Loading...
HomeMy WebLinkAboutContract 45666 MY SECRETAW CONTRACT _ COMPLETION AGREEMENT This Completion Agreement ("Agreement) is made and entered into by and among the City of Fort Worth ("City"), and I—LACKLAND CALMONT, LTD_j, a Texas) Limited Company ("Developer"), and) SOUTHWEST BANK;("Lender"), effective as of � APRIL 15, j20�14�. The City, the Developer and the Lender are hereinafter collectively called the "Parties". WITNESS'ETH: WHEREAS, the Developer owns that certain tract of real property that contains approximately) 19.364 )acres that is located in the City, the legal description of which tract of real property is marked Exhibit "A" — Legal Description, attached hereto and incorporated herein for all purposes (which tract of real property is hereinafter called the "Property"); and WHEREAS, the Developer intends to develop the Property as an addition to the City through plat FP� 013-0761 or FSLj; and WHEREAS, the Developer and the City have entered into a Community Facilities Agreement relating to the development of LDEER MEADOW ADDITION, BLOCKS 4-6, 8-10 (hereinafter called the "CFA"); and WHEREAS, the City has required certain assurances of the availability of funds to complete the streets, street signs and lights, and the water and sewer utilities for the development of the Property (herein collectively called the "Community Facilities"), and WHEREAS, in order to provide such assurances as have been required by the City, the Lender has agreed to advance certain funds to the City for Hard Costs (which term is hereinafter defined) subject to, and in accordance with, the terms, provisions and conditions o1 this Agreement; and WHEREAS, the Developer has granted to the Lender as additional security for the Loan (which term is hereinafter defined) a security interest in all plans and specifications for the development of the Property (hereinafter collectively called the "Plans"); and WHEREAS, the Parties desire to set forth the terms and conditions of such accommodations as are described above. i OFFICIAL w ECO CITY SECRET AMY JUN E. i° " NOW THEREFORE, for and in consideration of the benefits to be derived from the mutual observance by the parties of the terms and conditions hereof, and for and in consideration of Ten Dollars ($10.00) and other good and valuable consideration, the receipt, adequacy and sufficiency of which are hereby acknowledged, the Parties agree as follows: 1. Recitals. The foregoing recitals are true, correct and complete and constitute the basis for this Agreement and they are incorporated into this Agreement for all purposes. 2. The Completion Amount. The City and the Developer agree that the Hard Costs required to complete the Community Facilities in the aggregate should not exceed the sum of � One Million One Hundred Fifty Five Thousand Nine Hundred Seventy Three and Forty-Three cents_I Dollars ($� 1,155,973.43b, hereinafter called the "Completion Amount". Notwithstanding the foregoing, it is acknowledged that the actual costs of completion of the Community Facilities may vary as a result of change orders agreed to by the Parties, but such variances for the purposes of this Agreement shall not affect the Completion Amount as used herein. 3. Adjustments to the Completion Amount. The Lender may from time to time make advances to the Developer for the development of the Property under the development loan that has been made by the Lender to the Developer for the purpose of financing the costs of constructing the Community Facilities for the Property (the "Loan") subject to, and in accordance with, the terms, conditions and provisions of the Loan Documents (which term is hereinafter defined) evidencing and securing the Loan. Some of those advances shall be for Hard Costs as specified in the "Approved Budget" relating to the Loan, a copy of which Approved Budget is marked Exhibit "B", attached hereto and incorporated herein for all purposes, with the Hard Costs (which term is hereinafter defined) line items highlighted. The term "Hard Costs" shall mean the actual costs of construction and installation of the Community Facilities. To the extent that advances under the Loan are for the payment of Hard Costs, the Completion Amount shall be Page 2 of 13 deemed reduced, dollar for dollar. The Lender may withhold statutory retainage from any advances under the Loan or pursuant to this Agreement. All such retainage withheld, to the extent it is attributable to Hard Costs, shall also reduce the Completion Amount dollar for dollar. All retainage withheld by the Lender for Hard Costs that are advanced to the City pursuant to this Agreement shall be released to the City as provided in the Texas Property Code upon expiration of the statutory retainage period. 4. Completion by the Developer . The Developer agrees to complete the Community Facilities on or before the date for completion that is established in the Loan Documents plus thirty (30) days (hereinafter called the "Completion Date"), in accordance with the CFA, the Plans that are approved by the Lender and the City and all documents evidencing or securing the Loan (which documents are hereinafter collectively called the "Loan Documents"). For the purposes of this Agreement, the development of the Property shall be deemed complete upon acceptance by the City of the Community Facilities. The City shall promptly notify the Lender and the Developer upon such acceptance. 5. Completion by Lire City. In the event that either: (A) the development of the Property is not completed by the Completion Date for any reason whatsoever, or (B) the Developer is in default under the Loan, then the Lender, at its sole option, may request the City to complete development. The City may, at its sole option and at the cost and expense of the Developer, within 10 days from receipt of Lender's request, notify Lender that it will undertake to complete the Community Facilities and the City shall then commence, pursue, and complete the Community Facilities in a reasonably timely, diligent and workmanlike manner in accordance with the Plans, subject to the terms of this Agreement. The Lender and the Developer agree that the City may use the Plans as necessary to complete the Community Facilities. If the City does not timely elect to complete the construction of the Community Facilities or if the Lender does not request the City to complete Page 3 of 13 construction of the Community Facilities, then the Lender may at its election terminate this Agreement, or at its option, proceed to complete the Community Facilities, or foreclose on any of its collateral, or take any and all such action as may be provided under the Loan Documents. 6. Advance of Completion Costs to the City and Delivery of Lard Costs Collateral to the City. In the event the Lender has requested the City and the City has elected to complete the Community Facilities, Lender shall transfer to the City all remaining undisbursed Hard Costs specified in the Approved Budget within 10 days of the date that the City elected to complete and provided Lender with written notice of such election. The Developer hereby authorizes and instructs the Lender to make the transfer of any remaining undisbursed Hard Costs specified in the Approved Budget to the City within 10 days of notification that the City elects to complete the Community Facilities. In the event the cost to complete the Community Facilities exceeds the moneys transferred to the City, City shall notify Lender and Developer in writing of the need of additional funds. The additional funds required to complete the Community Facilities shall be delivered to the City within 10 business days following notification to Lender and Developer. Failure to deliver the additional funds shall relieve the City of the obligation to complete the Community Facilities, in which event City shall use the Hard Costs funds in its possession to pay the contractor(s) all funds due it/them. Any remaining undisbursed Hard Costs shall be returned to Lender within a reasonable time. 7. Completion by the Lender. The Lender may, at its discretion, but shall not be obligated to, undertake to complete the Community Facilities if there is any default under any Loan Documents in lieu of requesting the City to complete the Community Facilities. If the Lender elects to complete the Community Facilities, any Hard Costs it expends shall, dollar for dollar, reduce the Completion Amount. Page 4 of 13 S. Easements. In the event the City or the Lender undertakes the completion of the Community Facilities, the Developer (and to the extent necessary the Lender) grants to the City and the Lender open access to the Property and shall execute and deliver such temporary easements over and across the entirety of the Property for the purpose of access and use for the completion of the construction of the Community Facilities in accordance with this Agreement. To the extent requested by the City and the Lender, written temporary construction easements in form acceptable to the City and the Lender shall be executed by the Developer and filed of record. Nothing in this paragraph shall reduce any rights of the Lender or obligations of the Developer under the Loan Documents. 9. Lender's IUglits. Nothing in this Agreement shall affect any portion of the Lender's collateral for the Loan or limit or impair the Lender's right to foreclose the same or deal with the collateral as it elects in accordance with the Loan Documents. 10. Satisfaction of the City Requirements. The City agrees that the assurances and covenants contained in this Agreement satisfy all requirements of the City with respect to payment and performance bonds or other requirements for security in connection with the development of the Property and the completion of the Community Facilities that are contained in the CFA or in any other agreement relating thereto, and the City hereby accepts the assurances and covenants contained herein in lieu thereof. To the extent the CFA irreconcilably conflicts with this Agreement, the provisions of this Agreement shall control. 11. Termination. This Agreement shall terminate upon the earlier to occur of the following: (a) acceptance by the City of the Community Facilities; (b) mutual written agreement of all of the Parties; or (c) the reduction of the Completion Amount to zero. However, release of the plat shall be governed by paragraph 12 hereof and termination pursuant to (b) or (c) of this paragraph 11 shall not require the City to release the plat. Page 5 of 13 12. Final Plat. The Parties acknowledge and agree that the City shall hold the final plat of the Property until the Community Facilities are completed and accepted by the City and all Hard Costs contractors have been paid, less retainage. Upon acceptance by the City and receipt of evidence from the Developer showing that all Hard Costs contractors have been paid, including but not necessarily limited to lien waivers and bills paid affidavits, the City shall within a reasonable time file the final plat for the Property in the Plat Records of the county where the Property is located. The purpose of the City retaining the final plat of the Property as provided herein is to guarantee the Developer's obligations under the CFA are completed. 13. Construction Contracts. Developer agrees to include in each Construction contract that it enters into for the completion of the Community Facilities the following: a. A statement that the City is not holding any security to guarantee any payment for work performed on the Community Facilities; b. A statement that the Property is private property and that same may be subject to mechanic's and materialman's liens; c. A requirement that each contractor contracting with the Developer release the City from any claim that is related to the Property; and d. A requirement that each contractor contracting with the Developer include in each subcontract the statements contained in a., b., and c. above. 14. Miscellaneous. A. Non-Assignment of Agreement. This Agreement may not be assigned by any of the Parties without the prior written consent of all the other Parties. B. Notice. Any notice required or permitted to be delivered under this Agreement shall be deemed received on actual receipt by the appropriate party at the following addresses: (i) Notice to the City shall be addressed and delivered as follows: Page 6 of 13 City of Fort Worth Planning and Development Department 1000 Throckmorton Street Fort Worth, Texas 76102 Attention: CFA Division David Schroeder, Development Manager Email: David.Schroeder @fortworthgov.org Confirmation Number: 817-392-2239 and/or Attention: CFA Division Jana Knight, Administrative Assistant Email: Jana.Knight @fortworthgov.org Confirmation Number: 817-392-2025 With a copy thereof addressed and delivered as follows: Douglas W. Black Office of the City Attorney City of Fort Worth 1000 Throckmorton Street Fort Worth, Texas 76102 Confirmation Number: 817-392-7607 (ii) Notice to the Developer shall be addressed and delivered as follows: LACKLAND CALMONT, LTD., TIMOTHY H. FLEET] 3045 LACKLAND ROAD! FORT WORTH, TEXAS 76116, 817-717-7136 j (iii) Notice to the Lender shall be addressed and delivered as follows: (SOUTHWEST BANK, ALEC BARRY 4809 CAMP BOWIE BLVD.I, [FT. WORTH, TEXAS, 817-298-55851 Page 7 of 13 Email: lalec.barry a southwestbank.comj A party may change its address for notice upon prior written notice to the other parties pursuant to the terms hereof. C. Texas Law to Apply. This Agreement shall be construed under and in accordance with the laws of the State of Texas. D. Parties Bound. This Agreement shall be binding upon and inure to the benefit of the Parties and their respective legal representatives, successors and assigns. E. Legal Construction. In case any one or more of the provisions contained in this Agreement shall for any reason is held to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability shall not affect any other provision of this Agreement, and this Agreement shall be construed as if such invalid, illegal, or unenforceable provision had never been contained in this Agreement. F. Prior Agreements Superseded. This Agreement constitutes the sole and only agreement of the Parties with respect to the subject matter hereof and supersedes any prior understandings or written or oral agreements among the Parties concerning the subject matter hereof; provided, however, that this Agreement shall not supersede, amend or modify any of the Loan Documents or any portion thereof. G. Amendment. This Agreement may only be amended by a written instrument executed by all of the Parties to his Agreement. H. Headings. The headings that are used in this Agreement are used for reference and convenience purposes only and do not constitute substantive matters to be considered in construing the terms and provisions of this Agreement. (REMAINDER OF PAGE INTENTIONALLY LEFT BLAND) Page 8 of 13 Executed IN QUADRUPLICATE by the Parties hereto: CITY OF FORT WORTH: DEVELOPER: Fernando Costa Lackland Calmont, Ltd. Assistant City Manager BY: Calmont GP LLC, general partner BY: Timothy H. Fleet, President Date: Date: APPROVED AS TO FORM: LENDER: SOUTHWEST BANK ell Douglas W. Black Name: Alec Barry 11117 Assistant City Attorney Title: President ATTEST: of FO. 60 0%0 0 0 00 0 0 Mary . er 00"0000 City ry M&C: 4 Date: OFFICIAL RECORD CITN'SECRIETA,RY WO R ril, TX Page 9 of 13 Timothy H. Fleet, the Guarantor of the Development Loan, is executing this Completion Agreement for the sole purpose of acknowledging that advances that are made by the Lender pursuant to this Completion Agreement shall be deemed to be advances that are made under the Loan that shall be subject to and covered by the Loan Documents and the Guaranty Agreement that was executed by (Timothy H. Fleet. GUARANTQ y: Name: ::.m .. Title: i I i f r i r r I Page 10 of 13 I ii LIST OF EXHIBITS TO THE COMPLETION AGREEMENT EXHIBIT A - LEGAL DESCRIPTION EXHIBIT B - APPROVED BUDGET Page 11 of 13 Exhibit "A" Whereas Lackland Calmont,Ltd.,being the owner of the following described tract of land to wit: ALL that certain tract or parcel of land situated in the HIRAM LITTLE SURVEY, ABSTRACT NO, 930, Tarrant County, Texas and being that same tract as described in Deed to Lackland Calmont, Ltd., as recorded in Instrument No. D213297488 of the Deed Records,Tarrant County,Texas and a portion of a tract described in Deed to Lackland Calmont, Ltd., as recorded in Instrument No. 13213297453 of said Deed Records, Tarrant County, Texas and being more particularly described by metes and bounds as follows: BEGINNING at a 5/8 inch steel rod found for the northwest comer of Lot 11,Block 4,Deer Meadow Addition, Phase One,an Addition to the City of Fort Worth,Tarrant Count Texas as recorded in Cabinet A,SIide 9066 of the Plat Records,Tarrant County,Texas,also being the most easterly southeast corner of a tract described in Deed to Texas Electric Service Company as recorded in Volume 5581,Page 430 of said Deed Records; THENCE South 00 degrees 26 minutes 55 seconds East with the westerly boundary line of said Phase One,579.65 feet to a 1/2 inch steel rod found for the southwest corner thereof,also being the southwest corner of Lot 11,Block 6 of said Phase One; THENCE South 89 degrees 53 minutes 02 seconds East with the southerly boundary line of said Lot 11,Block 6,50.00 feet to a 1/2 inch steel rod with cap stamped "MOAK SURV INC"found for the southeast corner thereof,also being the northwest corner of Lot 15,Block 6,Deer Meadow Addition,Phase Two,an Addition to the City of Fort Worth,Tarrant County,Texas as recorded in Cabinet A,Slide 11265 of said Plat Records; THENCE South 00 degrees 06 minutes 58 seconds West with the westerly boundary line of said Lot 15, 111.90 feet to a 1/2 inch steel rod with cap stamped"MOAK SURV INC"found for the southwest corner thereof, THENCE South 29 degrees 11 minutes 14 seconds West,50.17 feet to a 1/2 inch steel rod with cap stamped "MOAK SURV INC' found for the northwest corner of Lot 52,Block 8 of said Deer Meadow Addition,Phase Two; THENCE South 22 degrees 04 minutes 34 seconds West with the westerly boundary line of said Lot 52,71.05 feet to a 1- 1/4 inch steel rod found for the southeast corner of said Lackland Calmont,Ltd.tract,(Instrument No.13213297488)and also being the northeast corner of said Lackland Calmont,Ltd.tract,(Instrument No.D213297483); THENCE South 00 degrees 13 minutes 35 seconds West continuing with said westerly boundary line,at 13.28 feet passing the southwest comer of said Lot 52, in all,68.73 feet; THENCE North 89 degrees 53 minutes 02 seconds West, 1062.00 feet to a 60-D nail set in the easterly boundary line of a tract described in Deed to Texas Electric Service Company as recorded in Volume 423, Page 32 of said Deed Records, also being the most westerly southwest corner of said Lackland Calmont,Ltd.tract,(Instrument No. D213297483) THENCE North 13 degrees 10 minutes 12 seconds East with the westerly boundary line of said Lackland Calmont, Ltd. tract,(Instrument No. D213297483)and the easterly boundary line of said Texas Electric Service Company tract,at 68.38 feet passing a 1/2 inch steel rod with cap stamped"MOAK SURV INC'found for the most southerly southeast comer of a tract described in Deed to Texas Electric Service Company as recorded in Volume 5581, Page 430 of said Deed Records, also being the northwest corner of said Lackland Calmont, Ltd. tract, (Instrument No. 13213297483) in all, 893.08 feet to a 1/2 inch steel rod with cap stamped "MOAK SURV INC' found for the northwest corner of said Lackland Calmont,Ltd.tract,(Instrument No. D213297488); THENCE South 89 degrees 53 minutes 02 seconds East with the southerly boundary line of said Texas Electric Service Company tract and the northerly boundary line of said Lackland Calmont, Ltd. tract, (Instrument No. D213297488) , 855.65 feet to the place of beginning and containing 19.364 acres of land,more or less, as surveyed by Moak Surveyors, Inc. 00 42 43 SECTION 00 42 43 BID PROPOSAL °- PROPOSAL FORM Page I of 6 PROJECT: DEER MEADOWS-PHASE THREE DATE:04-13-14 - UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Specification Unit of Bid Quantity Unit Price Bid Value Bidlist Item No. Description Section No. Measure Q n 1 t asa 3311.0261 f8"PVC Water Pipe 33 11 12 LF a 3,540 $25.00 $88,500.00 3311.0141 6"PVC Water Pipe 33 11 12 LF 10 $20.50 $205.00 -- 3312.3003 8"Gate Valve 33 1220 EA 10 $950.00 $9,500.00 3312.3002 6"Gate Valve 33 1220 EA 3 $800.00 $2,400.00 3312.0103 Connect.to Existing 8"Water Main 33 1225 EA 3 $250.00 $750.00 -- 3312.0001 Fire Hydrant 33 1240 EA 3 $3,100.00 $9,300.00 33 1 1.0001 Ductile Iron Water Fittings 33 11 11 TON 2 $3,600.00 $7,200.00 3305.0109 Trench Safety 3305 10 LF 3550 $1.50 $5,325.00 -- 3312.2003 1"Water Service 33 12 10 . 1 EA 102 $725.00 $73,950.00 UNIT 1: WATER IMPROVEMENTS BID SUMMARY $197,130.00 CITY OF FORT WORTH DEER MEADOW,PHASE THREE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DOE: 7200 Form Revised 20120120 City Project No.: 02243 00 42 43 SECTION 00 42 43 BID PROPOSAL. PROPOSAL FORM Page 2 of 6 PROJECT: DEER MEADOWS-PHASE THREE DATE:04-13-14 - UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Specification Unit of Bid Quantity Unit Price Bid Value Bidlist Item No. Description Section No. Measure Q tY 3331,4115 8"PVC Sewer Pipe 33 31 20 LF 3,119 $27.001 $84,213.00 3331.4116 8"PVC Sewer Pipe,CSS BackfLll 3311 10 LF 134 $70.00 $9,380.00 3305.3006 16" Steel Carrier Pipe 33 0524 LF 44 $80.00 $3,520.00 3339.1001 4'Manhole 33 39 20 EA 18 $2,700.00 $48,600.00 T 3339.1002 4'Drop Manhole 33 3920 EA 2 $4,000.00 $8,000.00 3339.1003 4'Extra Depth Manhole 33 3920 VF 87 $150.00 $13,050.00 3331.3101 4"Sewer Service,Two-way cleanout 33 31 50 EA 102 $375.00 $38,250.00 3301.0002 Post-CCTV Inspection 33 01 31 LF 3,253 $3.50 $11,385.50 3301.0101 Manhole Vacuum Testing 33 01 30 EA 20 $150.00 $3,000.00 3339.0001 Epoxy Manhole Liner 33 39 60 VF 205 $90.00 $18,450.00 -' _3305.0201 Concrete Collars 33 05 13 EA 2 $1$1.00 $300.00 _3305.0109 Trench Safety 33 05 10 LF 3,253 $1.50 $$500.50 3305.0113 Trench Water Stops(Clay Dams) 3305 10 EA 10 $50.00 $500.00 -- UNIT 2: SANITARY SEWER IMPROVEMENTS BID.SUMMARY $243,528.00 CITY OF FORT WORTH DEER MEADOW,PHASE THREE DOE: 7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -" Form Revised 20120120 City Project No.: 02243 00 42 43 SECTION 00 42 43 BID PROPOSAL Page 3 of6 PROPOSAL FORM PROJECT: DEER MEADOWS-PHASE THREE DATE:04-13-14 -- UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Specification Unit of Bid Quantity Unit Price Bid Value Bidlist Item No. Description Section No, Measure Q 3305.0109 4 Trench Safety 33 05 10 LF 1,299 $1.50 $1,948.50 ~ 3341.0402 42"RCP,Class III 3341 10 LF 415 $92.00 $38,180.00 3341.0309 36"RCP,Class III 3341 10 LF 440 $75.00 $33,000.00 3341.0205 24"RCP,Class ITI 3341 10 LF 363 $47.00 $17,061.00 3341.0201 21"RCP,Class 1II 3341 10 LF 81 $45.00 $3,645.00 3349.0001 4'Storm Junction Box 33 49 40 EA 1 $4,400.00 $4,400.00 -- 3349.0002 5'Storm Junction Box 33 49 40 EA 1 $6,000.00 $6,000.00 3349.500I 10'Curb Inlet 33 49 20 EA 4 $2,700.00 $10,800.00 3349.5003 20'Curb Inlet 33 49 20 EA 4 $5,800.00 $23,200.00 3349.7001 4'Drop Inlet 33 49 20 EA 1 $3,600.00 $3,600.00 3349.1009 42"Flared Headwall 33 49 40 EA 1 $3,400.00 $3,400.00 3136.0102 Twisted Gabions 31 36 00 CY 70 $250.00 $17,500.00 -- 3136.0104 Twisted Gabions Mattresses 31 36 00 CY 100 $250.00 $25,000.00 3137.0104 Medium Stone,Riprap,dry 31 37 00 SY 190 $50.00 $9,500.00 _ 9999.0001 Temporary Sediment Basin(See Detail) LS 1 $4,000.00 $4,000.00 UNIT 3: STORM DRAIN IMPROVEMENTS BID SUMMARY $201,234.50 CITY OF FORT WORTH DEER MEADOW,PHASE THREE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DOE: 7200 Fomi Revised 20120120 City Project No.: 02243 00 42 43 SECTION 00 42 43 BID PROPOSAL PROPOSAL FORM Page 6 of 6 PROJECT: DEER MEADOWS-PHASE THREE DATE:04-13-14 UNIT PRICE BID Bidder's Application CONTRACTOR BASE BID UNIT 1:WATER IMPROVEMENTS BID SUMMARY $197,130.00 UNIT 2:SANITARY SEWER IMPROVEMENTS BID SUMMARY $243,528.00 UNIT 3:STORM DRAIN IMPROVEMENTS BID SUMMARY $201,234.50 UNIT 4:PAVING IMPROVEMENTS UNIT 5:STREET LIGHTING IMPROVEMENTS TOTAL BASE BID $641,892,50 ALTERNATE BID TOTAL ALTERNATE BID DEDUCTIVE ALTERNATE BID - TOTAL DEDUCTIVE ALTERNATE BID ADDITIVE ALTERNATE BID TOTAL ADDITIVE ALTERNATE BID TOTAL BID $641,892.50 DEER MEADOW,PHASE THREE CITY OF FORT WORTH DOE: 7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 02243 Form Revised 20120120 00 42 43 SECTION 00 42 43 BID PROPOSAL r. PROPOSAL FORM Page 4 of 6 PROJECT: DEER MEADOWS-PHASE THREE DATE:04-13-14 - UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Specification Unit of Bid Quantity Unit Price Bid Value Bidlist Item No. Description Section No, Measure Q y 3213.0101 6"Conc Pvmt 32 13 13 SY 11,345 $30.68 $348,064.60 3212.0302 2"Asphalt Type D 32 13 16 SY 759 $12.83 $9,737.97 3212.0501 4"Asphalt Type B 32 13 16 SY 759 $12.83 $91737.97 _ 3211.0501 6"Lime Treatment 32 11 29 SY 12,891 $2.00 $25,782.00 3211.0400 Lime(30#/SY) 32 11 29 TN 232 $155.00 $35,960.00 3213.0535 Barrier Free Ramp-Type R-I 32 1320 EA 8 $985.00 $7,880.00 3471,0003 Stop Signs 34 71 30 EA 4 $428.00 $1,712.00 3291.0100 Top Soil 3291 19 CY 870 $12.00 $10,440.00 3292.0400 Seeding,Hydromulch 3291 13 SY 7833 $0.58 $4,543.14 3217.0503 24"Solid White Stop Bar Paint(W) 32 1723 LF 48 1 $13.10 1 $628.80 9999.0002 Street barricade(TXDOT) Sheet 1 87 $27.50 $2,392.50 UNIT 4: PAVING IMPROVEMENTS BID SUMMARY X456,878.98 DEER MEADOW,PHASE THREE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DOE: 7200 Form Revised 20120120 City Project No.: 02243 00 42 43 SECTION 00 42 43 BID PROPOSAL Page 6 of 6 _ PROPOSAL FORM PROJECT: DEER MEADOWS-PHASE THREE DATE:04-13-14 UNIT PRICE BID Bidder's Application CONTRACTOR BASE BID UNIT 1:WATER IMPROVEMENTS BID SUMMARY _ UNIT 2:SANITARY SEWER IMPROVEMENTS BID SUMMARY UNIT 3:STORM DRAIN IMPROVEMENTS BID SUMMARY UNIT 4:PAVING IMPROVEMENTS $456,878.98 UNIT 5:STREET LIGHTING IMPROVEMENTS TOTAL BASE BID $456,878.98 �- ALTERNATE BID TOTAL ALTERNATE BID DEDUCTIVE ALTERNATE BID -- TOTAL DEDUCTIVE ALTERNATE BID ADDITIVE ALTERNATE BID TOTAL ADDITIVE ALTERNATE BID TOTAL BID $456,878.98 DEER MEADOW,PHASE THREE CITY OF FORT WORTH DOE: 7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 02243 — Form Revised 20120120 UV 42 43 SECTION 00 42 43 BID PROPOSAL Page 5 of 6 PROPOSAL FORM PROJECT: DEER MEADOWS-PHASE THREE DATE:04-13-14 - UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Specification Unit of Bid Quantity Unit Price Bid Value Bidlist Item No. Description Section No. Measure 3441.1502 Furnish/Install Ground Box,small, v 34 41 10 EA 4 $550.00 $2,200.00 _ w/lid w/apron 3441.3101 Furnish/Install I OOW HPS PC Lighting 34 41 20 EA 16 $325.00 $5,200.00 Fixture -- 3441.3301 Furnish/Install Rdwy Ilium Foundation 34 41 20 EA 16 $815.00 $13,040.00 TY1,2 and 4 2605.3015 Furnish/Install Conduit-Schedule 80 26 05 33 LF 569 $8.60 $4,893.40 PVC 2 inch Open Cut 3441.3004 #8 Alum Wire 34 41 20 CLF 569 $2.95 $1,678.55 3441.3004 Furnish/Install Rdway Ilium TY D-25-6 34 41 20 EA 16 $1,220.00 $19,520.00 Pole 3441.3004 Furnish/Install Type 25 Arm 34 41 20 EA 16 $575.00 $9,200.00 UNIT 5: STREET LIGHTING IMPROVEMENTS BID SUMMARY $ss,731.9s DEER MEADOW,PHASE THREE CITY OF FORT WORTH DOE: 7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 02243 -- Form Revised 20120120