Loading...
HomeMy WebLinkAboutContract 50278 Developer and Project Information Cover Sheet: Developer Company Name: Trinity Basin Preparatory, Inc. Address, State,Zip Code: 400 S.Zang Blvd. Ste. 700,Dallas,TX 75208 Phone&Email: 214-946-9100 Authorized Signatory,Title: Randal C. Shaffer Project Name: Trinity Basin Preparatory Addition(Panola Campus) Brief Description: Water, Sewer,Paving, Street Lights Project Location: 413 Rand St. ,Fort Worth,TX Plat Case Number: FS-17-188 Plat Name: Trinity Basin Preparatory Addition Mapsco: 79E Council District: 8 CFA Number: 2017-2017 City Project Number: 101245 To be completed by staff.- Received by: A Date: x $910111 ro City of Fort Worth,Texas Standard Community Facilities Agreement-Trinity Basin Preparatory Addition(Panola Campus) 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. G�'1/ WHEREAS, Trinity Basin Preparatory, Inc. , ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Trinity Basin Preparatory Addition (Panola Campus) ("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 I1, 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-Trinity Basin Preparatory Addition(Panola Campus) r''. FOWL` CPA Official Release Date: 02 20,2017 Page 2 of 1 I y FT 6 4� W .'"s`.est'.[a-�'YG:oiS'AS.�?��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 (13) ®, Storm Drain (13-1) ❑, Street Lights & Signs (C) M. E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section 11, paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8. Section 11, 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-Trinity Basin Preparatory Addition(Panola Campus) CFA Official Release Date: 02.20.2017 Page 3 of 11 iii. To require the contractor(s) it hires to perform the construction Nvork 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 fonn) 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 .vorking 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. 1. 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-Trinity Basin Preparatory Addition(Panola Campus) CFA Official Release Date: 02.20.2017 Page 4 of I I 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 casements 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, bh the alleged negligence of the ON 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 City of Fort Worth, Texas Standard Community Facilities Agreement-Trinity Basin Preparatory Addition (Panola Campus) 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 of4% 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-Trinity Basin Preparatory Addition (Panola Campus) CFA Official Release Date: 02.20.2017 Page 6 of l 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 ternis 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. R. IMMIGRATION AND NATIONALITY ACT Developer shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Developer shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Developer shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Developer employee who is not legally eligible to perform such services. DEVELOPER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY DEVELOPER, DEVELOPER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Developer, shall have the right to immediately terminate this Agreement for violations of this provision by Developer. City of Fort Worth, Texas Standard Community Facilities Agreement-Trinity Basin Preparatory Addition(Panola Campus) CPA Official Release Date: 02.20.2017 Page 7 of l l Cost Summary Sheet Project Name: Trinity Basin Preparatory Addition (Panola Campus) CFA No.: 2017-2017 CityProject No.: 101245 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 $ 95,977.00 2.Sewer Construction $ 15,375.00 Water and Sewer Construction Total $ 111,352.00 B. TPW Construction 1.Street $ 224,355.00 2.Storm Drain $ - 3.Street Lights Installed by Developer $ 2,750.00 4. Signals ,S - TPW Construction Cost Total $ 227,105.00 Total Construction Cost(excluding the fees): $ 338,457.00 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 2,227.04 D. Water/Sewer Material Testing Fee(2%) $ 2,227.04 Sub-Total for Water Construction Fees $ 4,454.08 E. TPW Inspection Fee(4%) $ 8,974.20 F. TPW Material Testing(2%) $ 4,487,10 G. Street Light Inspsection Cost $ 110.00 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 13,571.30 Total Construction Fees: $ 18,025.38 Choice Financial Guarantee Options choose one Amount Mark one Bond=100% $ 338,457.00 Com letion A reement=100%/Holds Plat $ 338,457.00 Cash Escrow Water/Sanita Sewer- 125% $ 139,190.00 Cash Escrow Paving/Storm Drain=125% $ 283,881.25 Letter of Credit=125%w/2yr expiration period $ 423,071.25 x City of Fort Worth,Texas Standard Community Facilities Agreement-Trinity Basin Preparatory Addition(Panola Campus) 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 Trinity Basin Preparatory, Inc. Jesus J. Chapa Assistant City Maria=er Date: - Name: Randy Shaffer Recommer,de by: Title: CEO i' Date: Wendy .i'i-Babulal, EMBA, P.E. ATTEST: (Only if required by Developer) Development Engineering Manager Water Department 'L L W, Li Signature Douglas Y. Wiersig, P.E. Name: Director 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 ensuring all performance and reporting Richard A. McCracken requirements. Assistant City Attorney M&C No. � � )9�0—z Date: --�—_ N(l.�r Name: .Janie Morales Form 1295: Title: Development Manager >.s �� . ATTEST: ................. �. Mary J. K r City Secretary City of Fort Wonh,Texas OFFICIAL RECORD Standard Community Facilities Agreement- Trinity Basin Preparatory Addition(Panola Camp sIClTY SECRETARY CFA Official Release Date: 02.20.2017 Page 9 of I I FT.WORTH,TX Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment ® Attachment I -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 P 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-Trinity Basin Preparatory Addition(Panola Campus) CFA Official Release Date:02.20.2017 Page 10 of 11 ATTACHMENT"l" Changes to Standard Agreement Community Facilities Agreement City Project No. 101245 City of Fort Worth,Texas Standard Coni nunity Facilities Agreement-Trinity Basin Preparatory Addition(Panola Campus) CFA Official Release Date: 02.20.20 17 Page 11 of 11 S, C) CD0 o d o N 231hiai PODA1009. a CL o Qc C) Z O U ON � v J U f a a!! p+ CLOO OO C) Z = W Q ZO ^m 5 ~ W G - L Z L7 0 0 W ` U t2 �Yy.. S 5 Z U O Y � 0 } O W E M Icd ca 3 m Zmx Oft F' o CL L3 + � Q ZN � _ Eo I L W ^ � - W +i J 0 z In J 0 00 m t � t : a Z _ m W tAj y ♦ 4� � o r Q� 0) ca W o N U PAIR PUejjVo 1 1 �o CL om Em t I p N ' J o Un N W ^F°° kk Q LLJ F '^ Lo t7f I ; i-->n--F N =e3 C.D J �3 Q 2 C) LLJ Ld l_� w= -0 << LL -Cavi-Ao-txoi■ onend •os r)----M = M1it 6 \ m I c Z C7 0 o JS ON 6'd— ao _ O M eanaxar+w ap^^ Z U .-- k — — --- — --Io S! } �c 3M 39 W € 'u Co 0- W r- m 3 ooh oo� r^ F— Z 1JJ F- 66 0 Is IL 3 o Lo I � Z � � � Q N_ LJ ^ r ) EE W ; ' p Z4, W iLrj 0 °O is s��id� Q Z CL o w m W Cm k p aLO 000 m J�JJ ;Qy��_ O t X O r �P— O O N 3 = V i � •o ® a o m Em 00 42 43(WATER) BIDPROPOSAL Page 1 of I SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Unit of Specification Section Bid No. Description Measure No. Quantity Unit Price Bid Value WATERIMPROVEMENTS 1 0241.1012 Remove 6"Water Line LF 0241 14 202 $15.00 $3,030.00 2 3312.0117 Connection to Existing 4"-12"Water Main EA 33 1225 3 $3,000.00 $9,000.00 3 3312.3004 10"Gate Valve EA 33 1220 2 $2,300.00 $4,600.00 4 3312.3002 6"Gate Valve EA 34 1220 1 $1,025.00 $1,025.00 5 3311.0341 10"Water Pie LF 33 11 10,33 11 12 202 $121.00 $24,442.00 6 13311.0141 6"Water Pie LF 33 11 10,33 11 12 40 $118.00 $4,720.00 7 3311.0001 Ductile Iron Water Fittings w/Restraint TON 33 11 11 0.25 $20,000.00 $5,000.00 8 3304.0101 Temporary Water Services LS 33 04 30 1 $9,800.00 $9,800.00 9 3312.2003 1"Water Service EA 33 12 10 1 $4,000.00 $4,000.00 10 3312.2203 2"Water Service EA 33 12 10 1 $6,000.00 $6,000.00 11 3201.0151 Asphalt Pvmt Repair,Water Service LF 3201 17 30 $98.00 $2,940.00 12 3201.0112 5'Wide Asphalt Pvmt Repair,Residential LF 3201 17 202 $102.00 $20,604.00 13 3305.0109 Trench Safety LF 3305 10 272 $3.00 $816.00 Bid Summary Base Bid $95,977.00 Total Base Bid $95,977.00 Alternate Bid Total Alternate Bid Deductive Alternate Bid Total Deductive Alternate Bid Additive Alternate Bid Total Additive Alternate Bid Total Bid $95,977.00 END OF SECTION CIrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13 Bid Proposal Workbook fk4 C)- CL o a� _ e m O LL d LLIN 00 U w _ V) nom O U-) 3�na3s ss .1, t25- o Z f }` i --- - 33.4ii VYVY7l7! LO M M 5 it W W (AVIA-AC-i"DIN onana ,oa rte-M is aNdtr SS is ONVY - M EO rn O aero aaaoo Z U EE M ---�� IZ C U 0 o� _� x�^ x�^ \ W E F JoQ�Qa1� ` M > (O 3 Lz ooj F��a F�^_a •i Ek 3 N o0o I 4 000 �l l ��( fp a Z � F- 0 ~ 0 CL ZEN = � a C � � C) f �v Lv r- R) E W ai ` :s 0 ZN � w '1S SJJ/fJJ ap m Ej0 ^�� Q Z o�a < nck; O V U N 3 2 , U 4 -C °1 � o ® Q- om Em 00 42 43(SEWER) BIDPROPOSAL Page I of 1 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Unit of Specification Section Bid Unit Price Bid Value No. Measure No. Quantity SEWER IMPROVEMENTS 1 3331.3101 4"Sewer Service EA 3331 50 2 $3,900.00 $7,800.00 2 3201.0150 Asphalt Pvmt Repair,Sewer Service LF 3201 17 75 $98.00 $7,350.00 3 3305.0109 Trench Safety LF 33 05 10 75 $3.00 $225.00 Bid Summary Base Bid $15,375.00 Total Base Bid $15,375.00 Alternate Bid Total Alternate Bid Deductive Alternate Bid Total Deductive Alternate Bid Additive Alternate Bid Total Additive Alternate Bid Total Bid 1 $15,375.00 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook N i }•: �y s, ti IADP SIR 0/IH "S ,. co o z d Q R N 0 o W 2 Ir- Lq CL O C9 %ti co F— .. ,. , ..r. stn m ' & m W 1 tea' I Z Q d 15 x tia' W k, Z LJ p M 3 Z U 0 IN Ld.: .w•. 64' 1�, m > cD 31: L- ''xx Q' 3 J is ON Did �- W ^ m F- 0 :10U3 z Z m H ( Illff fllif ( 1f � 0CZ5 -e W a to 3 C : a Z `` N -d- IIIII � IIII IIIIIII ( IIIlIIII r- W00E d La Qi M ` 0 Z N ^ a — 0 _O Q ZFL M La _N :_ O 1S SOO/dJ � � w LE 0; O 04 z U Q N L Q L OCLL � ® 2 o m 4 E m 00 42 43(PAVING) BIDPROPOSAL Page I of 1 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Unit of Specification Section Bid No. Description Measure No. Quantity Unit Price Bid Value PAVING IMPROVEMENTS 1 0170.0100 Mobilization LS 01 7000 1 $ 27,500.00 $ 27,500.00 2 3125.0101 SWPPP >1 acre 1S 31 25 00 1 $ 3,200.00 $ 3,200.00 3 3471.0001 Traffic Control MO 3471 13 1 $ 8,500.00 $ 8,500.00 4 0241.1300 Remove Conc Curb&Gutter LF 0241 15 330 $ 12.00 $ 3,960.00 5 0241.1000 Remove Conc Pvmt SY 0241 15 325 $ 28.00 $ 9,100.00 6 13216.0101 6"Conc Curb and Gutter LF 32 16 13 330 $ 115.00 $ 37,950.00 7 3213.0301 4"Conc Sidewalk SF 32 1320 2975 $ 8.00 $ 23,800.00 8 3213.0401 6"Concrete Driveway SF 32 13 20 1755 $ 18.4188 $ 32,325.00 9 3213.0506 Barrier Free Ramp,Type P-1 EA 32 1320 3 $ 1,900.00 $ 5,700.00 10 3213.0501 Barrier Free Ramp,Type R-1 EA 32 1320 1 $ 2,550.00 $ 2,550.00 11 3213.0504 Barrier Free Ramp,Type M-2 OEA 32 1320 1 $ 1,950.00 $ 1,950.00 12 3217.0501 24"SLD Pvmt Markin HAE W 32 1723 165 $ 18.00 $ 2,970.00 13 3441.1831 School Zone Flasher AssemblySolar 3441 10 3 $ 20,500.00 $ 61,500.00 14 3441.4110 Remove and Reinstall Si Panel and Post 34 41 30 4 S 725.00 S 2,900.00 15 3441.4108 Remove Si Panel and Post 34 41 30 3 $ 150.00 S 450.00 Bid Summary Base Bid $224,355.00 Total Base Bid $224,355.00 Alternate Bid Total Alternate Bid Deductive Alternate Bid Total Deductive Alternate Bid Additive Alternate Bid Total Additive Alternate Bid Total Bid 1 $224,355.00 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_13id Proposal Workbook O _ N .9AV Sa7NO/IN 'S CD O Z DDD DDDp DDD DD°DpD V D pD DD DDDDDDDDDDDD , \ T �D DD DDDDDPD D� Dt Q 1 D°DDDDD°DDDDD pDDtJ Y DD DDDp DDDDDDyp Q � /I� D D DA] VO \ v O DDDDD DD DDDDDDDDM O Dp°p pDppDpDDDD DDC {r °DD°DDD DDDDDD DCA � lDDDDDDDDDDDDDDDD] 4 DD DDDDDDp DDDRIay� I � CD °°DODO°°°°° W P D D D D C WDDDDDDDDDD DDDDDD Q DDD DDDp D,�DDCDGD D IL YL O U — W U O CD `-D z 0 �– U m CO C Z � X \ 1 1 1 W OQU3�� LL aZoW,-o W� J0- O z�zCL za Of X Z Q O — adoW LLJ W D+ _ _. r ❑ Z ❑ E o 0 s o ❑, \ I Lv -C� E m > �o3 � 3 Ln IS ONVY Cd co m Z iLn X ❑ W 0 CL Q Z � � � N � mo Warn E W ai 'n 0 Z U' W n — ai 00 m O Q Z a_ m W O x= O 1S SOV/YO o w fy_ Oi O Z " O 0O N 3 R ID V � O Z om 4 E m 00 42 43(STREET LIGHTING) BID PROPOSAL Page 1 of 1 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Unit of Specification Section Bid No. Description Measure No. Q„a„tity Unit Price Bid Value STREET LIGHT IMPROVEMENT 3441.3323 Furnish/Install 8'Wood Light Pole Arm EA 3441 20 1 $ 1,900.00 $ 1,900.00 9999.0000 Furnish/Install LED Lighting Fixture 48 watt ATBO Cobra Head -Residential LED EA 34 41 20 1 $ 850.00 $ 850.00 Bid Summary Base Bid $2,750.00 Total Base Bid $2,750.00 Alternate Bid Total Alternate Bid Deductive Alternate Bid Total Deductive Alternate Bid Additive Alternate Bid Total Additive Alternate Bid Total Bid $2,750.00 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 00 4100 00 43 13_00 42 43_00 43 37_00 45 12_00 35 13 Bid Proposal Workbook