Loading...
HomeMy WebLinkAboutContract 46718 Developer and Project Information Cover Sheet: Developer Company Name: AMTEX Avondale, LP Address, State,Zip Code: 30141 Agoura Road Suite 100 , Agoura Hills, CA 91301 Phone: 818-706-0694 E-Mail: ar un@amcalhousing.com Authorized Signatory/Title: Arjun Nagarkatti/President Project Name and Brief Description: Avondale Apartments Project Location: Avondale Farms Road Plat Case No.: FP-15-006 Plat Name: Vista Crossroads Addition Mapsco: Council District: 7 City Project No : 02565 CFA: 2015-030 DOE: 7440 To be completed staff. Received by:_ ate: rj OFFICIAL RECORD CITY SECRETARY 1 FT,WORTH,TX COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary av)COUNTY OF TARRANT Contract No. I 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 Avondale Apartments ("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: 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. M M B. Developer shall provide financial security in conformance with paragraph 6, rn Section II, of the Policy and recognizes that there shall be no reduction in the 0 I collateral until the Project has been completed and the City has officially z accepted the Improvements. Developer acknowledges t id C=? acceptance process requires the Developer's contractors) �FS�i �LiECORD 2 CITY SECRETARY FT.WORTH,TX 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) X_, Street Lights & Signs (C) X 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: Avondale Apartments CFA No.: 2015-030 DOE No.: 7440 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. "we Developer's Cost A. Water and Sewer Construction 1. Water Construction $303,040 2.Sewer Construction $685,755.00 Water and Sewer Construction Total $ 988,795.00 B. TPW Construction 1.Street $ 623,647.00 2.Storm Drain $ 479,120.00 3.Street Lights Installed by Developer $ 130,175.00 TPW Construction Cost Total $ 1,232,942.00 Total Censttuetlon Cent(oxcl"no Ow fan): $ 2,221,7 7.00 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 19,775.90 D. Water/Sewer Material Testing Fee(2%) $ 19,775.90 Sub-Total for Water Construction Fees $ 39,551.80 E. TPW Inspection Fee(4%) $ 44,110.68 F. TPW Material Testing(2%) $ 22,055.34 G. Street Light Inspsection Cost $ 5,207.00 H. Street Signs Installation Cost $ 980.00 Sub-Total for TPW Construction Fees $ 72,353.02 Total Cone tuetion Foos: $ 111,904.82 Financial Guarantee Options Choose one Amount Marc choice Bond=100% $ 2,221 737.00 x Completion Agreement=100%/Holds Plat $ 2,221,737.00 Cash Escrow Water/Sanitary Sewer—125% $ 1 235 993.75 Cash Escrow PavingStorm Drain=125% $ 1 541 177.50 Letter of Credit=125%w/2yr expiration period $ 2,777,171.25 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 Piveloper has execu this instrument in quoruplicate, at Fort Worth,Texas this day of 120 l CITY OF FORT WORTH-Recommended by: Water Department Transportation& Public Works Department -,a�, 61 /,,Wendy Chi-Babulal, BA, P.E. Douglas . Wiersig, P.E. *LDevelopment Enginee ng Manager Director Approved as to Form & Legality: Approved by City Manager's Office QC242/2> -:Te Z� /-— Douglas W. Black Fernando Costa Assistant City Attorney Assistant City Manager M&C No. J9 Q- Date: ATTEST: 0 000��' ary J.716tysill City Secretary °lp ATTEST: DEVELOPER: AMTEX Avondale,LP Signature Signature: (Print)Name:Ke CI Q B0 U wAA',L Print Name:Ar un Nagarkatti Title:President OFFICIAL RECORD CITY SECRETARY 9 FT. WORTH,TX 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) 10 021 SONRIdS M011IM 0 oc W J N CH SONIadS MOIIIM = W J co t O Z O Q a x ,m O C G a J O a Ob Alot S ve QA18 MVNIOVS �O 0o PJO A VONDALE HASLET ROAD VISTA CROSSROADS A00/TION LOT 2, BLOCK 1 ►V I 0 50 100 200 SCALE: 1" = 200' a h VISTA h CROSSROADS ADD/TION LOT 1, BL OCK 1 0 3 h WAL-MART STORES TEXAS LLC M � B K ' 1W CT ^1 !1 LOT 1 BL OCK J c) 3 HUNTER CROSSROADS, Q LP (TRACT//) � HUNTER CROSSROADS, LP W }' (PART OF 77?ACT $ ,O h LEGEND: PROPOSED WATER LINE 72 W/FH ASSEMBLY PROPOSED WATER LINE \ Prop. Detention Pond W/VALVE 0 � EXHIBIT A - WATER u \� 0 AMTEX AVONDALE, LP AVONDALE APARTMENTS CITY OF FORT WORTH, TEXAS APRIL 2015 sj ` r r JONES & C A RTE R,t.,. ENGINEERS•PLANNERS-SURVEYORS Texas Board of Professional Engineers Registration No.F-439 _ 6509 Windcrest Drive,Suite 600 Plano,Texas 75024 (972)488.3880 JONES & CARTER, INC. AVONDALE HASLET ROAD Ends Plugged For VISTA Future Use CROSSROADS (7-YP) ADD/AGN Y LOT 2 BLOCK 1 � I 1 0 50 100 200 I h SCALE: 1" = 200' a 3 4" Forced Main TA 3 CROSSROADS 8" Gravity Main o ADD/AGN h LOT 1, BLOCK 1 0 WAL—MART STORES TEXAS, LLC 9 � W � 3 v LOT 1 e BLOCK J HUNTER u CROSSROADS, LP (TRACT HUNTER CROSSROADS LP W i (PART OF TRACT LEGEND: -C:) 21 j PROPOSED SANITAR Q g SEWER w/ MANHOLE DIRECTION OF FLOW m Fm FORCED MAIN �Q PROPOSED MH FOR FORCED Proposed MAIN i NOTE: Lift Station ALL PROPOSED SANITARY SEWER LINES ARE 8* UNLESS OTHERWISE NOTED. ,\ Prop. Detention Pond EXHIBIT Al - WASTEWATER AMTEX AVONDALE, LP AVONDALE APARTMENTS CITY OF FORT WORTH, TEXAS APRIL 2015 jrJON ES & CA RTE R,imc. ENGINEERS•PLANNERS-SURVEYORS Texas Board of Professional Engineers Registration No. F-439 6509 Windcrest Drive,Suite 600 Plano,Texas 75024 (972)488-3880 JONES & CARTER, INC. A VONDALE HASLET ROAD WS TA CROSSROADS ADD177CW LOT?, BLOCK f I 0 50 100 200 I . Y SCALE: 1' = 200' R CROSSROADS I A001TIOW LOT f, BLOCK f o WAL—MART STORES H TEXA.$ LLC W Ac R � LOT f W HUNTER BLOCK 3 LO CROSSROADS i3 LP (TRACT N) HUNTER CROSSROADS, LP v LEGEND: (PART CFTRACT N1) o SPROPOSED 26' B–B Y „; r•-� , M1 CONCRETE PAVING / 42' ROW (TYP) Q h —————— PROPOSED SIDEWALK i i PROPOSED ASPHALT TURNAROUND _._. 7k PROPOSED PEDESTRIAN CURB RAMPS ~`^ m Prop. Detention Pond EXHIBIT B -PAVING 0 AMTEX AVONDALE, LP _ AVONDALE APARTMENTS CITY OF FORT WORTH, TEXAS APRIL 2015 jr JO N ES & C A RTE R,.... r ENGINEERS-PLANNERS-SURVEYORS Texas Board ojProjessional Engineers Registration No.F-439 _ 6509 Windcrest Drive,Suite 600 Plano,Texas 75024 (972)488-3880 JONES & CARTER, INC. A VONDALE HASLET ROAD WS'M ROSSROADS ADD/nON LOT 2, BLOCK 1 I 0 50 100 200 1 4 k4'Drop Inlet SCALE: 1" = 200' 5' Storm Manhole a J6"RCP WSM CROSSROADS i 10' Curb Inlet ADD/ADN a LOT i, o BLOCK 1 21"RCP H 6'xJ'RCB o WAL—MAR T STORES 7EXAS, LLC 4x4' Drop Inlet � i J6"RCP 6 x0'RCB LOT 1 O BL OCK J 3 HUN7ER o CROSSROADS, LP (TRACT HUNTER CROSSROADS, LP W (PART OF TRACT 10' Curb Inlet Z Is O 10' Curb Inlet NLEGEND: sXJ'Rce � 6' Colic. Channel / 5' Storm i PROPOSED RIP RAP / Manhole j $ PROPOSED STORM DRAIN \ m ,Prop. Detention Pond EXHIBIT B1 - STORM DRAIN 27-RCP 0 AMTEX AVONDALE, LP AVONDALE APARTMENTS CITY OF FORT WORTH, TEXAS APRIL 2015 r JON ES & CARTER,..,. o j � ENGINEERS•PLANNERS-SURVEYORS Texas Board ojProfessional Engineers Registration No. F-439 _ 6509 Windcrest Drive,Suite 600 Plano,Texas 75024 (972)488-3880 4 JONES & CARTER, INC. A VONDALE HASLET ROAD 145 TA CROSSROADS ADDITION Prop Street LOT 2, Light No.7 BLOCK 1 I 0 50 100 200 1 Prop Street a Light No.6 SCALE: 1" = 200' h h h VISTA Prop Street CROSSROADS Light No.5 a ADDITION I a LOT 1, BLOCK 1 Prop Street Light No.4 `^ WAL—MART STORES TEXAS, LLC h Prop Street Light No.J 0 Prop Street Light No.2 W ~ LOT 1 Q BL OCK J 1: O HUNTER CROSSROADS, HUNTER CROSSROADS, LP 7- LP (TRACT 1!) (PART OF TRACT l/l) v e Prop Street Z Light No.I � Q LEGEND: CH PROPOSED STREET LIGHT Prop. Detention Pond EXHIBIT C -STREET LIGHTS 0 AMTEX AVONDALE, LP _ AVONDALE APARTMENTS CITY OF FORT WORTH, TEXAS APRIL 2015 2 r JON ES & CARTER,,Mc. j � ENGINEERS•PLANNERS•SURVEYORS Texas Board of Professional Engineers Registration No. F-439 _ 6509 Windcrest Drive,Suite 600 Plano,Texas 75024 (972)488-3880 JONES & CARTER, INC. A VONDALE HASLET ROAD VISTA CROSSROADS ADD/AON . LOT 2, BLOCK 1 I 'K 0 50 100 200 i I SCALE: 1" = 200' h t k VISTA 2 CROSSROADS ADD/AON LOT i, BL OCK 1 W WAL—MART STORES 7EXAS, LLC a LOT i Q� BL OCK 3 (n '3 HUN7ER CROSSROADS, HUNTER CROSSROADS, LP LP (TRACT tt) (PART OF 7RACT UI) W t v c- � Q LEGEND: PROPOSED STREET SIGN m Prop. Detention Pond / w EXHIBIT C1 -STREET SIGNS 0 AMTEX AVONDALE, LP _$ AVONDALE APARTMENTS CITY OF FORT WORTH, TEXAS APRIL 2015 0 j` r' JONES & CARTER,..,. ENGINEERS•PLANNERS-SURVEYORS Texas Board of Professional Engineers Registration No. F-439 _ 6509 Windcrest Drive,Suite 600 Plano,Texas 75024 (972)488-3880 JONES & CARTER, INC. 00 42 43 DAP-BID PROPOSAL Page I of 2 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal ption Specification Unit of Bid Unit Price Bidlist DescriBid Velue Item No. Section No. Measure I Quantity UNIT I:OFFSITE WATER IMPROVEMENTS 1 3311.0461 12"PVC Water Pie 3311 12 LF 3,612 $ 50.00 $ 180 600.00 2 3311.0261 8"PVC Water Pie 3311 12 LF 152 35.00 51320.00 3 3305.0109 Trench Safety 33 05 10 LF 3,764 5.00 18 820.00 4 3312.0001 Fire Hydrant 33 12 40 EA 6 4,000.00 24 000.00 5 3312.0117 Connection to Existing 12"Water Main 33 12 25 EA 1 200000 200000 6 3312.4211 24"x12"Tapping Sleeve&Valve 33 12 25 EA 1 5,000.00 5,000.00 7 3312.0108 Connection to Existing 24"Water Main 33 12 25 EA 1 1 5,000.010 51000*00 8 3312.2003 1"Water Service 3312 10 EA 1 300.00 300.00 9 3312.2804 8"Water Meter and Vault 3312 11 EA 1 6,000.00 6,000.00 10 3312.3005 12"Gate Valve 33 12 20 EA 10 3,000.00 30 000.00 11 3312.3003 8"Gate Valve 33 12 20 EA 3 2,000.00 6,000.00 12 3312.1002 2"Combination Air Valve Assembly for Water 1331230 EA 6 1,500.00 1 9,000.00 13 3311.0001 Ductile Iron Water Fittings w/Restraint 13311 11 TON 5.5 2,000.00 11 000.00 TOTAL UNIT I:OFFSITE WATER IMPROVEMENTS $ 303,040.00 UNIT It:OFFSITE SANITARY SEWER IMPROVEMENTS 3311 10 14 3331.4115 8"Sewer Pipe 3331 12 LF 1 20 2,243 $ 50.00 $ 112 150.00 3311 10 15 3331.4104 4"Sewer Force Main 3311 12 LF 1 15 1,408 25.00 35 200.00 16 3305.0109 Trench Safety 33 05 10 LF 3,651 5.00 18 255.00 17 3305.0113 Trench Water Stops 33 05 15 EA 5 50.00 250.00 18 3339.1001 4'Manhole 33 39 10 EA 33 39 20 14 61000.00 84 000.00 19 3339.1002 4'Drop Manhole 33 39 10 EA 33 39 20 1 1 6,000.00 6,000.00 20 3339.1003 4'Extra Depth Manhole 33 39 10 VF 33 39 20 64 175.00 11 200.00 21 3339.0001 Epoxy Manhole Liner 33 39 60 VF 10 120.00 1 200.00 22 3331.6103 3"Air Release Valve&Vault 3331 70 EA 1 3,200.00 3 200.00 22 0330.0001 Concrete Encase Sewer Pie 03 30 00 CY 3 100.00 300.00 23 Lift Station Complete I LS 1 414 000.00 414 000.00 TOTAL UNIT II:OFFSITE SANITARY SEWER IMPROVEMENTS $ 685,755.00 UNIT III:OFFSITE DRAINAGE IMPROVEMENTS 24 3123.0101 Unclassified Excavation by Plan 31 2316 CY 2,400 $ 10.00 $ 24 000.00 25 3123.0101 Unclassified Excavation by Plan 31 2316 CY 7,550 10.00 75 500.00 26 3124.0101 Embankment by Plan 31 2400 CY 250 5.00 11250.00 27 3124.0101 Embankment by Plan 31 2400 CY 500 5.00 2,500.00 28 3137.0104 Medium Stone Riprap,Dry 31 3700 SY 90 23.00 2,070.00 29 3137.0101 Concrete Riprap 31 3700 SY 190 20.00 3 800.00 30 3341.0201 21"RCP Class III 3341 10 LF 53 45.00 21385.00. 31 3341.0208 27"RCP Class III 3341 10 LF 310 60.00 18 600.00 32 3341.0309 36"RCP Class III 3341 10 LF 313 100.00 31 300.00 33 3341.1302 6x3 Box Culvert 3341 10 LF 1,097 250.00 274 250.00 34 3305.0109 Trench Safety 33 05 10 LF 1,773 5.00 8,865.00 35 3349.0002 5'Storm Junction Box 33 49 10 EA 1 31000.00 3,000.00 36 3349.0102 4'Manhole Riser 33 49 10 EA 1 1,500.00 1,500.00 37 3349.1004 27"Flared Headwall 1 pipe 33 49 40 EA 1 1,800.00 1,800.00 38 3349.4001 SET,Type I for Box Culverts 33 49 40 CY 5 2,500.00 12 500.00 39 3349.4106 27"SET 1 pipe 33 49 40 EA 1 1,800.00 1,800.00 40 3349.5001 10'Curb Inlet 33 49 20 EA 3 3,000.00 1 9,000.00 41 3349.7001 4'Drop Inlet 33 49 20 EA 2 2,500.00 5,000.00 TOTAL UNIT III:OFFSITE DRAINAGE IMPROVEMENTS $ 479,120.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECWICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version April 2,2014 Final 00 42 43 Bid Pmpoeal_DAP-03-06-1 S 00 42 43 DAP-BID PROPOSAL Page 2 of 2 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal BidlistSpecification Unit of Bid Item No. Description Section No. Measure I QuantityUnit Price Bid Value UNIT IV:OFFSITE PAVING IMPROVEMENTS 42 3213.0103 8"Conc Pvmt 32 13 13 SY 4,792 35.00 $ 167 720.00 43 3211.0502 8"Lime Treatment 3211 29 SY 5,300 5.00 26 500.00 44 3211.0400 Hydrated Lime 32 11 29 TON 127 135.00 17 145.00 45 3216.0101 6"Conc Curb and Gutter 32 1613 LF 2,871 3.00 8,613.00 46 3212.0302 2"Asphalt Pvmt Type D 32 12 16 SY 3,156 22.00 69 432.00 47 3212.0501 4"Asphalt Base Type B 32 12 16 SY 3,380 20.00 67 600.00 48 3211.0502 8"Lime Treatment 3211 29 SY 3,380 5.00 16 900.00 49 3211.0400 Hydrated Lime 32 11 29 TON 81 135.00 10 935.00 50 3211.0112 6"Flexible Base Type A GR-1 32 11 23 SY 1,807 20.00 36 140.00 51 3211.0502 8"Lime Treatment 3211 29 SY 1,987 5.00 9,935.00 52 3211.0400 Hydrated Lime 32 11 29 TON 48 135.00 6,480.00 53 3123.0101 Unclassified Excavation by Plan 31 23 16 CY 800 6.00 4,800.00 54 3124.0101 Embankment by Plan 31 2400 CY 3,370 3.00 10 110.00 55 3213.0301 4"Conc Sidewalk 32 13 20 SF 5,625 2.00 11 250.00 56 3217.0501 24"SLD Pvmt Markin HAE W 32 17 23 LF 82 20.00 1,640.00 57 3217.0001 4"SLD Pvmt Markin HAS W 32 1723 LF 172 6.00 1,032.00 58 3217.0002 4"SLD Pvmt Markin HAS Y 32 17 23 LF 1,380 6.00 81280.00 59 3217.0003 4"BRK Pvmt Markin HAS W 32 17 23 LF 45 5.00 225.00 60 0241.1000 Remove Conc Pvmt 0241 15 SY 329 40.00 13 160.00 61 0241.0300 Remove ADA Ramp 0241 13 LF 10 100.00 11000'00 62 0241.1300 Remove Conc Curb&Gutter 0241 15 SF 65 10.00 650.00 63 0241.0100 Remove Sidewalk 0241 15 SY 33 15.00 495.00 64 3137.0104 Medium Stone Riprap,dry 31 3700 SY 315 7.00 220500 65 3441.4003 Furnish/Install Alum Sign Ground Mount City Std. 3441 30 EA 4 300.00 1 200.00 66 3213.0501 Barrier Free Ramp,Type R-1 32 13 20 EA 1 500.00 500.00 67 3213.0506 Barrier Free Ramp,Type P-1 32 13 20 EA 5 500.00 2,500.00 68 0170.0101 Specified Remobilization 01 7000 EA tl $ 4 600.00 $ 67 200.00 69 3110.0101 Site Clearin 31 1000 LS 18 000.00 18 000.00 70 3125.0101 SWPPP Z 1 acre 31 2500 LS 800.00 8 400.00 71 3471.0001 Traffic Control 3471 13 MO 2 .00 33 600.00 TOTAL UNIT IV:OFFSITE PAVING IMPROVEMENTS $ 623,647.00 UNIT V:OFFSITE STREET LIGHTING IMPROVEMENTS 72 3441.3003 Rdwy Illum Assmbly TY 18,18A.1 9and D-40 34 41 20 EA .00 S 44 100.00 73 3441.3302 Rdwy Illum Foundation TY 3,5,6,and 8 34 41 20 EA 7 1.500.00 10 500.00 74 2605.3016 2"CONDT PVC SCH 80 B 26 05 33 LF 1,700 2940. 49 300.00 75 3441.3404 2-2-2-4 Quad lex Alum Elec Conductor 34 41 20 LF 1,475 8100 8,850.00 76 3441.1405 NO 2 Insulated Elec Condr 3441 10 LF 300 4.00 1,200.00 77 3441.1407 NO 4 Insulated Elec Condr 13441 10 1 LF 1 150 3.50 525.00 78 3441.1502 Ground Box Type 8 w/A ron 13441 10 1 EA 1 1 100.00 700.00 79 13441.3312 Contact Enclosure Pad Mount 13441 20 1 EA 1 1 15 000.00 15 000.00 TOTAL UNIT V:OFFSITE STREET LIGHTING IMPROVEMENTS 1 $130,175.00 Bid Summary UNIT I:OFFSITE WATER IMPROVEMENTS $ 303 040.00 UNIT II:OFFSITE SANITARY SEWER IMPROVEMENTS $ 685 755.00 UNIT III:OFFSITE DRAINAGE IMPROVEMENTS $ 479 120.00 UNIT IV:OFFSITE PAVING IMPROVEMENTS $ 623 647.00 UNIT V:OFFSITE STREET LIGHTING IMPROVEMENTS $ 130,175.00 Total Construction Bid $2,221,737.00 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 250 calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Vernon April 2,2014 Final 004243_Bid Propo%W_DAP-05.06-15 - T....�--_-�.:. �.; 4�� ,7,. .`s