Loading...
HomeMy WebLinkAboutContract 47225 (2)stt . RECEIVED WiV1i2015 arznitumi 4-:ciF.C't7T1/4 XtNflACr COO • Developer and Project Information Cover Sheet: Developer Company Name: BH Development Two LP Address, State, Zip Code: 600 Summit Ave Fort Worth TX 76102 Phone & Email: 817-377-2900, RHB@Barhaminterests.com Authorized Signatory, Title: Robert Barham , Owner Project Name and Brief Highpoint Hill Phase 2 Description: Project Location: Archbury & Hemphill Plat Case Number: Mapsco: None Council District: 6 CFA Number: 2015-103 To be completed by staff: Received by: City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 1 of 11 FP13-027 Plat Name: Highpoint Hill City Project Number: 02292 DOE Number: 7244 Date: /V —i7 -/S • • STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § COUNTY OF TARRANT § City Secretary Contract No. WHEREAS, BH Development Two, L P , ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto (` Improvements") related to a project generally described as Highpoint Hill Phase 2 ("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 Proj ect. 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 perfo tied by said contractors. B. Developer shall provide financial security in conformance with paragraph 6, Section II, of the Policy and recognizes that there shall be no reduction in the collateral until the Project has been completed and the City has officially accepted the Improvements. Developer further acknowledges that said acceptance process requires the Developer's contractor(s) City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 2 of 11 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) 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* 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 City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 3 of 11 maintenance 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 City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 4 of 11 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. 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 City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 07 30 2015 Page 5 of 11 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. 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. 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 City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 6 of 11 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 construction of same before the expiration of two (2) years if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction, the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 07 30 2015 Page 7 of 11 Cost Summary Sheet Project Name: Highpoint Hill Phase 2 CFA No.: 2015-103 DOE No.: 7244 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 $ 141,742 00 2 Sewer Construction $ 169,039.00 Water and Sewer Construction Total $ 310,781.00 B. TPW Construction 1. Street $ 468,420.50 2. Storm Drain $ 44,125.00 3. Street Lights Installed by Developer $ 111,300.00 4. Signals $ TPW Construction Cost Total $ 623,845.50 Total Construction Cost (excluding the fees): $ 934,626.50 Construction Fees: C. Water/Sewer Inspection Fee (2%) $ 6,215.62 D. Water/Sewer Material Testing Fee (2%) $ 6,215.62 Sub -Total for Water Construction Fees $ 12,431.24 E TPW Inspection Fee (4%) $ 20,501.82 F. TPW Material Testing (2%) $ 10,250.91 G. Street Light Inspsection Cost $ 4,452 00 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ 1,225.00 Sub -Total for TPW Construction Fees $ 36,429.73 Total Construction Fees: $ 48,860.97 Choice Financial Guarantee Options, choose one Amount (Mark one) Bond = 100% $ 934,626.50 Completion Agreement = 100% / Holds Plat $ 934,626.50 )14 Cash Escrow Water/Sanitary Sewer= 125% $ 388,476.25 Cash Escrow Paving/Storm Drain - 125% $ 779,806.88 'Letter of Credit = 125% w/2yr expiration period I $ 1,168,283.13 City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 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 aa-ree..) Jesus J. Chapa Assistant City Manager Date: / iril '/) Recommended by: Wendy Chi -Sulal, EMBA, P.E. csa Development Engineering Manager Water Department Douglas V� Wiersig, P.E. Director Transportation & Public Works Department Approved as to Form & Legality: Douglas W. Black Assistant City Attorney M&C No. OtrnC Date: City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 9 of 11 DEVELOPER BH Development Two L. P. C, 6.1 pm Hsi '/ /�1 Cc i' a ram-. Yh e ri-f ' L?ar-han-1 lesfse Inc4) Ma/4,1er me: Robert Barham Title: Owner Date: 69%fli � ATTEST: (Only if required by Developer) Signature Name: ATTEST: Mar J. !1. y er City Secretary • • esseSlantagismaiii OFFICIAL RECuRD CITY SECRETARY FT. WORTH, TX Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included FI FZ1 0 Attachment Attachment 1 - Changes to Standard Community Facilities Agreement Location Map Exhibit A: Water Improvments 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 CFA Official Release Date: 07.30.2015 Page 10 of 11 ATTACHMENT "1" Changes to Standard Agreement Community Facilities Agreement City Project No. 02292 None City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 11 of 11 LJ LJ AZLE IGHPOI\T EAGLE MOUNTAIN LAKE L.0 LAKESIDE 1 II LAKE WORTH l.\ 4R \LAKE WORTH CARSWELL AIR FORCE BASE BENBROOK BENBROOK RESERVOIR "SAGA AA IVER OAKS ESTWORTH VILLAGE LLaVER PROJECT LOCAT 0 \ MAIRTI LEACH LEY ILL PHAS GECLIFf LLAg.E 3aird, -ampton 8c 3rown, Inc. Engineering (St Surveying 6300 Ridglea Ploce, Suite 700 Ft. Worth, TX 76116 Tel:(817)338-1277 Fax:(817)338-9245 E—Moil:moil®bhbinc.com Certificate of Authorization M F-000044 ALTA VISTA AIRPORT WATAU GA 2 _IRPORT KELLER OR Cl LAND IL a HUM. T KENNIDALE —' NE ERM O FORT WORTH SPINKS AIRPORT COLLE ILLE ORD 1 ARLING ro J DALWORTHIN GARDE MANSFI' f w EXHIBIT 1A - LOCATION MAP BHB PROJECT NO. 2013.140.000 DATE 09-15-2015 LEGEND PROP EXIST WATER LINE GATE p4 VALVE FIRE HYDRANT PROPOSED 8" WL PLL,G 1 I 1111 ll II I I�ROPdSED FH ASSEMB. G PO / 10 13 rV 11 // 12 / 1!R V - -�_ J. KOL s ROB D 5 7 8 PROPOSE 8" WL L 1 2 \T airc, Hampton & 3rown, Inc. Engineering 8c Surveying 6300 Ridgleo Place, Suite 700 FL Worth, TX 76116 TeL:(817)338-1277 Fax:(817)338-9245 E—Mail:mail®bhbinc.com Certificate of Authorization fi F-000044 4—ILL P— bXI` TINS AS 2 i b 3 2 1EXiSTIN 8" L 1 2 PLUG 5 `\ / 32 4 \ / 33 ` 14 - PROPOSED 35 36 34 PROPOSED SS WATER SERV. (TYP) PROPOSED PROPOSED FH ASSEMB. 8" WL 6 5 N 3 4 \ 35 36 \ 37 Evc ALISTER. RD PROPOSED V 8" WL WV PLUG, WiNDY KNOLL ROAD PROPOSED FH ASSEMB. CITY OF FORT WORTH / CITY tF7URLESON BHB PROJECT \O. 150' 75' 0 150' 300' GRAPIIIC SCALE 1N PEET EXHIBIT A — WATER DATE 2013.140.000 09-15-2015 LEGEND PROP EXIST SEWER ss LINE ss SEWER MANHOLE 0 PROPOSED MH PROPOSED 8" SS PROPOSED MH PROPOSED 8" SS 1 HIG 10 rr 11 \ 12 i wvr- - ss WIND KNOLLS ROAD 3 I 4 5 I POI \T ILL 'HASE 2 2 3 4 \\ .\ \ 19 \. 18\ /N 17\ 16 ' 15 PROPOSED MH — PROPOSED 8" SS L-1 3airc,-ampton & 3rown, Inc. Engineering At Surveying 6300 Ridglea Place, Suite 700 FL Worth, fX 76116 Tel:(817)338-1277 Fox:(817)338-9245 E—Mail:mail®bhbinc.com Certificate of Authorization fi F-000044 PROPOSED 8" SS PROPOSED MH B PROPOSED MH B PROJECT NO. w PROPOSED 8" SS WINDY KNOLL ROAD PROPOSED MH PROPOSED 8" SS 150' 75. 0 150' 700' MINNOWGRAPHIC SCALE IN PERT FI8 (oo EXHIBIT Al - SEWED DATE 2013.140.000 09-15-2015 PROPOSED 10" CONC. PAVE . 4' SIDEWALK 4' SIDEWALK 1 PROPOSED 6" CONC. PAVE HIGHPOINT PROPOSED R-1 RAMP ILL PHASE 2 'ROPOSED R-1 RAMP 1 7 / 2 PROPOS 6" CONC. PAVE PROPOSED R-1 RAMP PROPOSED 6" CONC. \ PAVE cfLt:�airc, ampton 8c 3rown, nc. Engineering Surveying 6300 Ridglea Place, Suite 700 Ft. Worth, TX 76116 Tel:(817)338-1277 Fax:(817)338-9245 E—Moil:moil®bhbinc.com Certificate of Authorization fi F-000044 • EXISTING CONC. PAVE. - 4' SIDEWAL BHB PROJECT NO. PROPOSED R-1 RAMP PROPOSED R-1 RAMP WINDY KNOLL ROAD 150' 75' 0 110' 300' GRAPHIC SCALE IN FEET EXHIBIT B - PAVING DATE 2013.140.000 09-15-2015 PP IC 10 PO PR 11 / 12 , J vr J OLL ROAD ss ss tr 1 5 1 6 1 7 1 8 9 T PR tni ►_.J � 3airc, -ampton & Grown, nc. �' �..J �._..J Engineering & Surveying 6300 Ridgleo Ploce, Suite 700 Ft. Worth, TX 76116 Tel:(817)338-1277 Fox:(817)338-9245 E—Moil:mail@bhbinc.com Certificate of Authorization f/ F-000044 ILL EX 20' CB INL. 20' L. DHASE 2 i �' 1 .�\ / , 2 �/ 3 ; i , 4 I I 5 16 L 11 WINDY KNOLL ROAD 150' 75' 0 150' 300' GEAPI IIC SCALE IN FEET EXHIBIT B1 - STORIv BHB P.OJECT NO. DATE DRAT 2013.140.000 09-15-2015 \IS UNIT PRICE BID Bidlist Item No. SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Description Specification Section No. Unit of Measure UNIT I: WATER IMPROVEMENTS 101 3311.0001 Ductile Iron Water Fittings w/ Restraint 102 3311.0261 8" PVC Water Pipe 103 3312.0001 Fire Hydrant 104 3312.0117 Connection to Existing 4"-12" Water Main 105 3312.2003 1" Water Service 106 3312.3003 8" Gate Valve 107 3305.0003 8" Waterline Lowering 108 3305.0109 Trench Safety 33 11 11 33 11 12 33 12 40 33 12 25 33 12 10 33 12 20 33 05 12 33 05 10 TON LF EA EA EA EA EA LF 00 42 43 DAP - BID PROPOSAL Pagel of 7 Bidder's Application Bid Quantity 2.0 1981 3 2 54 Bidder's Proposal Unit Price $4,500.00 $31.00 $3, 950.00 $600.00 $800.00 7 $1,100.09 2 $2,700.00 19811 $1.00 Bid Value $9,000.00 $61,411.00 $11,850.00 $1,200.00 $43,200.00 $7,700.00 $5,400.00 $1,981.00 TOTAL UNIT I: WATER IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version April 2, 2014 $141,742.00 00 42 43_Bid Proposal_DAP • Rev2.sls UNIT PRICE BID Bidlist Item No. 201 202 203 204 205 206 207 208 209 210 211 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Description Specification Section No. Unit of Measure UNIT II: SANITARY SEWER IMPROVEMENTS 3201.0616 Cone Pvmt Repair, Arterial/Industrial 32 01 29 SY 3301.0002 Post -CCTV Inspection 33 01 31 LF 3301.0101 3305.0109 3331.3101 3331.4115 3331.4116 3339.0001 9999.0001 3339.1001 3339.1003 Manhole Vacuum Testing Trench Safety 4" Sewer Service 8" Sewer Pipe 8" Sewer Pipe, CSS Backfill Epoxy Manhole Liner Connect to Existing Sewer Manhole 4' Manhole 4' Extra Depth Manhole 33 01 30 33 05 10 33 31 50 33 11 10 33 11 10 EA LF EA LF LF 33 39 60 VF 33 39 10 EA 33 39 10 EA 33 39 10 VF 00 42 43 DAP - BID PROPOSAL Page of Bidder's Application Bid Quantity 86 1978 12 1978 54 1978 80 8 2 12 44 Bidder's Proposal Unit Price $65.00 $2.50 $300.00 $2.00 $600.00 $36.00 $40.00 $185.00 $900.00 $2,800.00 $165.00 TOTAL UNIT II: SANITARY SEWER IMPROVEMENT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version April 2, 2014 J Bid Value $5,590.00 $4,945.00 $3,600.00 $3, 956.00 $32,400.00 $71,208.00 $3,200.00 $1,480.00 $1,800.00 $33,600.00 $7,260.00 $169,039.00 00 42 43 Bid Proposal_DAP - Rev2.xls UNIT PRICE BID Bidlist Item No. 301 302 303 304 305 306 307 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Description 3123.0101 Unclassified Excavat 3125.0101 SWPPP > 1 acre (includes rock dams, erosion control fence & construction entrance) 3201.0616 Cone Pvmt Repair, Arterial/Industrial 3305.0109 Trench Safety 9999.0002 Connect to Existing Curb Inlet 3341.0205 24" RCP, Class III 3349.5003 20' Curb Inlet Specification Section No. Unit of Measure UNIT 111: DRAINAGE IMPROVEMENTS on by Plan 31 23 16 CY 31 25 00 LS 00 42 43 DAP - BID PROPOSAL Page 3 of 7 Bidder's Application Bid Quantity 3500 1 32 01 29 SY 55 33 05 10 LF 140 33 41 10 EA-�____�� 1 33 41 10 33 49 20 Bidder's Proposal Unit Price Bid Value $4.50 $15,750.00 $7,500.00 $65.00 $2.00 $1,100.00 LF 140 $48.00 EA 2 $4,600.00 TOTAL UNIT III: DRAINAGE IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version April 2, 2014 $7,500.00 $3,575.00 $280.00 $1,100.00 $6,720.00 $9,200.00 $44,125.00 00 42 43_Bid Proposal_DAP - Rev2.xls UNIT PRICE BID Bidlist Item No. 401 402 403 404 405 406 407 408 409 410 411 412 413 414 415 416 417 418 419 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Description UNIT IV: PAVING 3211.0400 Hydrated Lime 3211.0501 6" Lime Treatment 3211.0502 8" Lime Treatment 3213.0101 6" Conc Pvmt 3213.0105 10" Conc Pvmt 3213.0301 4" Conc Sidewalk 3213.0501 Barrier Free Ramp, Type R-1 3217.0301 12" SLD Pvmt Marking HAE (W) 3217.0501 24" SLD Pvmt Marking HAE (W) -------------- 3217.1002 Lane Legend Arrow 3217.1004 Lane Legend Only Raised Marker TY W REFL Raised Marker TY I-C REFL Raised Marker TY II -A -A Remove 4" Pvmt Marking Seeding, Soil Retention Blanket Furnish/Install Alum Sign 3217.2001 3217.2102 3217.2103 3217.4301 3292.0500 3441.4003 Ground Mount City Std 3471.0001 Traffic Control 9999.0003 End of Road Barricade Specification Section No. Unit of Measure IMPROVEMENTS 32 11 29 TON 32 11 29 SY 32 11 29 SY 32 13 13 SY 32 13 13 SY 32 13 20 SF 32 13 20 EA 32 17 23 LF 32 17 23 LF 32 17 23 EA 32 17 23 EA 32 17 23 EA 32 17 23 EA 32 17 23 EA 32 17 23 LF 32 92 13 SY 34 41 30 34 71 13 EA Month EA - 00 42 43 DAP - BID PROPOSAL Page of Bidder's Application Bid Quantity 145 6751 2944 6528 3121 4467 14 100 51 5 3 80 16 107 480 3912 5 1 3 TOTAL UNIT IV: PAVING IMPROVEMENTS! CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version April 2, 2014 Bidder's Proposal Unit Price $175.00I $3.00 $3.25 $33.50 $47.50 $3.00 $1,200.00 $5.00I $10.00 $300.00 $350.001 $5.00 $8.00 $10.00 $3.00 $1.25 $500.00 $600.00 $500.00 Bid value $25,375.00 $20,253 00 $9,568.00 $218,688.00 $148,247.50 $13,401.00 $16,800.00 $500.00 $510.00 $1,500.00 $1,050.00 $400.00 $128.00 $1,070.00 $1,440.00 $4,890.00 $2,500.00 $600.00 1 $1,500.00 $468,420.50 00 42 43_Bid Proposal_DAP - Rev2xls UNIT PRICE BID Bidlist Item No. 501 502 3441.3301 Rdwy Ilium Foundation TY 1,2, and 4 503 3441.1408 NO 6 Insulated Elec Condr 504 3441.1502 Ground Box Type B, w/Apron 505 13441.3002 Rdwy Illum Assmbly TY 8,11,D-25, and D-30 506 3441.3312 Contact Enclosure, Pad Mount F SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Description Specification Unit of Section No. Measure UNIT V: STREET LIGHTING IMPROVEMENTS 2605.3015 2" CONDT PVC SCH 80 (T) (26 05 33 LF 34 41 20 EA 34 41 10 LF 34 41 10 34 41 20 34 41 20 EA EA EA 00 42 43 DAP - BID PROPOSAL Paee5 of7 Bidder's Application Bid Quantity 1820 15 5460 3 15 Bidders Proposal Unit Price $10.00 $1,200.00 $5.00 $600.00 $2,800.00 1 $4,000.00 TOTAL UNIT V: STREET LIGHTING IMPROVEMENTd CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version April 2, 2014 Bid Value $18,200.00 $18,000.00 $27,300.00 $1,800.00 $42,000.00 $4, 000.00 $111,300.00 00 42 43_Bid Proposal_DAP - Rev2.xls 00 42 43 DAP- BID PROPOSAL Page of SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Bidlist Item No. Project Item Information Description Specification Section No. Unit of Measure UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS_ Bid Quantity I TOTAL UNIT VI: TRAFFIC SIGNAL IMPROVEMENTd CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version April 2, 2014 Bidder's Proposal Unit Price Bid Value 00 42 43_Bid Proposal_DAP - Rev2.xls UNIT PRICE BID Bidlist Item No. SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item information Description ISpecification Unit of Section No. Measure Bid Summary UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT Commences to run as provided in the General Conditions. CONATSER CONSTRUCTION 1)1. L.P. Brock Huggins Vice President CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Vusion April 2, 2014 00 42 43 I)AP • BID PROPOSAL Pace 7 of 7 Bidder's Application Bid Quantity Total Construction Bid END OF SECTION Bidder's Proposal Unit Price Bid Value $141,742.00 $169,039.00 $44,125.00 $468,420.50 $111,300.00 $934,626.50 Itltl calendar days after the date when the Copy of00 42 43_Bid Proposal_DAP 18)