Loading...
HomeMy WebLinkAboutContract 46717 Developer and Project Information Cover Sheet: Developer Company Name: FW Rivercrest Bluffs,LLC Address, State,Zip Code: 2929 W 5`h St. Suite A Phone 817-332-9600 E-Mail tia@jrhpartners.com Authorized Signatory/Title: James R. Hams Manager Project Name and Brief Description: Rivercrest Bluffs Addition Project Location: South of White Settlement/East of Nursery Lane Plat Case No.: FP-14-050 Plat Name: Mapsco: Council District: 7 City Project No 02404 CFA: 2015-0 DO : 7339 To be comp ted b to Received by: ate: /SAS M C-) M M v c OFFICIAL RECORD CITY SECRETARY i FT.WORTH,TX COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. Tto WHEREAS, the undersigned Developer ("Developer") desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Rivercrest Bluffs Addition ("Project") within the City 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 Improvements and 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: OFFICIAL RECORD CITY SECRETARY General Requirements FT. WORTH, TX 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 acknowledges that the said acceptance process requires the Developer's contractor(s) to submit an 2 affidavit of bills paid signed by its contractor and consent of surety signed by its surety to ensure the contractor has paid any sub-contractors and suppliers in full. Additionally, the contractor must also provide in writing that the contractor has been paid in full by Developer for all the services provided under their 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 are made a part hereof. Water(A) X , Sewer (A-1) X , Paving (B) X , Storm Drain (B-1) XStreet 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. 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 streets and/or to perform water/waste water 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 Improvements, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the Improvements valid 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 3 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 at least 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 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, 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 contemplated herein. I. City shall not be responsible for 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 4 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, his 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, his 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, 5 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. 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 6 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 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) 7 Cost Summary Sheet Project Name: Rivercrest Bluffs Addition CFA No.: 2015-011 DOE No.: 7339 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 $161,349 2.Sewer Construction $188,530.00 Water and Sewer Construction Total $ 349,879.25 B. TPW Construction 1.Street $ 62,358.50 2.Storm Drain $ 202,160.00 3.Street Lights Installed by Developer TPW Construction Cost Total $ 264,518.50 Total Construction Cost(excluding the fees): $ 614,397.75 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 6,997.59 D. Water/Sewer Material Testing Fee(2%) $ 6,997.59 Sub-Total for Water Construction Fees $ 13,995.18 E. TPW Inspection Fee(4%) $ 10,580.74 F. TPW Material Testing(2%) $ 5,290.37 G. Street Light Inspsection Cost $ - H. Street Signs Installation Cost Sub-Total for TPW Construction Fees $ 15,871.11 Total Construction Fees: $ 29,866.29 Financial Guarantee Options Choose one Amount Mark choice Bond=100% $ 614,397.75 Completion Agreement=100%/Holds Plat $ 614,397.75 x Cash Escrow Water/Sanitary Sewer=125% $ 437,349.06 Cash Escrow Paving/Storm Drain=125% $ 330,648.13 Letter of Credit=125%w/2yr expiration period I $ 767,997.19 8 IN TESTIMONY WHEREOF, the City of Fort Worth has caused this instrument to be executed in quadruplicate in its name and on its behalf by its Assistant City Manager, attested by its City Secretary,with the corporate seal of the City affixed, and said eveloper has e c ed this instrument i qua uplicate, at Fort Worth,Texas this --day6f CITY OF FORT WORTH-Recommended by: Water Department Transportation&Public Works Department Wendy Chi- abulal,EMBA,P.E. Douglas W. Wiersig, P.E. Development Engineering Manager Director Approved as to Form &Legality: Approved by City Manager's Office 4Q — , —A --Oa(p Doug as . Black Fernando Costa Assistant City Attorney Assistant City Manager M&C No. N Date: ATTEST: FART`L Q�%0 ° AarIJ.Kays V g S City Secretary° 000Y0000 O ;5 ATTEST: DEVELOPER: James R. Harris Partners Signature Signature: (Print)Name: Print Name:James R Harris Title:Manager OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX 9 Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment ® Location Map ® Exhibit A: Water Improvements ® Water Estimate ® Exhibit A-1: Sewer Improvements ® Sewer Estimate ® Exhibit B: Paving Improvements ® Paving Estimate ® Exhibit B-1: Storm Drain Improvements ® Storm Drain Estimate ❑ Exhibit C: Street Lights and Signs Improvements ❑ Street Lights and Signs Estimate (Remainder of Page Intentionally Left Blank) 10 r � ITE SETTL ENT RD. 1 / a 1 -- – 1y�ae WHITE SETTLEMENT RD. / LU 1111 \� L - 3� SITE -- F­ .- —- _. W.71th ST. =s r , -- - - --- - 30 377 ,l VICINITY MAP N.T.S. a Ys •.R c� �i JOB NO. 61031-00 g RIVERCREST BLUFFS PAPE-MMON ^� DATE FEBRUARY 2015 DESIGNER EAP ENG>,NEERS �.e CHECKED DM DRAWN EAP FORT WORTH, TEXAS $9 SilRUT srmwm r 330 st.I nw1 wani mus 7aTa2 I R AX m7.11IM3 S �w SHEET 1 of 5 VICINITY MAP ?Em mom or PROWMM Emmem owwasmAllm1m 8� 7N5 DDIUrNf HAS®1 PHOdIQD FROM WTETEAL THAT LLl5 SIUrO AID/OX TflNlSViIED LLLiHCNIGtILY NO MAY HAZE HEN NApY(,NI[NILY Al1pED. PRY ONLY W MµNAW WPI'YATfPtiS HAMIC TNC CQ74A.TNlI'S tleCNK 9fiWTI/S AND gJL WHITE SEIILEMENTROAD — - = -- -- 7 PROPOSED 8. = EXISTING/--- CONNECTI - PROPOSED 8" 12" V, EXISTING 12* K NECTION 91 EXISTING 12" K -T C'- -F- F4 0 z /,/\\ / EXISTING ................ 6" IAL>"� ------ \\\------- .................. HANDSOMEST .................. .................. .. .. ._......g... PROPOSED 8" CONNECTION, TO EXISTING 6* WLu 0 V4 LEGEND PROPOSED WATER LINE PROPOSED GATE VALVE SCALE: 1"=200' PROPOSED FIRE HYDRANT ♦ 200' ol 100' 200' EXISTING WATER LINE JOB NO. 61031-00 RIVERCREST BLUFFS PAPE.-DAWSON DATE FEBRUARY 2015 DESIGNER EAP PE ENGINEERS ki FORT WORTH, TEXAS gk CHECKED DM DRAYMEAP 3w YAW SENNM ST. FMM nM T NOM 02 I pflow.mzsm3m ;i SUT" I F"1"MM-Mig �o SHEET 2 of 5 EXHIBIT A - WATER =0 mw ar FNMTSNMU Doi="M mmm"100 m rit.jowmk T-,-mu5 5rua immup mwwmpa:rli]KCV iG Mo+iJ,Yl Bib I�A:411bl-Atint aatltl am PROPOSAL Paan 1 aro SEC71ON 00 42 43 } PROPOSAL FORM-RNERCRESTBLUFFS UNCC PRICE BID Bidder's Application Water Improvements Project Item Information Bidders Proposal Sidlist Item No. Description SPeclficaflon Unit of Section No. Measure Bid Quantity Unit Price Bid Value 6'PVC Water Pipe,Complete in Place for the Sum of. 3311.0161 Doll=& 331112 L.F. 13 $30.00 $390.00 Cents per Linear Foot 8'PVC Water Pipe,Complete in Place for the Stan of Complete in 3311.0261 Place for the Sm of: Dolle& 33 11 12 L.F. 2284 $32.00 $73,088.00 Cesu pwLmear Foot Fire Hydrant,Complete m Place far the Sum of.Complete in Place 3312.0001 for the Srmm of Dollars& 331240 EA 5 $3,500.00 $17,500.00 Cents per Each Ductile Iron WaterFittioip W Restraint,Complete in Place for the 3311.0001 Sum of Doll=& 33 11 11 TON 3.2 $5,250.00 $16,800.00 Cents per TON Connection m Exie 4"-12"Water Main,Complete in Place for the 33120117 Stmm of. Dolls& 331225 EA 3 $3,500.00 $10,500.00 IE Cents per Each I'Water Savior,Complete in Place for the Stmm of: 3312.2003 Doll=& 33 12 10 EA 37 $750.00 $27,750.00 Cents per Each 8'Gate Vahs w/Box.Complete inPlace for the Sum of t 3312.3003 Dollen& 33 12 20 EA 10 $1,200.00 $12,000.00 Cents perEab Trench Water Stops,Complete in Place for the Sum of. 3305.0113 Dollars& 330515 LF. 9 $50.00 $450.00 Cents per Linear Foot Trench Safety,Complete in Place for the Sum of 3305.0109 Doll=& 330510 L.F. 2297 $125 $2.87125 Cents per Linea Foot t j SUBTOTAL-WATER IMPROVEMENTS (161"25 cY[voP Pn1[rwDaI9 . *AMMADCOQRIROCImM SPr@1CAnomDocvMvrrS Psaabdfllast� Prta PWrWhyd+Y WHITE SETTLEMENT ROAD — ......... --- _ ............ — I f � _ •t)=Y ,: III _i� -- f R , HANDSOME _ r it I IIS � o -- -- U ,0 r ._.........._.._ i ISTING SS _...__...., MANHOLE i; ---__EXISTING 1 LEGEND PROPOSED SANITARY SEWER LINE n PROPOSED SANITARY MANHOLE SCALE: 1"=200' EXISTING SANITARY SEWER LINE zoo' o' 100' zoo' EXISTING SANITARY MANHOLE JOB N0. 61031-00 DATE FEBRUARY 2015 RIVERCREST BLUFFS j PAPE-DAWSON Kn w DESIGNER EAP FORT WORTH, TEXAS FMENGINEERSp�p CHECKED DM DRAWN EAP 4 9 SL NM Wo Sti1OUTN ST IM IK FORT� nL iExAS 7=2I A*fi7.S=JQMO +� ,- EMOMMj - SHEET 3 of 5-1 EXHIBIT Al - WASTEWATER 7VASS ,OCF> � „ 4' 7 EM[.W KK5 fl[oi -"y.r[F k Rut f j S-OFU 4ri.9A nwrW'o C.L:' +40 41r­(3EL.."Ar v k00 MI 4i•4 :"Y xrcE:Xp 411Pk $!E*W.X W-S.LWM K S*uT R"0 4E4 aaau smraopom rr"ara SECTION 00 4243 t PROPOSAL FORM-RIVERCREST BLUFFS UNIT PRICE BED Bidders Applic tim 1 1 j Sewer lm rovements Project Item information Bidders Proposal Bidlist Rem No. Description Speclfkatlon Unit of Bid Quantity Unit Price Bld Value Section No. Measure 8"PVC Sewer Pipe,Complete in Place for the Sum of 3311 10,33 3112, 3331.4115 Dollen& L.F. 2039 $42.00 $85,638.00 Cents pe:Linear Foot 33 31 20 B"PVC SewerPipe,CSS Backfill,Complete in Place for the Sum of: 33 11 10,33 31 12, 3331.4116 Dollas& LF. 100 $52.00 $5,200.00 Cents per I.mrar Foot 33 31 20 4 Manhole,Complete to Place for the Sum of. 3339.1001 Dollen& 33 39 10,33 39 20 EA 19 $3,200.00 $60,800.00 1 Cents per Each 4'Drop Manhole,Complete in Place for the Sum of 3339.1002 Dollars& 33 3910.33 3920 EA 1 $7,750.00 $7,750.00 Cents per Vertical Foot 4"Sam Savin,Complete in Place for the Sum of 3331.3101 Doll=& 333150 EA 37 $450.00 $16,650.00 Cans per Each Internal Corrosion Protection,Complete in Place for the Sum of. 3339.0001 Dollars& 333960 VF. 29 $175.00 $5,075.00 Ca;;per Each Manhole Vacuum Testing Complete in Place for the Sun of 3301.0101 Dollen& 330130 EA 20 $50.00 $1,000.00 Cents per Each PM-CCTV Inspection,Complete in Place for the Son of 3301.0002 Dollars& 33 01 31 LF. 2139 $2.00 $4,278.00 Cents per Linea Foot Trench Safety,Complus in Place for the Stan of 3305.0109 Dollar& 330510 LF. 2139 $1.00 $2,139.00 Cots per Linea Foot SUBTOTAL-SANrfARY SEWER MIPROVEMENCS $188,530.00 crrYDPFURfwomm srAm)"DcQvwn icTwmsptcw CATum DOCUMFMS res4"WSecants Ps&P"k WAgNLW WHITE SETTLEMENT ROAD 0 z HANDSOME ST. cn LEGEND PROPOSED 4' SIDEWALK SCALE: 1"=60' PROPOSED PAVING IMPROVEMENTS 60' o' 30' 60' ILI -1111' JOB NO. 61031-00 — RIVERCREST BLUFFS PAPE-DAWSON DATE FEBRUARY 2015 — ENGINEERS G DESIGNER EAP A. — FORT WORTH, TEXAS 6,11CHECKED DIVI DRAVME_lAP WO KEST SE�ENTH ST.I FORT KORN TEXAS M701 1 PHS:8181Z87aM68 WTE 350 FAX7870.3569 SI-EE-T 4 of 5 EXHIBIT B - PAVING TEXASDOW OF PRCFESW)AL DgGMn FRU)MMM710N I 470 *m J21"NJ&dm m"m am kfula VAI 9"ffhyb 101ars 1—19 CI WT T=Ulik UA 1111kh AMIL111 W a npu ouT wti m Al rimmin juvoki mom Y4 cwu in;5 ama44 Gwrim Aw YoL I ao xrDsoE sT,� - g 3� i co �D- - 4 f Z _ r — - - - - K - - - - �i — Int- t� \ f . N p I OD IY I I . uI� z ( � ! u .......... LL LLJ 0 I —� i� r o o Cl) cn W M m r m r Q i > � _ \ V) L _ � t o V) Q _ coCLCL - LU Ww po OmnWC7 aU II 0V)( 0. d hoOW OO O CO a J _ LoW= 9 CL Q- Wz00 U V LL 3.PYsl-i11gF Lf ,+i�R+Ps'�Y,{ —W:l -vo w,S •-0 +��I TIpP.�P� aiPO weu am PaoposM NW rata SECTION 00 42 43 PROPOSAL FORM-RIVERCREST BLUFFS UNIT PRICE BlD Biddets Application 11avine.Drain e &Erosion Control Improvements Project Item Information Bidder's Proposal Bldlist Item No. Deu Specffk lion UnR of riptbn Section No, Measure Bld Quantity Unit Price Bid Value 6'Concrete Pavvnent,Complete in Place for the Sum of: 3213.0101 Dollars& 32 13 13 S.Y. 1221 $33.50 $40,903.50 Cents per Square Yard r Lime Stabilized SubWade,Complete in Place for the Sum of 3211.0301 Dollars& 321129 S.Y. 1313 $3.00 $3,939.00 Camp"Square Yard Hydrated Lima(32 Ibstsyl Complete m Place for the Sum of 3211.0400 Dollars& 321129 TON 21 $160.00 $3,360.00 Cents per Ton 18'Saweun Existing Asphalt,Complete in Place tar the Sum of: 9999.0001 Do1Ln& 000000 LF. 235 320.00 $4,700.00 Cents perLmearFoot 4'Sidewalk ConVI to in Place for the Sum of 3213.0301 Do0=& 321320 S.Y. 128 $27.00 $3,456.00 Cents per Square Yard BanierFme Ramp,Type P-1,CovVIcte in Place for the Sum of 3213.0306 Dollen& 321320 BA 4 $1,500.00 $6,000.00 ° Cents per Each 1 Remove ExuCng 30'RCP,Complete mPlace for the Sum of 241.3017 Dollars& 024114 L.F. 17 $30.00 $510.00 Carts per Linear Foot } 48'RCP,Complete in Place for the Sum of: 3341.0409 Dollars& 334110 L.F. 17 $425.00 $7.225.00 f Cents per Linea Foot k 21'RCP,t7m III.Complete in Place for the Sum of: 3341.0201 Dollars& 33 41 10 LF. 26 $55.00 $1,430.00 Cents per Linear Foot I 24'RCP,Class III,Complete in Place for the Srmt of:• 3341.0201 Dollars& 334110 LF. 119 $60.00 $7,140.00 Cents per Linear Foot -W RCP,Class Bl.Complete in Place for the Sum of 3341.0309 Dollars& 334110 LF. 699 $105.00 $73.385.00 Cents per Linear Foot W Storm Junction Bos,Complete in Place for the Sum of. 3349.0001 Doll=& 334910 EA 2 $7,500.00 $15,000.00 Cents per Each 4 Storm Junction Bos,Complete to Place for the Sum of: 3349.0002 Dollars& 334910 FA 3 $8,500A0 $25,500.00 Cents per Each S Sided Junction Box,Complete in Place for the Sum of 3WO105 Dollars& 334910 EA l $12,500.00 $12,500.00 Cents per Each 4 S-+-d Manhole,Complete in Place for the Sum of: 3349.0104 Doll=& 334910 FA 2 $17,500.00 $35,000.00 Cents per Each 10'Crab Inlet,Complete in Place for the Sum of: 3349.5001 Dollars& 334920 EA 2 $2,200.00 $4,400.00 Cents per Each HMP,INC.4#FI*B Sema Oil&lyebcs SWP or tiqudvaleot, 9999.0002 Complete in Place for the Sum of 00 00 00 EA 1 $15,750.00 $15,750.00 Dollars& Cents per Each err or roar WORM sratmetm carursrx.-naa sPrCrPtarmn nocustsrrrs F—va.rrssuatu Pan}case staPMpWdaa Nall noPaOPOSAL P.J.4.(4 SECTION 00 42 43 PROPOSAL FORM-RIVERCREST BLUFFS UVTT PRICE BID Biddefs Application Silt Fenn,Complete in Place for the Sum of 9999.0004 1 Dollars& 000000 L.F. 1055 $2.00 $2,110.00 Cents per Linear Foot Rock Check Dam.Complete in Place for the Sum of 9999.0005 Dollars& 000000 EA 3 $500.00 $1,500.00 Cents per Each Inlet Protection,Complete in Place for the Sum of 9999.0006 Dollars& 00 00 00 EA 7 $100.00 $700.00 Cents Per Each SUBTOTAL-PAVING,DRAINAGE,&EROSION CONTROL $764,518.50 11,0ROVEMENTS Trac Control Project Item Information Bidder's Proposal Specification Unit of Bidllst Item No. Description Bid Quantity Unit Price Bid Value Section No. Measure Traffic Control,Complete in Place for the Stml of 3471.000[ Dollars& 347113 LS 2 $3,500.00 $7,000.00 Cents per Each SUBTOTAL-TRAFFIC CONTROL $7,000.00 TOTAL $621,397.75 errY OP roitf viogol STAMAnDOONSTAOCRON SPECIFICATIONDOCUMA'TS Pre RrftW3PIla1Sa PotBPa BIO Pnpoe