF(Precast or Cast-in-Place) 33 39 10/20 VF 16 $160.00 $2,560.00 8 6-Inch Sanitary Sewer Service(SDR 26) 33 31 50 EA 50 $480.00 $24,000.00 9 Cement Stabilized Sand Backfill 33 05 10 LF 180 $70.00 $12,600.00 10 Restripe Pavement along Meadowbrook(Match Existing) 32 17 23 LS 1 $2,850.00 $2,850.00 11 Hydromluch Seed along Meadowbrook&Ranch 32 92 13 SY 500 $2.001 $1,000.00 12 Traffic Control 34 71 13 LS 1 $4,493.92 $4,493.92 13 Trench Safety 33 05 10 LF 3009 $1.00 $3,009.00 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 TOTAL UNIT 11:SANITARY SEWER IMPROVEMENTS PUBLIC $287,013.40 CRY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Fmm Vanim September 1,2015 Acedia-Meadmvbmub Place-Final bid Quautitiea 042017(003).xlsx Drawing: Q:\Projects\ACD15002\CAD\CFA\PAV LAYOUT.dwg at May 04, 2017-9:00am by Nicole Layout: SHEET LAYOUT Xrefs: x—wss.dwg — x—base.dwg © Copyright 2017 Westra Consultants, LLC. All Rights Reserved. 1 I I I I 1 z I 0 n 0 n v C N I O 0 I I z Amo, I HIGHLANDER Cr. I v D III C m iC v W T a _ �m a °�°p C 0 I I I zn00 z OO + m°f n z _"' I �� AUGUSTUS DR. D D �� z D H� I� � IIm 0 a= X �NO \ � — N O O O ' � Westra Project Number:ACD15002 00 42 43(Pubic) DAP-BID PROPOSAL Page 1 of 2 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM PUBLIC IMPROVEMENTS UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value UNIT IV:PAVING IMPROVEMENTS PJLF 1 6"-4000 PSI Concrete Pavement w!T'Curb 32 13 13Y 278 $44.55 $12,384.90 2 6"Lime Treatment 32 11 29Y 298 $3.25 $968.50 3 hydrated Lime @ 30 lbs/SY 32 11 29N 5 $175.00 $875.00 4 6"Asphalt Pavment Transitions 32 12 16Y 32 $75.00 $2,400.00 5 Concrete header 32 13 13 190 $20.00 $3,800.00 6 Traffic Control 34 71 13 LS 1 $2,000.00 $2,000.00 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 TOTAL UNIT IV:PAVING IMPROVEMENTS PUBLIC $22,428.40 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Venin September 1,2015 Gilco-Meadmbrwk Place-FnW bid Quaatilim 042017(003).xlsx SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM PUBLIC IMPROVEMENTS UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No Description Section No. Measure Quantity Unit Price Bid Value Bid Summary UNIT IV:PAVING IMPROVEMENTS(PUBLIC) $22,428.40 Total Construction Bid $22,428.40 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 40 working days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Folin Vemim September 1,2015 Gilco-Meadmbrwk Place-Final bid Qumtitiea 042017(003).xlsx ZOOST(]DV:jaquinN IDDfoJd eJISDM � o N ' I I E u m,0zs o X E e z1! u II W Z V � Q o� a W a° o:) o as snlsnonv 1 m �°3 F. u V) a�1 °W u a= WUo 1 41 �a 00 1 coZ: a dQ I 1 ppllpm o z cc 1101 a a w m a v I � a 'o W'1J a30NVIH91H J 1 °W� s - CO1 1 a °°�p� CL te{ ao Cr W CCU a= 1 CL cc O u m ¢ 5 a a v ??o dm Z X:)O..a d DO• V, LU �Ow / RO N d� 0Q ,L W Z J mm in I X' I I Wd W I I pan�asaa slgsia iiy •Dll 'sluellnsuoD eJIsaM LTOZ lg2ijAdoD OO 6Mp•aS—x — 6Mp•9soq—x — 6Mp'SSM—x :SJaJX lflNVI 133HS :}nohDl GIOOIN Aq WDOO:6—LIOZ 'to 4DW }D 6Mp•lflOAVb aS\b'3a\aVD\ZOOSIa:)V\s}DafoJd\:a :6wMDJa SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM PUBLIC IMPROVEMENTS UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value UNIT III:DRAINAGE IMPROVEMENTS PUBLIC 1 12-Inch RCP 33 41 10 LF 30 $49.60 $1,488.00 2 18-Inch RCP 32 41 10 LF 257 $65.60 $16,859.20 3 24-Inch RCP 33 41 10 LF 81 $83.60 $6,771.60 4 18-Inch 4:1 Sloped Headwall 33 49 40 EA 4 $930.00 $3,720.00 5 24-Inch 4:1 Sloped Headwall 33 49 40 EA 1 $1,050.00 $1,050.00 6 4-Foot x 4-Foot Drop Inlet w/2'Apron 33 49 20 EA 1 $6,300.001 $6,300.00 7 lConc.Flume Crossing @ Sidewalk w/Neenah Cover 03 30 00 LF 5 $500.00 $2,500.00 8 3-Foot Width Concrete Pilot Channel 03 30 00 SF 1085 $9.00 $9,765.00 9 12-Inch Thick Rock Riprap 31 37 00 SY 21 $96.00 $2,016.00 10 ITrench Safety 33 05 10 LF 368 $1.00 $368.00 11 JAsphalt Pavement Repair(Along Ranch) 32 01 17 LF 37 $65.00 $2,405.00 12 1 Roadside Ditch Grading per Detail 31 23 16 LF 700 $11.00 $7,700.00 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 TOTAL UNIT III:DRAINAGE IMPROV ME TS PUBLIC $60,942.80 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Fctm Vesim Sept—be 1,2015 Acadia-Meadowb`ook Place-Final bid QuaWtm 042017(003).xbx