HomeMy WebLinkAboutContract 47511 ' 3q, 56 � 89r�`
"MY SECRET
a CONTRACT Mho
a
,.► a
-e' s' Developer and Project Information Cover Sheet:
D 61 er Company Name: GBR Realty, LTD
Address, State, Zip Code: 7201 Hawkins View Dr. Suite 101, Fort Worth TX 76132
Phone & Email: 817-737-4446,janice@stevehawkinshomes.com
Authorized Signatory, Title: Steve Hawkins, President
Project Name and Brief Spring Ranch Addition Phase III
Description:
Project Location: South of Avondale-Haslet Rd/East of Willow Springs Rd
Plat Case Number: FP-15-037 Plat Name: Spring Ranch Addition
Mapsco: 5-Y Council District: 7 City Project Number: 02662
CFA Number: 2015-100 DOE Number: 7518
To be completed by staff
Received by Date:
City of Fort Worth, Texas MY SECRETARY
Standard Community Facilities Agreement �.Y ®�.�.H TX
CFA Official Release Date: 07.30.2015 s
Page 1 of 11
STANDARD COMMUNITY FACILITIES AGREEMENT
THE STATE OF TEXAS § City Secretary
COUNTY OF TARRANT § Contract No.
WHEREAS, GBR Realty, LTD, ("Developer"), desires to make certain specific
improvements as described below and on the exhibits attached hereto ("Improvements") related
to a project generally described as Spring Ranch Addition Phase III ("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) Z<, Paving (B) E, i, Storm Drain (B-1) I Street Lights &
Signs (C) O.
E. The Developer shall award all contracts for the construction of the Improvements in
accordance with Section II, paragraph 7 of the Policy and the contracts shall be
administered in conformance with paragraph 8, Section II, of the Policy. Developer shall
ensure its contractor(s)pays the then-current City-established wage rates.
F. For all Improvements included in this Agreement for which the Developer awards
construction contract(s), Developer agrees to the following:
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, whether or not such iniuries, 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: GBR Realty, Ltd
CFA No.: 2015-100 DOE No.: 7518
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 $ 168,576.75
2.Sewer Construction $ 147,918.00
Water and Sewer Construction Total $ 316,494.75
B. TPW Construction
1.Street $ 791,908.85
2.Storm Drain $ 157,432.45
3.Street Lights Installed by Developer $ 75,600.00
4. Signals $ -
TPW Construction Cost Total $ 1,024,941.30
Total Construction Cost(excluding the fees): $ 1,341,436.05
Construction Fees:
C. Water/Sewer Inspection Fee(2%) $ 6,329.90
D. Water/Sewer Material Testing Fee(2%) $ 6,329.90
Sub-Total for Water Construction Fees $ 12,659.79
E. TPW Inspection Fee(4%) $ 37,973.65
F. TPW Material Testing(2%) $ 18,986.83
G. Street Light Inspsection Cost $ 3,024.00
H. Signals Inspection Cost $ -
H. Street Signs Installation Cost $ -
Sub-Total for TPW Construction Fees $ 59,984.48
Total Construction Fees: $ 72,644.27
Choice
Financial Guarantee Options,choose one Amount Mark one
Bond=100% $ 1,341,436.05
Completion Agreement=100%/Holds Plat $ 1,341,436.05 X
Cash Escrow Water/Sanitary Sewer= 125% $ 395,618.44
Cash Escrow Paving/Storm Drain=125% $ 1,281,176.63
Letter of Credit= 125%w/2yr expiration period $ 1,676,795.06
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:
GBR Realty ,LTD
By its two General Partners:
STEVE HAWKINS CUSTOM HOMES LTD
A Texas limited partnership
Jesus J. Chapa
ABy: Its General Partner
Assistant City Manager
SJ SHCC
/ A ted liability company
Date:
By:
Recommended by: tev kins, President
/ 1 And
�1 SJ SHCH, L
Wendy CW Babulal, EMBA, P.E. A Tex li lity company
Development Engineering Manager
Water Department By,
11//wkins, President
Date: �YO Z• Zo />
�.. u
Douglas . Wiersig, P.E. ATTEST: (Only if required by Developer)
Director
Transportation & Public Works Department
Approved as to Form &Legality:
Signature
Name: l ��
Assistant City AttorneyY
ATTEST:
M&C No. N/t/-�-
Date: Z I l (L2
FNw,, Mary J. Kays r
City Secretary
City of Fort Worth Texas
Standard Community Facilities Agreement
CFA Official Release Date: 07.30.2015 ' 10 (YX
Page 9 of 11
Check items associated with the project being undertaken; checked items must be
included as Attachments to this Agreement
Included Attachment
R Attachment 1 - Changes to Standard Community Facilities Agreement
( Location Map
I ( Exhibit A: Water Improvments
Water Cost Estimate
Exhibit A-1: Sewer Improvements
[ ' Sewer Cost Estimate
Exhibit B: Paving Improvements
Paving Cost Estimate
Exhibit 13-1: Storm Drain Improvements
( Storm Drain Cost Estimate
L 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. 02662
None
City of Fort Worth, Texas
Standard Community Facilities Agreement
CFA Official Release Date: 07.30.2015
Page 11 of 11
OUVA31 08 HJNVH Va30NIS �)
4
o I
iZ W 1
v� Z
Q10,
f—
m z a Q (n
C,
� 'r'
m z o � _j
Z a w avoa ss�llads MolllM
0 �w dz Z U') D
o / z � Oz
0- 0
z '
m o- 0 3 a Q V
a ( 2� > c/I
S MOIIIM ON SOISdST�OIlIM 7
0: I NI HOIAVl
0
Z 1
z
�- NI NNV 3110121VHJ
OR
E
GoPin
PNS P FE
n
5 I \ o
3M
t�
0 LL
z �0c
Lo
N M
J
n
Q�
N~
m
N
6mp•deWlaiupiA\yzlJ\s6uimejp\E00\u61sa0\Sb60008\006000\OOSuo!pnpoad\:J:H1VdllI=l WV WOT:1V STOZ'6Z jagop0'Aepsinyl:NO Ined'asneA)l:A9 031101d
CL
C)
W W
x
Ct
00 cz
W
z w w w J Z Z J O Z
t PC
t1J
z o e 0 ILDe
J
daaiww Q. Z Q- Q,"--Q,"--3 aZ o M
♦Z I B _ _ J
I = In
03
P
— -� o Z
. I I �
-,U :i� _ W W
W
Q
Z m =
LU
_ Ili o � III it IIIj '�� ill
I = I• I Y; 'll � I� li i �, I� I H
I, 0 �I
e
M
co
C3 LL
c
I �Ct I ��
I
6mp•Tlglgx3 aaTeM\VdJ\s6uimei(I\E00\ublsa0\S660009\006000\OOSuoO:)npad\:J:H-LVd3lId WV MOT:1V STOZ'6Z JNOPO'AepsmgL:N0 Ined'asnea)i:A9 03.LLOld
C)
0
o z:
LQ
O3 3 C)k!' Q �Z
Z cnLUct-
I d Q O
W
xx > O
W� W� oo II
Li
_ J
I I Wz
CD
H
vL'i Z
Z_ ~ LU
v Q Ljj F-
C Wcr-
� �O l�
Q
rp Z
a _ z
a I J
W
o
- � Q
Q I
I
o� III �i� III W
a� I Ili �I IiI I -
N
I
:Qz;
ti III Zol = = I I I g
I
C
•
_
0 aLL
ZEN
� _
I Q�
II i III _ W(7) -
I; r -- U)
6mp•}Igigx3 ia—S\VdJ\s6uimej0\g00\u6isap\Sb60009\006000\005uoipnpoad\:9:HlVd3lId WV MOI:IV SIOZ'6Z jagopO'depsinLLL:NO Ined'asnea)I:A9 4311Old
C)
2 Q �o
Y
�~ 3
z CW o0
C) �)
M ri
- - — — - - - - - _ _ qJ
LU
I i
LIJ
I 3
F
pp W
W CID OC
Wz
Ljj
I
0
JW I -
a
— 3co
ci
W - I I 0
oD
o LL
I W W - I I a�co
on
Lo
L:i I I III = ( o
Lo
-
i i
6Mp•l!gigx3 6uined\V3J\s6uin+ejp\EOO\ubisaa\S660009\006000\OOSuoilanpad\:9:H1tld3lI3 WV 9E:TT:1V STOZ'6Z jagolap'Aepsmgl:NO Ined'asn=d
I I I C)
'ca C130
Oo
o II
0
M ri
t
wa J
o
I - iLU
( VIII -
1 uu
11� - mCL
o
z
U Z c�
<�ro mol _ II' I III o - I 'II N� W pC a
cj
Q
mm ) x�
o� III I WU cc
U
Q
U _ —
I
I
h mo CIDiI I I - I I t~
- - — _ �
11 W Q = ( I uyLl
I o
-
-
0 L
1 / U - I I ^ Qc
� co
co
.� oo
cc
co
10
6mp•llgl4xl WADIS\V:4Z)\s6ulme'p\£OO\ublsap\S660009\006000\OOSuolpnpad\:J:HltldllIl WV SZ:TT:IV STOZ'6Z jagopo'Aepsingl:NO lined'asnej>l:A9 O11101d
CD
C)—
Wr
(i
pW C)
C)
C)
CD ji
(Y') ;--q
6j
C4
Ln
A\ uj
UJI
- - --------------
F 00
�> _ Ii ill _ it _ III l I U 5�^ _
Z LU
pl
UJI
LU
to
CN Q
2,
Q
x
0 Lo
ci
— — — � IKj,,. = I a
Kj
(1)F4
I-W
co
Az i
6mp*llq!qx3 jq61l I—ls\v33\s6uimei(i\E00\u6isaa\sP60009\006000\OOSuo!pnPOJd\:9:H-LVd3lIJ WV OZ:TT:-LV STOZ'6Z jaqopo'AepsinLLL:NO Ined lasm)j:Ag 031-1O1d
C)
0
0
-- - I j ,
O
(n't o II
o -
M ri
— — i J
Lsj
i
I
i
Wou
II I \\ W z= LL
= _ W U- Ln
�L'i L4j Q z z
WZW �� A� _ c,W
= li W
1 0
III
Wzil w um z
��� I . R ^ I,� �,, , :I _ III, ; � ;Il = = Q o
� " ( � w �
—
I
W
W
I-
- _� � s 51ppEl
o -
�\ I 0 toco0
-Ln - - I Z��
C, LL
Z �
Al
a
6Mp•alglgx3 aweN;aajIS\V3D\s6uimei4\£oo\u6lsap\5660009\006000\OOSuop:)npad\:J:HlVd3lId WV£T:11:—LV STOZ'6Z jago}i0'Aepsing1:NO lned'asnea)l:A9 03.LLOld
00 42 43
DAP-DID PROPOSAL
Page I oF2
SECTION 00 42 43
Developer Awarded Projects-PROPOSAL FORM
Spring Ranch Addition 1 DOE#7518
UNIT PRICE BID Bidder's Application
Project Item Information Bidder's Proposal
Bidlistltem Specification Unitof Bid
No. Description Section No Measure Quantity Unit Price Bid Value
UNIT I WATER IMPROVEMENTS
1 3311.0161 6"PVC Water Pipe 3311 12 LF 64 $31.00 $1,984.00
2 3312.3002 8"PVC Water Pipe 3311 12 LF 2857 $32.50 $92,852.50
3 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 TN 3.24 $4,000.00 $12,960.00
4 3312.3002 6"Gate Valve 33 12 20 EA 3 $900.00 $2,700.00
5 3312.3003 8"Gate Valve 33 12 20 EA 7 $1,050.00 $7,350.00
6 3312.0001 Fire Hydrant Assembly 33 12 40 EA 3 $3,200.00 $9,600.00
7 3312.0103 Connection to Existing 4"-12"Water Main 33 12 25 EA 2 $1,200.00 $2,400.00
8 3312.0000 1"Water Service 33 12 10 EA 36 $950.00 $34,200.00
9 3305.0109 Trench Safety 33 05 10 LF 2921 $0.25 $730.25
10 0241.1013 Remove existing 8"Water line 0241 14 LF 30 $15.00 $450.00
11 0241.1303 Remove existing 8"Gate Valve 0241 14 EA 1 $300.00 $300.00
12 0241.0000 Remove existing 1"Temporary PVC WL 0241 14 LF 6101 $5.001 $3,050.00
UNIT I SEWER IMPROVEMENTS
1 3331.4101 8"SDR-26(All Depths/All Sheets) 3311 10,31 LF 1923 $38.00 $73,074.00
2 3331.4102 8"SDR-26 with Cement Stabilized Sand Bedding 3411 10,31 LF 140 $42.00 $5,880.00
3 3339.1001 4'Dia.Std.Manhole(To 6'Depth) 33 39 10/20 EA 9 $3,000.00 $27,000.00
4 3339.1003 Additional Depth Manhole(Over 6'Depth) 34 39 10/20 VF 24.2 $155.00 $3,751.00
5 3305.0107 Manhole Adjustment,Minor 33 05 14 EA 4 $800.00 $3,200.00
6 3312.0103 Connection to Existing Sewer Main 33 12 25 EA 1 $850.00 $850.00
7 3301,0002 Post Construction TV Inspection 3301 31 LF 2063 $2.00 $4,126.00
8 3301.0101 Vacuum Test Manhole 33 01 30 EA 9 $150.00 $1,350.00
9 3339-0001 Interior Protective Coating 33 39 60 VF 9.1 $175.00 $1,592.50
10 3331.3101 4"Sewer Service 33 31 50 EA 32 $650.00 $20,800.00
11 3305.0113 Trench Water Stop 33 05 15 EA 4 $800..00 $3,200.00
12 3305.0109 Trench Safety 33 05 10 LF 2063 $1.501 $3,094.50
UNIT II PAVING IMPROVEMENTS
1 3349.6001 Site Preparation-Clear Grub Excavation(All 31 1000 AC 39 $1,000.00 $39,041.00
2 3123.0101 Unclassified Excavation By Plan(All Sheets) 31 23 16 CY 25,819 $3.50 $90,367.55
3 3124,0101 Embankment By Plan(All Sheets) 31 24 00 CY 3,868 $4.00 $15,472.00
4 9999.0001 Rough Lot Grading 9999-0001 LOT 52 $300.00 $15,600.00
5 9999.0002 Final Lot Grading 9999-0002 LOT 52 $200,00 $10,400.00
6 3211.0400 Lime for Stabilization 32 11 29 TON 217 $175.00 $38,033.63
7 3211.0501 6"Lime Stabilized 30 LBS/SY 32 11 29 SY 14,489 $3.00 $43,467.00
8 3213.0101 6"Conc Pvmt 32 13 13 SY 13,633 $32.00 $436,256.00
9 3292.0400 Hydromulch Seeding 32 92 13 SY 32,235 $1.00 $32,234.69
10 4441.4003 Sign-Ground Mount 44 41 30 EA 4 $300.00 $1,200.00
11 3441.4004 Furnish/Install Alum Sign Ex,Pole Mount 4541 30 EA 3 $500.00 $1,500.00
12 3217.0001 4"SLD Pvmt Marking HAS(W) 32 17 23 LF 7,846 $2.00 $15,692.98
13 3217,2104 4"Raised Pavement Markers Type II-C 32 17 23 EA 194 $6.00 $1,164.00
14 2605.3011 2"Conduit PVC Sch 80(T) 26 05 33 LF 3,990 $12.00 $47,880.00
15 3471.0001 Traffic Control(2%) 3471 13 MO 2 $300.00 $600.00
16 0170.0102 Mobilization(4%) 01 7000 LS 1 $3,000.00 $3,000.00
CITY OF PORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS SILVER RIDGE ADDITION
Por.Version April 2,2014 CITY PROJECT NO.02567
004241
DAP-BID PROPOSAL
Page 2 of 2
SECTION 00 42 43
Developer Awarded Projects-PROPOSAL FORM
Spring Ranch Addition/DOE#7518
UNIT PRICE BID Bidder's Application
Project Item Inlbnnation Bidder's Proposal
Bidlislltem Specification Unit of Bid
No Description Section No Measure Quantity Unit Price Bid Value
UNIT II STREET LIGHTING IMPROVEMENTS
1 3441.3002 Rdwy Ilium Assmbly TY 8,11 1,D-25,and D-30 3441 20 EA 14 $3,000.00 $42,000.00
2 3441.3201 ATBO-30LED Type 2-NW 3441 20 EA 14 $500.00 $7,00000
3 3441.3301 Rdwy Ilium Foundation TY 1,2,and 4 3441 20 EA 14 $1,500.00 $21,000.00
4 3441.1502 Ground Box,Small,w/Lid Apron 3441 10 EA 14 $400.00 $5,600.00
UNIT 11 DRAINAGE IMPROVEMENTS
1 3125.0101 SWPPP >_1 acre(.5%) 31 2500 LS 1 $500.00 $500.00
2 3341.1102 4'x 3'RCB 3341 10 LF 148 $150.00 $22,200.00
3 3341.1201 5'x T RCB 3341 10 LF 156 $180.00 $28,080.00
4 3349.4001 4'x 3'Concrete Headwall(TxDot Set B-PD) 33 49 40 EA 6 $3,500.00 $21,000.00
5 3349.4001 5'x 3'Concrete Headwall(TxDot Set B-PD) 33 49 40 EA 6 $4,500.00 $27,000.00
6 3137.0104 12"-18"Non-Grouted Rip-Rap 31 3700 SY 477 $75.00 $35,77500
7 2605.3015 Silt Fence 26 05 33 LF 4,179 $1.55 $6,477.45
8 3441.3002 Construction Entrance 3441 20 EA 1 $2,000.00 $2,000.00
9 3441.3101 Stone Overflow Structure 3441 20 EA 1 $3,000.00 $3.00000
10 3441.1502 Rock Check Dam 3441 10 EA 19 $600.0011 $11,40000
Bid Summary
UNIT I WATER IMPROVEMENTS $168,576.75
UNIT I SEWER IMPROVEMENTS $147,918.00
UNIT II PAVING IMPROVEMENTS $867,508.85 '
UNIT II DRAINAGE IMPROVEMENTS $157,432.45
Total Construction Bid[ $1,341,436.05
Contractor agrees to complete WORK For FINAL ACCEPTANCE within 180 calendar days after the date when the
CONTRACT commences to run as provided in the General Conditions.
Title: BROCK HUGGINS,V.P.
Company: CONATSER CONSTRUCTION TX,L P
Address: P O BOX 15448,FORT WORTH,TX 76119
END OF SECTION
4ao
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS SILVER RIDGE ADDITION
Form Version April 2,2014 CITY PROJECT NO 02567