Loading...
HomeMy WebLinkAboutContract 47225 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: FP 13-027 Plat Name: Highpoint Hill Mapsco: None Council District: 6 City Project Number: 02292 CFA Number: 2015-103 DOE Number: 7244 To be completed by staff Received by: ', Date: `� P FF ry p it f' City of Fort Worth,Texas r �t Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 1 of 11 STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § 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 Hig_hpoint 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 Project. NOW, THEREFORE, for and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: General Requirements A. The Policy for the Installation of Community Facilities ("Policy") dated March 2001, approved by the City Council of the City of Fort Worth, as amended, is hereby incorporated into this Agreement as if copied herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. B. Developer shall provide financial security in conformance with paragraph 6, Section II, of the Policy and recognizes that there shall be no reduction in the collateral until the Project has been completed and the City has officially accepted the Improvements. Developer further acknowledges that said acceptance process requires the 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) Mi, Paving (B) ® Storm Drain (B-1) ®', Street Lights & Signs (C) ®. E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section Il, paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section lI, of the Policy. Developer shall ensure its contractor(s)pays the then-current City-established wage rates. F. For all Improvements included in this Agreement for which the Developer awards construction contract(s), Developer agrees to the following: i. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to meet City's requirements for being prequalified, insured, licensed and bonded to do work in public ways and/or prequalified to perform water/wastewater construction as the case may be. ii. To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent (100%) of the contract price of the infrastructure, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the infrastructure for a period of two (2) years from the date of final acceptance insuring the maintenance and repair of the constructed infrastructure during the term of the 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, whetter 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. 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 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 Cash Escrow Water/Sanitary Sewer=125% $ 388,476.25 Cash Escrow Paving/Storm Drain=125% $ 779,806.88 Letter of Credit=125%w/2 r expiration period $ 1,168,283.13 City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 8 of 11 ACCORDINGLY, the City of Fort Worth and Developer have each caused this instrument to be executed in quadruplicate in each entity's respective name by its duly authorized signatories effective as of the date executed by the City's City Manager or his/her designee. CITY OF FORT WORTH DEVELOPER u BH Development Tw o L P.� ClY 117 Jesus J. Chapa - Assistant City Manager me: Robert Barham Title: Owner Date: /"/Z—T Date: Recommended by: ATTEST: (Only if required by Developer) Wendy Chi- a ulal, EMBA, P.E. Development Engineering Manager Signature Water Department Name: Douglas Wiersig, P.E. Director Transportation& Public Works Department Quip Cd Approved as to Form & Legality: ATTEST: ,�� �% " Douglas W. Black Mai w J yder Assistant City Attorney City Secretary ` " M&C No. Date: City of Fort Worth, Texas r 1 Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 9 of 11 Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment Attachment 1 - Changes to Standard Community Facilities Agreement Location Map Exhibit A: 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 ri 0 ® o 0 0 M Oj ti (D � 11 M O T D -�Q 4n no RO > C P-1 0 c Oj r V) , < OF S0L[Tpl CC) cu CA I 0 Fo L "I C. 0 820 N FT-1 M- 1 aj M Ln Cii M Qc) cn > m O f � � o ° o I ® ❑ _ CC) -D 7°7m <M MM fl rn ;;Q z C/) U) m I T F- O F9 QJ ° cn rn m v N ;1 N i / p C/) o I L4 5. o CD I 00 / \ m RO (ID r 11 1 I / O / \���\ ��\ COY) wo 44, 41 \ i OD 11 I \ rn \ \ W \ 1 = rTn� n m , - - , z CD �;u cc) m 0 I l I � � D � U' /+ i/ rN r F- � C) I o , / z . ss O O W rn v + \ \ O z m m O ao ° � ° x cTI I W U, h < 0-0 CA �-I O O � 1 i ' / ' Q CY) m / \ \I I I O C O \ 9 m rn z ° I � U � Z r a ° O m I s m 0 I / D w + `� r CA / \ m I W 1 C) -O . i O � - O Q O ® ® O to C/-) m r— m o K:cn r_cn m O z cnQ O o fTf Q7 I — f __ C/') m m m W / / O I I Z 0o im -D I -- 1 r - CC) / \ o° V� O�i- 01 I h Q m - I m / �� v / \ \ p O> j i 1 1 / O co I T , Ln Cl) _0 3�Q n O m co co s ITN t � N X O -uO n cn _ --� I m (n O CA -0 p = p , ,, / = v \ U) O n z u Fr 7 If W z I O O cn I m L----- I p O� I I _ � I x Q =_ I o -u N Qo cj - cn ° -u o I - cn O O < LO -0 N M z I D i � p ° ° > °' � N O cn I \ 0 cn D u _ = o v' O z s m V Fq I7 y m I x a cC) s r7 4 C) (D 0 a z C/) o ❑ ! 1 m 0 y � 0 o < - 0 m n p rTI 41 00 0 ` :;o CA / / z (l1 F— (D Z cj— O L_ N ./ , �� n m �v p,D 7 00 co cyl u — f'l CC f7l CA NJ CO y Ul /� -r- C4 < -0 \ N = 0 m I O _o C7)= �_o p I o<T C7 j F- N-- I ° ` f ° D 0 C) K: m O FTl ! / N / p FFJ I ,l 00 41 z ►I w O r— z U, I z O 41 I o z - - r m J I I - rn - - O X cD = cl) _ z ° .Z°{ — 0 , o Ul > zz �o DO Cl) 0 n O I a O m D _ _ Q Ul Z s F D m z c� r 0 0 EF o (T1 Cj - ox (� -� i SS CO OMOD UI o I / Cl) `\ 0 Go Ul 3 �o n / \ �!/ � / C, N — ZO ci O / {1 O /\ /l1 /1 lJ( (l P L (�/ O m / y �/ N 1 ' I O I A j 1 ! IV // N CD z `! W ! O m r— I F�-- _ I x C71 I � I 41 I CD O I --- _ _ S i -- O ::E Q z cn c n O z D --j z 0 r- N m '� r 0 O o R, o Ti n z cn 0042 43 DAP-BID PROPOSAL Page 1 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Unit r Bid Section No. Measure Quantity Unit Price Bid Value UNIT I:WATER IMPROVEMENTS 101 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 TON 2.0 $4,500.00_$9,000.00 11. 102 _330261 8"PVC Water Pipe _ 33 11 12 LF 1981 __$31.00 $6_1,411.0_0 103_ 3312.0001 Fire Hydrant ~R 33 1240 EA �3 $3,950.00_ _$11,850.00 104----3312.0117 Connection to Existing 4"-12"Water Main 33 12 25 EA 2 $600.00_ $1,200.00 —� � — 105 3312.2003 1"Water Service 33 12 10 EA 54 $800.00 -$43,200.00 106 3312.3003 8"Gate Valve 33 12 20 EA 7 $1,100.00 $7,700.00 107 3305.0003 8"Waterline Lowering 33 05 12 EA 2 $2,700.00 $5,400.00 108 3305.0109 Trench Safety 33 05 10 LF 1981 $1.00 $1,981.00 TOTAL UNIT I:WATER IMPROVEMENTS $141,742.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Foam Version April 2,2014 00 42 43 Bid Proposal DAP-Rev2.sls 004243 DAP-131D PROPOSAL Page 2 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Specification I Unit of Bid Unit Price Bid Value Bidlist Item No. Description Section No. Measure Quantity UNIT II:SANITARY SEWER IMPROVEMENTS 201 3201.0616 Cone Pvmt Repair,ArteriaUlndustrial� µ 3201 29 SY 86 $65.00 $5,590.00 2_02 3301.0002 Post-CCTV_Inspection 3301 31� LF 1978 $2.50 $4,945.00 203 3301.0101 Manhole Vacuum Testing 3301 30� EA 12 $300.00 $3,600.00_ v 204 3305.0109 Trench Safety v 33 05 10 LF 1978 $2.00 $3,956.00 205_ 3331.3101 4"Sewer Service 3331 50 EA_ _54 $600.00 $32,400.00 206 3331.4115 8"Sewer Pipe 3311 10 LF 1978 $36.00 $71,208.00 207 3331.4116 8"Sewer Pipe,CSS Backfill �✓ 3311 10 _LF 80 $40.00 $3,200.00 208 3339.0001 Epoxy Manhole Liner _ _ � 33 39 60 VF� 8 ��$185.00 $1,480.00 209 9999.0001 Connect to Existing Sewer Manhole 33 39 10 EA 2 $900.00 $1,800.00 --- - -—... -— ----- ----.... -- -.... - ---------------- - ---- ------ ----------- -- - ---- .—._._.___....--- - - - ....... 210_ _3339.1001 4'Manhole 33 39 10 EA 12 $2,800.00 $33,600.00 211 3339.1003 4'Extra Depth Manhole _ 33 39 10 VF 44 $165.00 _$7,260.00 TOTAL UNIT II:SANITARY SEWER IMPROVEMENT $169,039.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version April 2,2014 00 42 43—Bid Proposal—DAP-Rev2.xls 00 42 43 DAP-BID PROPOSAL ' Page 3 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification I Unit of Bid Unit Price Bid Value Section No. Measure Quantity UNIT III: DRAINAGE IMPROVEMENTS 301 3123.0101 Unclassified Excavation by Plan 31 23 16 CY 3500 $4.50 $15,750.00 3125.0101 SWPPP ?1 acre w F ~ 302 (includes rock dams,erosion control fence&construction 31 2500 LS 1 _ entrance $7,500.00 $7,500.00 _ 303_ 3201.0616 Conc Pvmt_Repair,Arterial/Industrial 3201 29 _SY_- 55 $65.0_0_$3,575.00 304 3305.0109 Trench Safety Y 33 05 10 T LF 140 $2.00 �� $280.00 305 9999.0002 Connect to Existing Curb Inlet vW� 3341 10 �EA 1 $1,100.00 _ $1,100.00 306_ 3341.0205 24"RCP,Class lII 3341 10 LF_ 140 $48.00 $6,720.00 307 3349.5003 20'Curb Inlet 33 49 20 EA 2 $4,600.00 $9,200.00 TOTAL UNIT III:DRAINAGE IMPROVEMENTS $44,125.00 CFFY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Fo—V emion April 2,2014 00 42 43—Bid Proposal DAP-Rev2.sls 00 42 43 DAP-BID PROPOSAL Page 4 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Specification I Unit of Bid Unit Price Bid Value Bidlist Item No. Description Section No. Measure Quantity UNIT IV:PAVING IMPROVEMENTS 401 3211.0400 Hydrated Lime 32 11 29 TON 14_5 $175.00 $25,375.00 402 3211.0501 6"Lime Treatment 32 11 29 SY _6751 $3.00 _ $20,253.00 403 3211.0502 8"Lime Treatment 32 11 29 SY 2944 $3.25 $9,568.00 404 3213.0101 6"Conc Pvmt 32 13 13 SY 6528 $33.50 $218,688.00 405 3213.0105 10"Co.-Pvmt 3213 13 SY 3121 $47.50 $148,247.50 F406 3213.0301 4"Conc Sidewalk 32 13 20 SF 4467 $3.00 $13 401.00 3213.0501 Barrier Free Ramp,Type R-1 32 13 20 EA 14 $1,200.00 $16,800.00 3217.0301 12"SLD Pvmt Marking HAE(V� 32 17 23 LF 100 $5.00 $500.00 __ -- .3217.0501 24"SLD Pvmt Marking HAE(W) 32 17 23 LF 51 $10.-- $510.00 --- -- --- -_....-- --------------- -- - -- ----------3217.1002 Lane Legend Arrow 32 17 23 EA 5 $300.00 _$1,500.00 411 _3217.1004 Lane Legend Only 32 17 23 EA 3, $350.00 __$1,050.00 412 3_217.2001 Raised Marker TY W 32 17 23 EA 80 $5.00 $400.00 413 3217.2102 REFL Raised Marker TY I-C 32 1723 EA 16 $8.00 $128.00 414 3217.2103_REFL Raised Marker TY H-A-A 32 17 23 EA 107 " $10.00 $1,070.00 415 3_217.4301 Remove 4"Pvmt Marking 32 17 23 LF 480 _$3.00 $1,440.00 416 `3292.0500 Seeding,Soil Retention Blanket _ 3292 13 SY 3912 $1.25 $4,890.00 417 3441.4003 Furnish/Install Alum Sign 3441 30 EA 5 _ Ground Mount City Std._ - $500.00 $2,500.00 4Control 34 71 13 Month 1 $600.00 $600.00 18 3471.0001 Traffic 4 9999.0003 End of Road Barricade EA-- $500.00 $1,500.00 19 TOTAL UNIT IV: PAVING I_MPROVEMENTS $468,420.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS V union April 2,2014 00 42 43 Bid Proposal DAP-Rev2.xls Foam 00 42 43 DAP-BID PROPOSAL Page 5 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item No. Description Specification I Unit of Bid Unit Price Bid Value Section No. Measure Quantity UNIT V:STREET LIGHTING IMPROVEMENTS 501 2605.3015 2"CONDT PVC SCH 80(T) 26 05 33 LF 1820 $_10.00 $18,200.00 --502 3441.3301 Rdwy Illum Foundation TY 1,2,and 4 3441 20 EA 15 $1,200.00 $18,000.00 503 ~_3441.1408 NO_6 Insulated Elec Condr ~� -3-4'4-11 0 LF 5460 _ $5.00 $27,300.00 504 3441.1502 Ground Box Type B,w/A rp on 3441 10 EA 3 $600.00 $1,800.00 505 3441.3002 Rdwy Illum Assmbly 3441 20 EA 15 $2,800.00 $42,000.00 TY 8,11,D-25,and D-30 506 3441.3312 Contact Enclosure,Pad Mount 3441 20 EA 1 $4,000.00 $4,000.00 TOTAL UNIT V:STREET LIGHTING IMPROVEMENTS $111,300.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version April 2,2014 00 42 43—Bid Proposal_DAP-Re 2.xls DO 42 43 DAP-BID PROPOSAL Page 6 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Specification unit Of Bid Unit Price Bid Value Description Section No. I measure Quantity UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS .......... ......... TOTAL UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUNMIM-DEVELOPER AWARDED PROJECTS 00 42 43 Bid Proposal_DAP-Rev2.xls Form Version April 2,2014 00 42 43 DAP-[uD PROPOSAL Pacc 7 A7 SECTION 00 42 43 - Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item'htformation Bidder's Proposal Bidlist Item No. I}estription Specification Unit of Bid Unit Price Bid Value Section No. Measure Quantity Bid Summary UNIT I:WATER IMPROVEMENTS $141,742.00 UNIT II:SANITARY SEWER IMPROVEMENTS $169,039.00 UNIT III:DRAINAGE IMPROVEMENTS $44,125.00 UNIT IV:PAVING IMPROVEMENTS $468,420.50 UNIT V:STREET LIGHTING IMPROVEMENTS $111,300.00 UNIT VI.TRAFFIC SIGNAL IMPROVEMENTS Total Construction Bid $934,626.50 Contractor agrees to complete FORK for FINAL ACCEPTANCE within 100 calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CONATSER CONSTRUCTION T.X,L.P. Brock Huggins Vice President CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCIJMY'NTS-DEVELOPER AWARDED PROJECTS Form Version April 2.2014 Copy oP00 42 43—Bid Proposat_DAP i8)