Loading...
HomeMy WebLinkAboutContract 51244 Received Date: Sep 12,2018 Received Time: 221 p.m. Developer and Project Information Cover Sheet: Developer Company Name: Hillwood Alliance Services,LLC Address, State, Zip Code: 9800 Hillwood Pkwy., Ste 300 Phone&Email: 817-224-6000 Authorized Signatory,Title: L.Russell Laughlin,Executive Vice President Project Name: Independence Parkway—Sta 42 90 60 35 Brief Description: Paving, Storm Drain Project Location: Independence Parkway between Henrietta Creek and Litsey Road Plat Case Number: FP-17-132 Plat Name: Independence Parkway Mapsco: Council District: CFA Number: 2017-197 City Project Number: 101326 OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX City of Fort Worth,Texas Standard Community Facilities Agreement-Independence Parkway—Sta 42 90 60 35 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. 51244 WHEREAS, Hillwood Alliance Services, 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 Independence Parkway— Sta 42 90 60 35 ("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 — r(s) City of Fort Worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement-Independence Parkway—Sta 42 90 60 35 C'TY SECRETARY CFA Official Release Date:02.20.2017 Page 2 of 11 FTS 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) El- Sewer(A-1) El. Paving(B) Z. Storm Drain(B-1) ©. Street Lights & Signs (C) - E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section II,paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section II, of the Policy. Developer shall ensure its contractor(s)pays the then-current City-established wage rates. F. For all Improvements included in this Agreement for which the Developer awards construction contract(s),Developer agrees to the following: i. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to meet City's requirements for being prequalified,insured, licensed and bonded to do work in public ways and/or prequalified to perform water/wastewater construction as the case may be. ii. To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent (100%) of the 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-Independence Parkway—Sta 42 90 60 35 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-Independence Parkway—Sta 42 90 60 35 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 ne,-licence 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 allezed neQlikence 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-Independence Parkway—Sta 42 90 60 35 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-Independence Parkway—Sta 42 90 60 35 CFA Official Release Date:02.20.2017 Page 6of11 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 (1-9). Upon request by City, Developer shall provide City with copies of all l-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-Independence Parkway—Sta 42 90 60 35 CFA Official Release Date:02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name: Independence Parkway—Sta 42 90 60 35 CFA No.: 2017-197 City Project No.: 101326 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. B. TPW Construction 1.Street $ 658,521.00 2.Storm Drain $ 325,778.00 3.Street Lights Installed by Developer $ 104,383.75 4. Signals $ - TPW Construction Cost Total $ 1,088,682.75 Total Construction Cost(excluding the fees): $ 1,088,682.75 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ D. Water/Sewer Material Testing Fee(2%) $ - Sub-Total for Water Construction Fees $ - E. TPW Inspection Fee(4%) $ 39,371.96 F. TPW Material Testing(2%) $ 19,685.98 G. Street Light Inspsection Cost $ 4,175.35 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 63,233.29 Total Construction Fees: $ 63,233.29 Choice Financial Guarantee Options,choose one Amount Mark one' Bond=100% $ 1,088,682.75 Completion Agreement=100%/Holds Plat $ 1,088,682.75 Cash Escrow Water/Sanitary Sewer-125% $ - Cash Escrow Paving/Storm Drain=125% $ 1,360,853.44 Letter of Credit=125%w/2yr expiration period $ 1,360 853.44 X City of Fort Worth,Texas Standard Community Facilities Agreement-Independence Parkway—Sta 42 90 60 35 CFA Official Release Date:02.20.2017 Page 8of11 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 Hillwood Alliance Services,LLC Jesus J.Chapa(Sep 12,2018) Jesus J. Chapa Assistant City Manager L.Rcisseil LdL GaLlin Date: 09/12/2018 L.Russell Laughlin(Sep ,2018) Name: L. Russell Laughlin Recommended by: Title: Executive Vice President Date: 09/12/2018 iter L.Eze c(Sep 12,2018) 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 DGv� 4l /t'fG�GfG`f2�1 requirements. Richard A.McCracken(Sep 12,2018) Richard A. McCracken +* Evelyn Robe s(Sep 12,2018) Assistant City Attorney M&C No. Name: Janie Morales Date: 09/12/2018 * Title: Development Manager Form 1295: .4 :O ATTEST: Laa T Mary J Kayser(Sep 12,2018) Mary J. Kayser/ Ronald Gonzales City Secretary/Assistant City Secretary OFFICIAL RECORD CITY SECRETARY Ike WORTHO TX City of Fort Worth,Texas _ _ Standard Community Facilities Agreement-Independence Parkway—Sta 42 90 60 35 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-1: Paving Improvements Exhibit C-1: Storm Drain Improvements ® Exhibit 13-1: Street Lights and Signs Improvements ® Final Cost Estimates (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement-Independence Parkway—Sta 42 90 60 35 CFA Official Release Date:02.20.2017 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 101326 None. City of Fort Worth,Texas Standard Community Facilities Agreement-Independence Parkway—Sta 42 90 60 35 CFA Official Release Date:02.20.2017 Page 11 of 11 I III 174 ,rfl; I%. + PROJECT LOCATION , r f ITSEY ROADS 9 z w } zQ a Lu 0 Z 0- co 11 4G HENRIETTA CREEK RD rn 10 co LOCATION MAP N.T.S. INDEPENDENCE oHILLWOODALLIANCE I�>iI PEL,oToNN PARKWAY SERVICES, LLC Mop 9800 HILLWOOD PARKWAY, SUITE 300 FORT WORTH TEXAS 76177 NOT TO SCALE DATE: JUNE 2018 PHONE: 8*-2 4- 6 00 C LITSEY ROAD �� C ❑ 37' B-B 81' ROW I NLINVESTMENT LP I D O NL INVESTMENT LP 0 24' 13-13 I I I 0 65' ROW r Q I I WnLLvwcE cnnTEwnr U NosTLTo Z W 0 Z W IL uoj Z I I I 36' B-B I I I REPUBLIC DRIVE NL INVESTMENT LP 65' ROW O 16' GRAVEL o ACCESS ROAD I / LEGEND NL INVESTMENT LP PROPOSED CONCRETE PAVEMENT PROPOSED CONCRETE SIDEWALK I I _ PROPOSED GRAVEL ACCESS ROAD / I EXHIBIT A1 — PAVING OWNER/ DEVELOPER: li!li PELOTON 0 350' INDEPENDENCE HILLWOOD ALLIANCE ui LANo ,GL°TIC.. PARKWAY SERVICES, LLC 9800 HILLWOOD PARKW , SUITE 300 FORT WORTH TEXASAY76177pw GRAPHIC SCALE DATE: DECEMBER, 2017 PHONE: 81`/-224-6000 FAX: 817-244-6060 EX 42" RCP _ EX 27" RCP (K-1678) (K-1678) — a EX 72" RCP _ EX 42" RCP _ (K-1678) (K-1678) — -LITSEY ROAD 42" RCP EX 18" RCP EX 72" RCP (K-1678) (K-1678) EX 18" RCP (K-1678) { INLINVESTME"f lP 42" RCP uL I"vEsn�Elrr LF Q I Y d w U 0- p z w a o I I 1 z 48" RCP 21" RCP 54" RCP 1 U I I � 21" RCP M 21" RCP n wncEcnrEw�r NOS/LrD I I IL 21" RCP I I M LEGEND PROPOSED STORM DRAIN INLET 21" RCP — L EXIST STORM DRAIN INLET PROPOSED STORM DRAIN MANHOLE AND INLET I I � N 21" RCP 21" RCP EXHIBIT C1 - STORM DRAINAGE OWNER/ DEVELOPER: 11!11 PELOTON 0 200 INDEPENDENCE HILLWOOD ALLIANCE 'I' `•M° '°`°rl°°' SERVICES, LLC PARKWAY «� 9800 HILLWOOD PARKWAY, SUITE 300 FORT WORTH TEXAS 76177 GRAPHIC SCALE DATE: JUNE, 2018 PHONE: 817-244460600 C LITSEY ROAD O I X2 NL INVESTMENT LP I I� X2 O NL RNESTMENf LP O C Y Q a UJI /LLIIANOE G4TEWAY U NO 57 LTD Z U.I Z U.I a. w Z REPUBLIC DRIVE NL INVESTMENT LP �l o L-,G k b b b I LEGEND PROPOSED STREET LIGHT EXHIBIT B1 - STREET LIGHTS OWNER/ DEVELOPER: 11!1IPELOTON 0 35; INDEPENDENCE HILLWOOD ALLIANCE 1111 LAMP tO LYTIOM■ PARKWAY SERVICES, LLC Moo 9800 HILLWOOD PARKWAY, SUITE 300 FORT WORTH TEXAS 76177 GRAPHIC SCALE DATE: JUNE, 2018 PFAXE8117-244460600 Unit Price Bid SECTION 00 42 43 Independence Pkwy-Paving,Disinage,SaeetLighu PROPOSAL FORM Bidders Application UNIT I:PAVING IMPROVEMENTS 1 3110.0101-Site Clearing 31 1000 LS 1 $7,500.00 $7,500.00 2 3125.0161-SWPPP 3126 00 LS 1 $33,500.00 $33,500.00 3 0241.0500-Remove Fence 0241 3 LF 2112 $4.00 $8,448.60 4 0241.1000-Remove Cone Pvmt 62'41 15 BY 648 $12.00 $7,776.00 5 0241.1300-Remove Cone Curb&Gutter 0241 15 LF 130 $20.00 $2,600.00 6 0241.0900-Remove Misc Cone Structure-Cattle 0241 15 EA 2 $1,000.00 $2,000.00 7 0241.1100-Remove Asphalt Pvmt 0241 15 BY 736 $8.00 $5,888.00 S_ 9999.0001-Remove Gravel Pvmt 02 41 15 SY 4647 $4.00 $18,588.00 9 9999.0011-'ReplaceGravel Pvmt 6000-00 BY' 1120 $8.00 $8,966.00 10 9999.0002-Remove Street Barricade&Connect to Ex 00 00 60 EA 1 $500.00 $500.00 11 9999.0003-but 31 23 16 CY 5642 $5.00 $28,210.00 12 9999.0004-Fill 31 2316 CY 3297 $5.50 $18,133.50 13 3213.0105-16"Cone.Pvmt 32 13 13 BY 5807 $56.00 $325,192,00 14 3211.0502-8"Lime Treatment 32 11 29 BY 6232 $3.50 $21,812.00 15 3211.6460-Hydrated Lime 32 11 29 TN 172 $175.00 $30,100.00 16 9999.0005-Const Std Street Header 00 00 00 LF 36 $30.00 $1,080.00 17 3216.0_161-6"Cone Curb&Gutter 321613 LF 184 $30.00 $5,520.00 18 3213.0301-4"Cone Sidewalk 32 13 20 SF 17882 $3.25 $58,116.50 19 3213.0506-Barrier Free Ramp,Type P-1 32 13 20 EA 2 $1,500.00 $3,000.00 20 2605.3021 3"CONDT PVC BCH 40(T) 26 05 33 LF 269 $15.00 $4,035.00 21 2605.3031 -4"CONDUIT PVC BCH 40 M 26 05 33 LF 428 $20.00 $8,560.06 _ 22 9999.0006-6"CONDUIT PVC BCH 40(T) 26'05 33 LF 428 $30.00 $12,840.001 23 9999.0007-8"CONDUIT PVC BCH 40(17 26 05 33 LF 428 $44.00 $18,832.00 24 3217.0201-8"SLD Pvmt Marking Has(W)- 32 17 23 LF 317 $4.00 $1,268.00 25 3217.2162-REFL Raised Marker TY I-C 32 17'23 EA 16 $4.00 $64.00 26 3217.2104-REFL Raised Marker TY II-C-R 32 17 23 EA 41 $4.00 $164.00 27 3217.0009-4"SLD Pvmt Marking Paint(W) 32 17 23 LF 3174 $2.00 $6,348.00 28 3217.0503-24"SLD Pvmt Marking Paint OM 32 17 23 LF 53 $12.00 $636.00 29 3217.1002-Lane Legend Arrow 32 17 23 EA 6 $350.00 $2,100.00 30 3217.1004-Lane Legend Only 32 17 23 EA 3 $350.00 $1,050.00 31 3441st .4006-Inall Alum Sign Ground Mount 34 41 30 EA 8 $950.00 $7,600.00 32 9999.0008-Street Signs(Name Blades) 34 41 30 EA 4 $650.00 $2,600.00 3.3 9999.0009-Install End of Road Barricade 34 41 30 EA 2 $1,000.00 $2,000.00 3471.0001 -'Traffic Control 34'71 13 MO 1 $3,500.00 $3,500.00 TOTAL UNIT :PAVIN IMPRO M NT $658,521.00 CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECT S Form Version Sept"m 1,2011 OD 42 4J Bid Pmposd DAP.As Unit Price Bid SECTION 00 42 43 PROPOSAL FORM Bidders Application Independence Pkwy-Paving,Drainage,Street Lights UNIT II:DRAINAGE IMPROVEMENTS 1 0241.301_3-Remove 18"Storm Line 0241 14 LF 25 $18.00 $450.00 2 0241.3014-Remove 21"Storm Line 0241 14 LF 21 $20.00 $420.00 3 0241.420_3-Remove 6'Drop Inlet 0241 14 EA 1 $2,000.00 $2,000.00 4 999_9.0010-Remove Drop Inlet Top 6241 14 EA 1 $1,000.00 $1,000.00 5 3341.0201-21"RCP,Class III 3341 10 LF 253 $50.00 $12,650.00 6 3341.0205-24"RCP,Class 111 33 41 10 LF 373. $55.00 $20,515.00 7 3341.0302-30"RCP,Class 111 3341 10 LF 222 $65.00 $14,430.00 6 3341.0309-36"RCP,Class 111 3341 10 LF 204 $95.00 $19,380.00 9 3341.0402-42"RCP,Class III 33 41 10 LF 96 $110.00 $10,560.00 10 3341.0209-48"RCP,Class III 3341 10 LF 29 $125.00 $3,625.00 11 3341.0_502-54"RCP,Class III 3341 10 LF 52 $170.00 $8,840.00 12 3341.0605-66"RCP,Class III 33 41 10 LF 649 $270.00 $175,230.00 13 3305.0109-Trench Safety 330510 LF 1878 $1;00 $1,878.00 14 3349.0001 -4'Storm Junction Box 33 49 10 EA 2 $4,000.00 $6,000.00 15 3349.00_04-7'Storm Junction Box 334910 EA 1 $7,500.00 $7,500.00 16 3349.0005-8'Storm Junction Box(fop Only) 33 49 10 EA 1 $5,500.00 $5,500.00 17 3349.6001-10'Recessed Inlet 33 49 20 EA 4 $3,800.00 $15,200.00 18 3305.0112-Concrete Collar 33 05 17 EA 2 $500.00 $1,000.00 19 3349.6002-15'Recessed Inlet 33 49 20 EA 1 $4,600.00 $4,600.00 20 3349.7003-6'Drop Inlet 33 49 20 EA 2 $6,500.00 $13,000.00 TOTAL UNIT II:DRAINAGE IMPROVEMENT4 $325,778.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form V errion September I,2015 00 42 43 Hid Prapoeal DARxIa Unit Price Bid SECTION 00 42 43 PROPOSAL FORM Bidders Application Independence Pkwy-Paving,Drainage,Street Lights UNIT III:STREET LIGHTING IMPROVEMENTS 1 2605.3015-2"CONDT RM(Riser) 260533 LF_ 1725 $12.00 .$20,700.00 2 2605.3025-3"CONDT RM(Riser) _ 260.533 LF 120 $15.00 $1,800.00 3 3441.1409-NO.8 Insulated Elec Condr 34 41 10 LF 6260 $3.00 $18,780.00 4 3441.1405-NO 2 Insulated Elec Condr 3441 10 LF 30 $5.00 $150.00 5 3441.1410-NO 10 Insulated Elec Condr 3441 10 LF 1565 $2.75 $4,303.75 6 3441.3302-Rdwy.lilum Foundation TY 3,5,6,and 8 3441 20 EA 8 $1,200.00 $9,600.00 7 3441.3342-Rdwy Ilium TY 18 Pole 3441 20 EA 8 $3,000.00 $24,000.00 8 3441.1645-Fumish/lnstall Type 33A Arm 3441 20 EA 13 $400.00 $5,200.00 9 3441.3051-Fumish/lnstali LED Lighting Fixture(137 3441 20 EA watt ATB2 Cobra Head) 8 $800.00 $6,400.00 10 Furnish Install 240480 Volt Single Phase Transocket 3441 20 EA Metered Pedestal 1 $7,500.00 $7,500.00 11 3441.1502-Ground Box Type B,w/Apron 3441 10 EA 7 $850.00 $5,950.00 TOTAL UNIT III:STREET LIGHTING IMPROVEMENT4 $104,383.75 CrrV OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1.2015 00 42 43_Bid Pfoposul_DAP.115 Unit Price Bid SECTION 00 42 43 Independence Pkwy-Paving,Drainage,Street Lights PROPOSAL FORM Bidders Application Bid Summary UNIT I:DRAINAGE IMPROVEMENTS $658,521.00 UNIT II:PAVING IMPROVEMENTS _ $325,778.00 UNIT III:STREET LIGHTING IMPROVEMENTS $104,383.75 Total Construction Bid $1,088,682.75 Contractor agrees to complete WORK for FINAL ACCEPTANCE within calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION Z A �-- 15RccIL CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Fonn Version September 1,2015 00 42 43_Eid Proposal_DAP.xls