Loading...
HomeMy WebLinkAboutContract 49960 Developer and Project Information Cover Sheet: Developer Company Name: Lennar Homes of Texttt�,Land and Construction,Ltd. Address, State,Zip Code: 1707 Marketplace Blvd., Irving,TX 75063 [Phone&Email: 469-587-5206, david.grove@lennar.com Authorized Signatory, Title: David Grove,Vice President Project Name: 5enclera Ranch East Phase John Day Rd&Rancho Canyon Way Brief Description: Water, Sewer,Paving, Strom Drain, Street Lights Project Location: East of existing Rancho Canyon Way Plat Case Number: FP Plat Name: I [Plat Name] Mapsco: 06E Council District: 7 CFA Number: 2017-105 City Project Number: 100683 To be completed by staff.- Received by: Date: A tdo City of Fort Worth,Texas Standard Community Facilities Agreement-Sendera Ranch East Phase John Day Rd&Rancho Canyon Way CFA Official Release Date:02.20.2017 Page 1 of 11 STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary / - COUNTY OF TARRANT § Contract No. l l(00 WHEREAS,Lennar Homes of TexctSLand and Construction,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 Sendera Ranch East Phase John Day Rd & Rancho Canyon Way ("Project") within the City or the extraterritorial jurisdiction of Fort Worth,Texas ("City"); and WHEREAS, the City has no obligation to participate in the cost of the Improvements or Project; and WHEREAS,any future City participation in this CFA is subject to the availability of City funds and approval by the Fort Worth City Council and shall be memorialized as an amendment to this Agreement; and WHEREAS, the Developer and the City desire to enter into this Community Facilities Agreement ("CFA" or "Agreement") in connection with the collective Improvements for the Project. NOW,THEREFORE,for and in consideration of the covenants and conditions contained herein,the City and the Developer do hereby agree as follows: General Requirements A. The Policy for the Installation of Community Facilities ("Policy") dated March 2001, approved by the City Council of the City of Fort Worth, as amended, is hereby incorporated into this Agreement as if copied herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. B. Developer shall provide financial security in conformance with paragraph 6, Section 11, of the Policy and recognizes that there shall be no reduction in the collateral until the Project has been completed and the City has officially ements. Deve�pp�e,\ City of Fort Worth,Texas OFFICIAL RECORD `�•��O�1:oy w Standard Community Facilities Agreement-Sendera Ranch East Phas Canyon';Gi? y CFA Official Release Date:02.20.2017 Page 2 of 11 FT.WORTHO TX c, %, 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) ®, Paving (B) ®, Storm Drain(B-1) ®, Street Lights & Signs (C) N. 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 City of Fort Worth,Texas Standard Community Facilities Agreement-Sendera Ranch East Phase John Day Rd&Rancho Canyon Way CFA Official Release Date:02.20.2017 Page 3 of 11 bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253, Texas Government Code. iii. To require the contractor(s)it hires to perform the construction work contemplated herein to provide insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer-awarded infrastructure construction contracts. The City shall be named as additional insured on all insurance required by said documents and same will be evidenced on the Certificate of Insurance (ACORD or other state-approved form) supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours advance notice of intent to commence construction to the City's Construction Services Division so that City inspection personnel will be available;to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces,to not install or relocate any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. V. To require its contractor to have fully executed contract documents submitted to the City in order to schedule a Pre-Construction Meeting. The submittal should occur no less than 10 working days prior to the desired date of the meeting. No construction will commence without a City-issued Notice to Proceed to the Developer's contractor. vi. To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement, if any, until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. G. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the improvements under this Agreement. H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the Improvements required herein. 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-Sendera Ranch East Phase John Day Rd&Rancho Canyon Way CFA Official Release Date:02.20.2017 Page 4 of 11 I 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-Sendera Ranch East Phase John Day Rd&Rancho Canyon Way 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-Sendera Ranch East Phase John Day Rd&Rancho Canyon Way 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. Q. Developer acknowledges that in accordance with Chapter 2270 of the Texas Government Code,the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not boycott Israel; and(2)will not boycott Israel during the term of the contract. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth,Texas Standard Community Facilities Agreement-Sendera Ranch Fast Phase John Day Rd&Rancho Canyon Way CFA Official Release Date: 02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name: Sendera Ranch East Phase John Day Rd&Rancho Canyon Way CFA No.: 2017-105 City Project No.: 100683 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 $ 24,222.00 2.Sewer Construction $ 29,306.00 Water and Sewer Construction Total $ 53,528.00 B. TPW Construction 1.Street $ 732,352.00 2.Storm Drain $ 1,131,404.00 3.Street Lights Installed by Developer $ 114,875.00 4. Signals $ - TPW Construction Cost Total $ 1,978,631.00 Total Construction Cost(excluding the fees): $ 2,032,159.00 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 1,070.56 D. Water/Sewer Material Testing Fee(2%) $ 1,070.56 Sub-Total for Water Construction Fees $ 2,141.12 E. TPW Inspection Fee(4%) $ 74,550.24 F. TPW Material Testing(2%) $ 37,275.12 G. Street Light Inspsection Cost $ 4,595.00 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 116,420.36 Total Construction Fees: $ 118,561.48 Choice Financial Guarantee Options,choose one Amount 'iviark one' Bond= 100% $ 2,032,159.00 x Completion Agreement. 100`4 /Holds Plat $ 2,032,159.00 Cash Escrow Water'Sanitar Sewer= 125% $ 66,910.00 Cash Escrow PavinG.'Storm Drain= 125% $ 2,473,288.75 Letter of Credit= 125% m!2 r expiration period $ 2,540,198.75 City of Fort Worth,Texas Standard Community Facilities Agreement-Sendera Ranch East Phase John Day Rd&Rancho Canyon Way 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 �-— Lennar Homes of Tema,-5Land and Construction, Ltd. Jesus J. Chapa Assistant City Manager l� Date: f` szce -1 -7 Recommended by: Name: David Grove Title: Vice President Date: Wendy Chi-Babulal, EMBA, P.E. Development Engineering Manager ATTEST: (Only if required by Developer) Water Department Douglas Wiersig, P.E. Signature . Director Name: Transportation& Public Works Department Contract Compliance Manager: Approved as to Form &Legality: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including Richard A. McCracken ensuring all performance and reporting Assistant City Attorrmyy requirements. M&C No. (( Date: Form 1295: — ame: Janie Morales FQR-r Title: Development Manager ATTEST: Q :'' ;O; Mary J. er City Secretary City of Fort Worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement-Sendera Ranch East Phase John Day Rd&Ranch 'iWWAFRETARY CFA Official Release Date:02.20.2017 Page 9 of 11 FP.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 ® 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-Sendera Ranch East Phase John Day Rd&Rancho Canyon Way CFA Official Release Date:02.20.2017 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 100683 None City of Fort Worth,Texas Standard Community Facilities Agreement-Sendera Ranch East Phase John Day Rd&Rancho Canyon Way CFA Official Release Date: 02.20.2017 Page 11 of 11 � N \ \\ / SCALE:1" = 250' a LEGEND \ j N PROPOSED WATER LINE / '^ PROPOSED GATE VALVE � PROPOSED FIRE HYDRANT w EXISTING WATER LINE ' EXISTING FIRE HYDRANT EXISTING GATE VALVE 3 LIMITS OF PROJECT i / T VIS p N + PHASE l w _ -LJ I FUTURE I wI- t VIII-1 5 -PHASE - \ y w NAVIDAD TRAIL a FP#006-025 - - 1 J _ 16 w F !sX J/ WATER - I � r--T --� ' EXHIBIT 'A' --J L-J' `r! // SENDERA RANCH EAST Ex 8' WISHBONE TRAIL L_ r---F-T- T-T-1 _I� JOHN DAY ROAD& I T l 1 l 1 I8. 1 1 1 RANCHO CANYON WAY x j- N m x a T E EX, RANCHO CANYON WAY -n_ BS' r-Ex.a2^T-r-1-T�-i FUTURE -,__. I I PHASE I / I I 17 1 I / x 777 MAIN STREET w FORT WORTH, TX 76102 o w PHONE 817-735-6000 ' N �x LEGEND V��\ / SCALE:1" = zso PROPOSED SAN SEWER PROPOSED MANHOLE EXISTING SAN SEWER ----------- 1\ EXISTING MANHOLE LIMITS OF PROJECT I. =h�/ o a PHASE J FUTURE 13 FP#006' a AD TRAIL r- PHASE -j o vill- o NAVID -� 1 � —? 025 � p - al � I8 - w � A i I WASTEWATER EXHIBIT 'A-1' RAIL " SENDERA RANCH EAST o EX. �l .iExB" WISHBONE TRAIL Sc ' I-r r-r--F--T-I-r-r-1 -a r JOHN DAY ROAD & RANCHO CANYON WAY "Ou J RANCHO CANYON WAY FUTURE T�—I �-----j--- I i PHASE I I I I I 17 / I 777 MAIN STREET 3 FORT WORTH, TX 76102 o PHONE 817-735-6000 1`d LEGEND fr ' g / Sc PROPOSED 23'E—E TRANSITION ROAD o' f PROPOSED 2313—B ROADWAY/110'ROW / N l r ` PROPOSED 55'B—B ` ROADWAY/80'ROW / /ff f o' A PROPOSED SIDEWALK (BY DEVELOPER) f / d FUTURE SIDEWALK LL (BY DEVELOPER) r---------- // f �R^F`` /f /f/ _ . r Z PROPOSED ADA RAMPS z (BY DEVELOPER) LIMITS OF PROJECT + i �_ T-- PHASE LJ I FUTURE r VIII-1 NAwDAD TRAIL F— PHASE —1 0 — \ a FP#006-025 w. — }r_ 16 —J m 3 --+---'I o i--�__',� PAVING ji I EXHIBIT 'S' A L I 1 I II II i lJ fr � yI/ 5ENDERA RANCH EAS T WISHBONE TRAIL �r JOHN DAY ROAD & TI I RANCHO CANYON WAY 3 -T--I—r-T—t—I —I— A\ FUTURBS' E I l l l PHASE 777 MAIN STREET 3 I I I 17 I I /f FORT WORTH, TX 76102 o PHONE 817-735-6000 N 1 E IE LEGEND SCALE:1" = 250' PROPOSED STORM v DRAIN LINE EXISTING RCP TO REMAIN­ 2 a T DURING CONSTRUCTION UCTION OF JOHN � PROPOSED INLET �* DAY ROAD EAST LANES SD-A1 PROPOSED MANHOLE r MATCH LINE EXISTING STORM m DRAIN LINE EXISTING INLET EXISTING MANHOLE ■ f r �£ v / LIMITS OF PROJECT !a4 f o �\ l 7 / �� � 21• FUTURE INLET o / 4 � I H4 1 I I I z PHASE _-I Li r L J FUTURE 13 —J ( i got o VIII-1 — PHASE —1 W _ \ N NAVIDAD TRAIL r FP#006-025 ( L r_ 16 — m r \ \ sw O HEADWALL o w WISHBONE TRAIL qq f / STORM -, r-r--r-T-I-r T-I EXHIBIT 'B-1' g o I I I I I I I I I I I I I I I I I I NI 5'X5' SENDERA RANCH EAST o SD-E1 _ SD-E1 _ _ FUTURE INLET PHASE 15 o EX.39" RANCHO CANYON WAY 39" J 7Z-1-1-Tom__.I-- T--1 T__T 11 FUTURE PHASE 1 1 BS I I I I I I I I I I I 17 I !! . . . . . . . . . . N MATCH LINE 777 MAIN STREET 3 FORT WORTH, TX 76102 9 PHONE 817-735-6000 N /i SCALE:1" = 250' LEGEND �1 FUTURE STREET LIGHT ,r EXISTING LIGHT TO BESALVAGED AND ro PROPOSED STREET RELOCATED LIGHT EXISTING STREET LIGHT f�I II Imo? LIMITS OF PROJECT -- -- - I r aqA���I II / EXISTING LIGHT TO BE REMOVED AND z _J_(I I I �,L POLE TO BE REUSED zLL I y Ln a PHASE a _L J d FUTURES—J f / VIII-1 PHASE -1 w —T NAYIDAO TRAIL r / 4 FP(/006-025 L +--_I STREET LIGHTS EXHIBIT 'C' Io I o I IPI---T-- I _/ /,✓ D —L �—�--J SENDERA RANCH EAST o D WISHBONE TRAIL 0 I—T -7—'—rT—I �� JOHN DAY ROAD& s m I I I I RANCHO CANYON WAY D l l l l m Z—I—I—T"Z—t RANCHO CANYON WAY-"—^—'—T�—I I—T—-- f I I I BS PHASE3 I I I I 1 I I I I 1 I I I I 17 I I I I I /I 777 MAIN STREET FORT WORTH, TX 76102 o PHONE 817-735-6000 N f \ IN1 SCALE:1" = 250' LEGEND / STOP SIGN AND STREET NAME f / STREET NAME SIGN ONLY AL STREET LIGHT TO INCLUDE STOP SIGN AND STREET NAME SIGN STREET LIGHT TO INCLUDE STREET NAME BLADES LIMITS OF PROJECT � e iv4 oT / I 4 / I PHASE J I FUTURE t VIII-1 - PHASE NAVIDAD TRAIL 4 FP#006-025 16 � I - STREET SIGNS I o EXHIBIT 'C-1' -L J`J'L-- --J -y `rJ/'j SENDERA RANCH EAST a WISHBONE TRAIL U ' I I T- 1 _T _-T`I-T I I T-i l JOHN DAY ROAD& m l l l 1 1 1 1 l l l j j RANCHO CANYON WAY 11 RANCHO CANYON WAY BS' FUTURE S .7-I—rT-�-i-r-�—i -F-7 ��-I—r- -- �_ I I I I PHASE I I I 777 MAIN STREET 3 I I I 17 I I // I FORT WORTH, TX 76102 o PHONE 817-735-6000 i Pr jest Item Information Biddet's Proposal Bidlist Item No. Description it of Measure Specification Section No. Sheet 5 Sheer 6 1 Sheet 31 1 Sheet 32 Bid Quantity Unit Price T Bid Value WATER ,r .w . < John Day liaad - 3305.0111 Adjust Gate Valve Elevation E4 33 05 14 2 2 $500.00 $1,000.00 9999.0001 Relocate Fire Hydrant EA 00 00 00 1 1 $5,820.00 $5,820.00 9999.0002 Adjust Existing Water Vault Rim EA 00 00 00 1 1 $5,000.00 $5,000.00 9999.0003 Adjust Existing Water Valve Boxes EA 00 00 00 3 3 $500.00 $1,500.00 Rancho Canyon Way 3305.0109 Trench Safety for Water LF 33 05 10 108 108 $4.00 $43200 3311.0001 Jouctile Iron Water Fittings w!Res TON 3311 11 0.345 0.0151 0.36 $5,000.00 $1,800.00 3311.0241 8"Water Pipe LF 33 11 10,33 11 12 82 82 $50.00 $4,100.00 3312.0117 Connect to Existing 8"Water Line EA 331225 1 1 $1,000.00 $1,000.00 3312.3003 8"Gate Valve EA 331220 1 1 $1,050.00 $1,050.00 0241.1013 Remove 8"Water Line LF 0241 14 20 61 $20.00 $1,220.00 9999.0033 8"Ductile Iron Water Pipe(Whip Downs Under Sewer LF 00 00 00 and Storm,Detail 33 05 12-Dl 62) 26 26 $50.00 $1.300.00 Total Street Water Bid 1 $24,222.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form R-ixd 2111201211 Proj.(it—Informnim Biddeh Proposal OIdl llemtJc Ilesrslptioo Unil of Mtmure 9pecihcalim Section No. Sbeel f,Sheet 3l 9hee133 Bid Quart Unil Prite Bid YNue snr�1�1"ei s�wrii ^ 7 _ low Dig,Rn:id _ 3301 tI f 1 I s0 -bon _ LF 33 01.1 134 134 $5110 $Ii7U.0D 301 0131 I -I ,r Testing LP 3301 311 2 2 $150 I10 $300.00 3305.01,..r i.I 1 1� LF 3305 T17 134 134 $4<10 $53600 LF 33 11 10,33 31 1 1.33 31 20 134 134 $60110 56,040.00 :1:t7•� I r �, , EA 33 39 10,33 39 20 1 1 $4 000.110 $4,000,00 33391001 A[. I r1 ,:dr 1 F-I:.linrJ wl INerna1 Corrosion P'.1-b-) EA 3339'10,3.33920 1 1 $6,500.00 $61506.D0 333147th Ff"_h_ I`i 1�1� II,n:If[I _ LF 331110,33311I.333120 22 2Z $Swlo $1,760.00 9994001 I I ri:. ,1 1. FA 00 OO 003 1 4 $1.000.00 $4000.00 onnec "1 r1 I I„.ril l,Ie .1. =1 I1�„I;Ction 8lnlamal Corrosion Protection FA 000000 7 1 $3,500.00 $3,50.00 -- — _- --_ _ Totnl Sanitary Sewer BiJ $29,308.00 cnY of FnPT wolcnl sTANDexD cax+s'rRucnoRsl><cmcenwl mau.¢tm Fwm Nerivd RII3UIlU BlYtefvlMB.ml BiJlur lam Nn. O.w+ipk,n 1latl or 61va:tCrxkn Slnwil S'Xnxlirll sMM 3i Shea]5 - 9Mvlll Ylwx.ta ..a] Bk..1W yhn it BWC Ilry Unu 1Tn BMJ Vulue �q k4uaun 3mkn Nu - AA,a ll,n 1110 y 3211 0502 8"Lime Treatment SY 32 11 29 1,038 2,307 1,137 5282 53.25 517,-SU 32130105 10'CO Prml S'/ 32 13 13 1698 2,143 1040 4881 &,5.00 $21961500 3213.05.'1 Ealder fie.Ramp,Ty R-1 E.! 32 13 20 2 2 £'�?IID 00 b1,900 00 99990015 Hyd�ted Li-t42MISY) TCN 000000 39 48 21 (I1 51%5.00 {19,425.00 9999.0016 10'Conc Sbewalk LF 000000 581 705 412 1701.000 $'50.00 $51,030.00 999900/7 Pay.manl H.-, LF 0000 DO 23 23 46 130.00 $138000 9999.0018 Con tl d Type 111 Barricade EA WOOD 1 2 1 4 f86O00 53,400.00 9999.0019 SI9n,Type Wl-sL Ea 000000 1 1 $60000 5500.00 99990020 Sign,Type W1.4 EA 000000 2 Boom-$ $1,20000 9999.0021 Sign,Type W13-1P E4 000000 2 1600.00 $1,200➢0 9999.0022 4"Double Yd-Buttons wl Reflectors LF D00000 1,19_ 3931 1 9505 $4-00 E6,34000 99990023 35'Asphall Type O for Transilian Road 8{ 000000 675 1 1 675 $12.00 38.100.00 9999.0024 ]"AsphaH Ty B Int Transition R.ad SY DO DO 00 675 675 $36 DO $25,650.00 9999.0025 8"L'mn Troalmenl for Transition Road SV 000000 712 T12 1].25 $239400 9999 0015 Hyh-d Lyme(428/SY)Tor Transition Roed TON 00 OD 00 15 15 $115 00 52 629.60 32110"502 8"Lim.Tree lm.nt SY 321129 446 3954 2,134 6434 ':3.25 120,91050 92f30105 1O"CanC Pvml SY 32 13 13 AP9 9,]12 2,059 6200 SJ5.00 $279,000.00 32110303 6'Conc Sidewalk LF 32 13 20 90 1,i 15 674 18'9 11600 $33,62200 321]0502 Ea;rier Fre.Ramp,Type R-1 EA 321320 2 2 $1.200.00 42,400.00 9999.0015 Hydrated Lirro(421lSYj -GM 000009 81 45 126 _ 51500 ;22,05000 9999.0017 Fave-Header OF 000000 29 29 110.00 $87000 9959.0018 C.ns,-Type III 6ar0ced. EA 00 DO 00 1 1 _ 1.000 $850.00 9999.0022 4'Do01.Yellow Buttons.a Olecwrs LF 000000 447 V .4 DO $3,568.00 99990026 R.-.Ba0icade EA 000000 ', 00 530000 J> 9999.0027 4"Single While StripingLF 000000 3,619 :'00 54,880.00 ___ 9999.0028 Step Sign WJh Pale EA OO OO OV 1 i6r0.0➢ 565000 99990029 Narrt.81ade Pair EA 000000 2 _ $3110.00 56.0.00 3217.2102 JRFR Raised M.k.r TY I-C EA 321723 46 $4.00 $176.00 II.1'ucal Puiiey Bnl $732,352.00 ua>aldr li•Mn rrK-rnu asm'x�A'nrn+m�vt®rta , 1'nyuu lei.IW'mm�nu WJk1.PI„pd a1ul4llea,%. 4sdp«n Il.,.n M.v.iiw s1u0;,.,1.�;;.ai��N. .ha la 93w 1a flm20 .i...]I @a.12] SI.aP .'.�N film 35»..1 cwa+, Ont lvi.a iWt YYs STORM OR" IRg10.Q0 Renwre R.ip Rap _ SY .)Z av 19 a9Q +'.0 Sn"tOJ 59,80000 02/13015 Rem.re 5tl'blo.m lino LF 0'24114 -��_-�- - --�__ a9. -_ _ _ 53000 f5]5010 s9 0291 9401 Remove]'s5'M.a3xaIV6ET MIFF; 31370102 Lar9.Slone Rl ra tl 313;00 310 210 6,2 Sa5.00 Sa915000 ]3050109 T,-,Safely ]30510 < n 3a2 S ?OOt $1.00} SSW. 5150.136 •' 3al OZ01 21'RGP,3143 $56,W T2.3fiS PO so'RCP,Gass 11, LF 1 90 05 _ Sa000 f6 I.10 3Ni d02 4T'RCP,CMZT la Lf 3311 10 244 t4Y S10iW 12d ta510 3Ja 1.0502 64'RCP,Clan III LF JJ 1110 201 20) T9B6 W 3,12000 1391.1203 5. IF 13411➢ 166 330 195 5210.. 213],650 D0 135 Bm Cid 1 334110 -1 1 L296 611 1365+]0 51],0'.5 JO t4d T&Box Culvert IF 334110 315 115 33.500 $44,2]500 .41 M1 7 IOdM 1,1.Sa.C.l.ert LF 334110 85 G5 $..-w 3]40,50000 4'blacuea Manhole F.A. 33 40 10 _ 11 1 $4.e00W fe 0W 00 3J496WZ t5'R.cesnee Intel EA 331920 11 111 $5,00000 5',56]000 9982.0006 t0'.5'Pamltel HeadwaN.T PW-1 EA 00.00 1 546500W 54@,600.00 Aa0on 10'v6'Paaael Headsal;.yypa PN'-�1'_sa WInY4'ap 0.�1Y),1k6 8808.0001 Flao>4 Headxatl Typa FN•-0(A1ghI N5ngwaA Onlyl � 1 S5d 50.1 PO $54,SOD11(I .0 WS 1'..5'Sha hl x.na Heae-11,Type SNW EA 61]00 3 S1t5W 00 St 5WW %990010 YI PeoUc4an EA 00001 111 545000 %980011 T.-IG 01111 Metal SeanlC;.,v9 F.xe LF .4300 2W 205 32k OG00 4909.0012 GT pR-1 NanNe4 LF 000000 102 __ 1,02 $iJOLJ au,W 4000.W13 TIOCT R TEW)Te 1EaM Retai W @F .W 00 ooB GO@ 220.00 212.160 W 9998 W14 Zn6ina8on 63u 11 Sex--d Drop Intel Top EA 5660000 T5?pC 00 0211,08. Renwve Rrp Rap 9V 024113 520 U0 50W 00 02414431 R-1.31Heatlwa- E4 .4114 1 fS.N,Oq 33056109 alery IF 330910 a33 i5D_ 192 l'35 31 c3 SI:YLS Gn, 0112 Conuel.C.bal FA 3i 6511 Z 2 ESWW 51,0'iL00 3391.4201 11`RCP,CIaas IA lF 334110 tat 142i4.00 S6 81600 LF Y.•4110 133 515 BSZ 51WW $95,20900 d01 12"RCP,CSualll LF 334110 23 S1.5.1 3211500 5r5 Bov CWv<vi 1F 334196 8 521000 32150.00 33096002 5'btorm JanegW Bes EA Wa0 t6 25.500.90 5550000 33996.1 10'R.cesse6lnlet EA 334920 S3,OWW OO CD 33495.2 15'Recessed 1,11.1 EA .40201 SS J0000 I, I,.t0 90990010 Inlet Pedec4on FA WWW 4 5150.. 160006 Project Item[nfom)ation Hidder'a Proposal eidlist Item No. Descnplion Unit of Measure Specification Sw...N.. Sheet 40 Sh.t 41 Bid Quantity U.,f Price Bid Value INFIFT IAM i's j 2 CONDT PVC SCH 80(T) LF 26 05 33 1070 660 1.630 $12.00 $19,560.00 3441.300 Rdwy IJlumAssembly 18,18A,19,and D-40 EA 34 41 20 5 4 9 $2,200.00 $19:800.00 3441.320 LED Lighting Fixture(I 37W) EA 35 41 20 5 4 9 $600,00 $5,400.00 3341.330' Rdwy Ilium Foundation TY 3,5,6,and 6 FA 34 41 20 5 4 9 $1,200,00 $10,800.00 6-6-6 Triplex Alum Elec Conductor wl#10 Copper Ground in Pole Only LF 00 00 00 1070 56C 1,630 53.00 $4,890.00 9999,0(,31 Remove and Reuse Exiting Pole EA 00 00 00 1 1 $2,00000 $2,000.00, 9999.0032 Electrical Contactor Vault to be Adjusted EA 00 00 00 1 1 $2,500.00 $2,500001 Rancho C.ntan_%V- 2605 3071 2"CONDT PVC SCH 80(T) LF26 05 33 585 610 1,195 $12,00 $14,340.001 3441.300+, Rdwy Iflupi,Assembly TY 18.16,4,19,and D-40 EA 34 41 20 3 5 8 $2,20000 $17,600.00 LEG[,�ITI 11 1 �1 37Vv) 35 41 ZI 3 --�441.32C EA 6 8 MOM $4,800.00 Rdwy T- - 5 8 $1,200.00 $9.600.00 Til w TY 3,5 6,and 8 EA 3441 20 3 9999 003n w/#C Copper Ground in Pole Only LF go ob Do 585 610 1,195 $3.00 $3,565,00 $114,876.00 END OF SECTION CITY OF FORT woR m �STANDA DCW�TRtICTION.gPl7C[FICATIONDMk)MENT.1 —p—,-I MINIM