Loading...
HomeMy WebLinkAboutContract 51226 Received Date: 9/10/2018 Received Time: 12:18 p.m. Developer and Project Information Cover Sheet: Developer Company Name: VRE Crowley,LLC Address, State,Zip Code: 1211 S. White Chapel Rd, Southlake,TX,76092 Phone&Email: 214-601-5495,ltucker@verticalcm.com Authorized Signatory,Title: Jason Keen,Manager Project Name: 7-11 Crowley& Risinger Rd Brief Description: Water, Sewer,Paving, Storm Drain Project Location: 17060069 For Review Only Way Plat Case Number: FS-17-260 Plat Name: Crowley Road Addition Mapsco: Council District: CFA Number: 2018-050 City Project Number: 101522 OFFICIAL,RECORD City of Fort Worth,Texas CITY SECRETARY Standard Community Facilities Agreement-7-11 Crowley&Risinger Rd CFA Official Release Date: 02.20.2017 FT.WORTH,TX Page 1 of 11 STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 51226 WHEREAS, VRE Crowley, 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 7-11 Crowley & Risinger Rd ("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 OFFICIAL RECORD Standard Community Facilities Agreement-7-11 Crowley&Risinger Rd CFA Official Release Date:02.20.2017 CI'T'Y SECRETARY Page 2 of 11 FT.W O RT H ,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) El. Sewer(A-1) El. Paving(B) 0. Storm Drain(B-1) K Street Lights & Signs (C) El- 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-7-11 Crowley&Risinger Rd 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 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-7-11 Crowley&Risinger Rd 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-7-11 Crowley&Risinger Rd 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 (20/6) 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-7-11 Crowley&Risinger Rd 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. IMMIGRATION AND NATIONALITY ACT R. 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-7-11 Crowley&Risinger Rd CFA Official Release Date:02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name: 7-11 Crowley& Risinger Rd CFA No.: 2018-050 City Project No.: 101522 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 $ 69,775.00 2.Sewer Construction $ 198,807.00 Water and Sewer Construction Total $ 268,582.00 B. TPW Construction 1.Street $ 181,506.87 2.Storm Drain $ 13,985.00 3.Street Lights Installed by Developer $ - 4. Signals $ - TPW Construction Cost Total $ 195,491.87 Total Construction Cost(excluding the fees): $ 464,073.87 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 5,371.64 D. Water/Sewer Material Testing Fee(2%) $ 5,371.64 Sub-Total for Water Construction Fees $ 10,743.28 E. TPW Inspection Fee(4%) $ 7,819.67 F. TPW Material Testing(2%) $ 3,909.84 G. Street Light Inspsection Cost $ - H. Signals Inspection Cost $ H. Street Signs Installation Cost $ Sub-Total for TPW Construction Fees $ 11,729.51 Total Construction Fees: $ 22,472.79 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 464,073.87 Completion Agreement=100%/Holds Plat $ 464,073.87 Cash Escrow Water/Sanitary Sewer-125% $ 335,727.50 Cash Escrow Paving/Storm Drain= 125% $ 244,364.84 Letter of Credit=125%w/2yr expiration period $ 580,092.34 1 x City of Fort Worth,Texas Standard Community Facilities Agreement-7-11 Crowley&Risinger Rd 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 VRE Crowley, LLC -771lLl -7 1'1,-,A Jesus J.Chapa(Aug 8,20 8) Jesus J. Chapa Assistant Cit Manager >a"oy&"nn Date: Aug 2018 Jason Keen(Aug 6,2018) Name: Jason Keen Recommended by: Title: Manager Date: Aug 6,2018 Evelyn Robe5(Aug 7,2018) Evelyn Roberts/Jennifer Ezernack Project Assistant Planning and Development Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and Approved as to Form & Legality: administration of this contract, including ensuring all performance and reporting 1,,2 � requirements. Richard A.McCracken(Aug 8,2018) Richard A. McCracken Jame 5carloft Morales Assistant City Attorney Janie Scarlett Morales(Aug 8,2018) M&C No. N/A Name: Janie Morales Date: Title: Development Manager Form 1295: N/A FRT ATTEST: ~ Uy N1�J. K� sYer Mary J.Kayser(Sep 10,2018) Mary J. Kayser/ Ronald Gonza City Secretary/Assistant City Secretary OFFICIAL RECORD CITY SECRETARY FT. WORTH,TX City of Fort Worth,Texas Standard Community Facilities Agreement-7-11 Crowley&Risinger Rd CFA Official Release Date: 02.20.2017 Page 9 of 11 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 Exhibit A-1: Sewer Improvements Exhibit B: Paving Improvements Exhibit B-1: Storm Drain Improvements L� Exhibit C: Street Lights and Signs Improvements I� Final Construction Costs (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement-7-11 Crowley&Risinger Rd CFA Official Release Date:02.20.2017 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 101522 None. City of Fort Worth,Texas Standard Community Facilities Agreement-7-11 Crowley&Risinger Rd CFA Official Release Date:02.20.2017 Page 11 of 11 g ° WILLOW CREEK g�d0i MEADOWc RCE t -"OIG►;. MOSELLE a: S� l;1;r D1 PROJECT 4 LOCATION s�al� W Risinger Rd . W Risinq, H Clebumt Rd S,I er Cllr f at1Je Dr Box H Rd City Project No. 101522 Mapsco No. TAR-104U Owner/Developer 7-Eleven C'"''a"9'""`'"9 VRE Crowley, LLCng Pl Suitearin 62 Crowle Road Addition "°' °"m° °75ute60 1211 S.White Chapel Blvd. y F wort .Tx 761°2 evolving °"-s"-"°° T°PE No.1-1452 Southlake, Tx 76092 Lot 1 , Block A wrW.e"oI0n7l.a°'.`°m SCALE 1'=1,000 FT. SHEET 1 ei 5 as n E c c o 'cob _z o c _ WEE- °> U 3 3 W ? j • W [^ O AI � RR d �i d 3/1210 MMAHVd ri Ali m Q N cuD O W 1-- U > X I W Z Z S-1 0 J W M IW W � i W W } W ~>. F cp Q N°D >< E 3 L x� x`" � w x ww x;� i w w LL co o co _ °° Q m° aO Z > > zci W Q (D J W W W W W F W U W W J U? a L vwia_ cn> za rn rnrn rna' 3 NoaO o NOQ wF> 0 . O FW O 00 ° a d = a_ aw zaw 1 U a_;o a•w cnF- � � OOw 01- 0 OF" ZUH- .A a3 a� w3 as aa � a3 a a3 � cof(7 ", . . 1 N B C`) J � o a-i m NUUM A (1) OVON A3lMOHO H1bOM 11103 ;J U L u •_•_-_...____•_---•_..__...- s.nawrLu --------•-•-_•_ ---------------------------------- ----- 96 z Z W LU w . O-� Zt�oea��l a -3 \ - N, Ln�e wG 8 �I in f � c U Z m O U IL w z 0E- Z O V m W O ^— Z �of ---- I Zcno CL .' O ' w J o 0 C: EE O 3ARl0 AA3NM21Vd w I w I Q� 8jl � Q Q LU I11 I mW > � D &a I ; I 2H 0 0- �I i I XcnW � w � ti �' II I N J I 3 of . 11 I U �cn w -T - O O >- Q' COW O \ of QW F W Q Q fn LU W Q HN a O O z Q O Q EL O r w UZD d = i Q N W m W m~ d'O F-. I I d J 0 � a aN 'oma a3 �Q dm<nao J II Ong ca0 � avoa A31MOIAO i L'dOM laod - 0 n CL � o � CJI IIS° � Q 0Z IIq �a .. '•�. � 1 1. , I i� _ A o Z J3NRJ0 M3MHd 2N :A W =gym 3 = E; CL N U 3 W W e fnU) • O O T�1 O O Or CL , •`_ p F F O WW Z 0 W W F LL IL W W U W p O_ LL p F CL EL d d >F M Z Q Q W)M E S a- a >F • _0 EL n �J spam avr-ao-a�r p miwr JM 7 -0 < _0 OVOLI Ail OLIDD HIHOM IUO=l •A '^ v El LLI d L11 \ ` U m C) NJCL-1 � O o a \ I o U X a� D_ 3 ' a� 0 p 4�l O — N EL N £e > W ofa _ p Y W J 03. 0o I` of a-U) W N ON �W �Z W� W S. Q 3hlbd M31AMVd — - - U 3 3 IL F Q 0 d' (� J co _jZ W M J Q � W moa M]LLY'J®•V�—A—IHIPI IO.f 1@Y6M A9 Q30NOMd mV111 70 (3411 1X RaM'6 11) OV021 ATM021O HlaOM lb J M , m z - -----IAA---' � �- ,4 m Q ----------- ^, MM ;w LW w 44 0 .•� �� y� I O J CL CO No j cYo Lu U)ti � 3 uj O > N Cf) W J U 004243 DAP-BED PROPOSAL Page 1 pr7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM- 7-Eleven Crawley Rd-Risinger Rd 1 UNIT PRICE BID Engineer's Estimate 7 Moa rtern Information Hidde�a Propoasl $Rdliathem Description SpeakaGmSectionNo. 1MDicalawe BidQtemttitr UottPrice BrdVolue Na UNIT 1:WATER IMPROVEMENTS 1 3311.0243 S Water Pipe Select Betkrdl 33 1110&12 LF 575 $70.00 ;40250.00. " 2 3312.0001 Fire rant AssemD 1M6'Gate Valve 6 lead 331240 EA i $5,500.00 !$5,500.00 j 3 3312.20031'Water Service 33 12 20 EA 2 $2,800.00 $5 600.00 4 3312.3003 8'Gale Valve 331220 Flt 2 $11600.00 $3,200.00 i 5 3312.3103 8'Cut4n Gate Valvef T 331220 -— - Flt --1 _ $7s500.00 $7,500.00 6 3311.0001 D..W.(rm Water Fittings and Vertical Bends 331111 LS 1 &1,850.00 $4.6W. 7 3305.0109 Trench Safety $30510 LF 57 $1.00 $57500 3201.0201 Asphatt Pvmt Repair Beyond Defined Wdth, 32 Di 17 8 Residential SY 7 $200.00 $1400.00 9 3471.0001 Traffic Contral 34 71 13 r.S 1 $1 1100.00 $1,100.00 f TOTAL UNIT 1:W VEMENTS $69,775.00 i r a 1 i 6 1 (Try OF FORT WORTH STANDARD CONSTRUCTION SPECH ICATtOXDOQA ENTS-DEVELOPER AWARDED PROJECTS F—V<nleo Apra 3.1aH CPl dQrA BED Code and Din 004343 DAP-am PROPOSAL PW l ar 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM- 7-Eleven Crowley Rd-RRsin9er Rd UNIT PRICE BID Engineer's Estimate Prolat Jum Infaammon 13.dddc Prapoad Bwllst Item Umt d No. Detrnpban Speafierrae Sacnm No Bid Quminty UnitPnce &d V slue 1 3331.4117 6'Sewer Pkm.Saba BaelAB 3311_10.333112,333120 LF 1245 S70.00 567,150.00 2 3331.3101 6-Sewer Service to Easement 33 3150 LF 26 $25.00 5650.00 3 3339.1001 W Manhole 33 39 10,33 39 20 EA 2 $3.400.00 56.1100.00 4 3339.1002 4'Drop Manhole 33 3910,33 39 20 EA 2 $6.700.00 513,400.00 —5 3305.010OTrwKhS@Wy 330510 LF 1245 si.00 51.245.00 6 3301.0101 Manhole Vami m Testing 330130 EA 4 5650. 53,400.00 7 3301.0002 Post-CCN Inspection 33 01 31 tLFF - 1245 51.60 $1,992. 6 3305.0113 T.midt V*A.w Slops — - 33 0515 3 ----5400.00 $1,200.00 9 3305.1103 20'Ca*v by OeRer Than Open Cul v 33 05 22 45 $370.00 $16,060.00 anocl 10 0330.0001 Ce Encase Sewer Pipe(Cement Sb*&zed) 033000 i 50 $178,40 16.920.00 11 3201.0201 Asphalt Pwnt Repair Beyo W Dellned VAft, 32 01 17 -- - SV RaNdatSai 267 _ S2W.W 553,400.00 12 13471.0001 Traffic Control 34 71 13 LS 1 $4,000.00 $4,000 TOTAL UNIT 11,&A MMOVEIIIIENITS $198,807.00 CTIN OF FORTRVRTH STA,mAAD CCa MLVrM SFE@1CATION DOCLUENTS•MIRF Pat AWARM P%QW(ZS F—V4W.Apel L 21114 Capt'a(CFA BIDCaMft a id DN SOW SECTION 00 42 43 Developer Awarded Prqects-PROPOSAL FORM- 7-EImnCrowley Rd.RmfterRd UNIT PRICE BID Engineer's Estimate P""M Its"Infommuon ".d&es 1Hopow Unn Of Bd Value ma _—Tsecificamon Secow No "we (Xumuty Una Price B,d Va T Bscilis Itol Dewnp6on p LogTaLLMN in 1 3341.0103 15'RCP.Class M 334110 LF 87 .00 $6,900 00 2 3349.4102 UP SET I P11- 334940 EA 2. $1.301100 UAW= 3 3137.0104 Meftm Slone Riprap,Ory 700 33 $125.00 $4.125.00 3471,0001 Traft Control LS -04 $300.00 I 9999.0003Fu1_O@&§wwqt_PaeelreeM 00 00 0 00_. LF 9 70___ $8343.30 00 0 2 0241.1000 Remove Conc Pwnt 02 41 15 SV 116 kid 3 3211.0400 H__rke ftc!Lime � 32 1129 TN 15 ind. -- 4 3211.05018'Lyne Traeaerara 3211 29 _SY. 1103 $e.82 S7,52.2. 46 5 3213."02 T Concrete Driveway 21320 a 3216.0101 Ir Conc Curb and Gutter LF SOS $4(L00 Sj,440.00 3201.0201 AWwM Pwnt Repair Gryonct DaBned VWM. —7 Raaid_81 32 01 17 SV 354 $200.00 __L7(),8Cq__W a 3213.0301 Conc Siclawaft 321320 SF 7011 $5.90 $4.246.91 9 3213.03114'Conc SkWm*.Acliecard to Curb 321320 SF I855 $0.520.70 ] _10 3213.O5O6Barrier Free R@rrW.T 0 -1 321320 v.000-00 11 :q13.0507Banner keP . 321320 si;oowqg ---�t,imloo.) T�-4 I.QI&UwTfv.EAVM $10T,506.87 CITY OF FORT WORTH STANDARD CONSTNUMON SPEOMATWH DOCLINGENTS-DRMADFIM 4WARDEOPROMM F—VW Apt 1 1014 Clkv of CFA NO COMMU,RRI DOI SOP 00,:,1 DAP-BID PROPOSAL Pqp4ef7 SECTION 00 42 43 Developer Awarded Projects PROPOSAL FORM• 7-Eleven Crowley Rd-Risinger Rd UNIT PRICE BID Engineer's Estimate Roled Ilam tnforma m &dddt Propoml 1IW1,t kem m tdtim$mum N. Unit of Bid Nor Rleiuer2 Qaaany UnrtPh« B�dVdoe 1 S MY OF FORT WORTH STAlL.UID CONSTRUCTION S PECIFICATIOH DOCLMENM-DEVMOM AWARDED PROTECTS FW.Vaal ApB I.IOt1 Cap of CFA B®Caana aeiDie S-P 00443 DAP•BU)PROPOW hp Soy SECTION 00 42 43 Developer Awarded Projects PROPOSAL FORM 7-Eleven Crowley Rd Risinger Rd UNIT PRICE BID Engineer's Estimate INO)w Bem Info mmoon Bides ftwoul most kern No tlp Spm&om$echo No. Me a 18id Uumury UM Pr= Bid Value 1 s CrIYOF FORT WO rm STA.MARO CorAMUCnOM SPECU ICATM DOCT.TQ'Nn•DEVMAPPA AWARDED ROSUM f, s VFayen 401.2014 ow at aA Bm Commu aW Dal Sage W 42 43 DAP-81DPRCPOfiA1 FW6.f? SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM- 7-Eleven Crow*Rd Risinger Rd UNIT PRICE BID Engineers Estimate propm Iftm Wormfiba" Sidderls Propw Bidlil'11 Unit of iffidQunufy Bd Value N. Descriow ficobw S"don No. 6NEOLISM182=Im Moore 1 3110.01101 ShaCbmft 1110W LS 1 $2,500.00 62,500. 2 31123.0101 Undusilled Excwwllon by Pion 312316 CY 454 $8.35 $3.790.90 3 3123. 103 Borrow by Plan 312323 CY 227 $6.90 $1566.30 . 4 3125.0101 SVYPPP 21 acre 3125 W .. ........ LS $1.000.001-41-OW-09 3217.0007 4-SLO Pvft Merkft Tee 321723 LF $904.80 6 3217.0203 Ir SLD PWW Markup Tape,nM _114 $3.70 $791.80 7 .-3217J002Lane L6jLwWArrow__ 321723 EOL 2 $162.18 $324.36 3217.1002 Lam 321723 EA. 2 $170.10 S340.20 3217.2102 REFL Raised Marker TY I-C 341723 EA. 11 $9.00 "9.00 oo Rwnove and RekwW Sm Perjel and Post -iO 1.41 i6 24 41 30 1 $100.00 $100.00 11 3441.4003 From*W*d Akan Sign Gr=W Umo Cibl -34 4l 30 QC I $30WO.00 $300.00 12 3M.0400 Seecift,HydfayKdch 329213 SY 1362 $1.57 1,§71 $21 34 ------ 13 3291.0100 Tq*Sol 329119 10 S930.70 14 241.065 Rernum Gwxfrull 02 41 13 LF 93 $5.94 $543.12 15 9999.0-0-6i-kmd MOR VV41em Gumrdrml 000000 LF 93 S22.63 $2.104.59 3471.0001 Traft Car" 71 11 LS $2 500.00 4121500.00 $19 934.11 MY OF FORT WORTH STANDARD COWMUCnt)W VECWICAnON DOCLUOM-DEVELOPER AWARDED PROIECTS Foo Vesta Aid Z,XH C.WfoFAG1DCr .dDat 5-W 00{2 u DAP•BLD PROFOSkL P V 717 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM- 7-Eleven Crowley Rd-Risinger Rd a UNIT PRICE BID Engineer's Estimate Project Itan information B,ddees Proposal Bidlt st teem Description Spec cation Section No. Unit of No. Bid Qaantity Unit Price Bid Value Meaave Bid Sonsmary UNIT 1:WATER IMPROVEMENTS $ 69,775.00 UNIT 11:SANITARY SEWER IMPROVEMENTS S 198,807.00 UNIT ill"STORM DRAINAGE IMPROVEMENTS $ 13 985.00 UNITIV:PAVING IMPROVEMENTS $ 181,506.87 UNIT V•STREET LIGKrING IMPROVEMENTS $ _ UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS $ UNIT Vit:MISCELLANEOUS IMPROVEMENTS $19,934.11 9 Total Conafmcflon Bi $454,007.9B 3 1 Contractor a=rea to complete WORK Cor FINAL ACCEPTANCE within 0 days caladar days after the date when the CONTRACT eDarmencea to rwo oa paawided is the Ce rral CoadGleas END OF SECTION Mora Construction: Q J a Name: Signature: Date: f t n CITY OFFOR7 WORTH STANDARD CONSTROCnoN SPPpniCAT)DNDOQIMFMS-DEVELOPER AWARDED PROJECTS Fb Vk sim Apel 12e14 C.W of EFA BIDCaaoete and Dirt i