HomeMy WebLinkAboutContract 47531 MY SECRETA
CONTRACT M
Developer and Project Information Cover Sheet:
Developer Company Name: MV Residential Development LLC
Address, State,Zip Code: 9349 Waterstone Boulevard, Suite 200
Phone,E-Mail: 513-588-2689; Dave.Liette@mvg.com
Authorized Signatory/Title: Dave Liette;Authorized Signer
Project Name and Brief Description: Water, Sewer,Paving, Drainage and Street Light
Improvements to Serve The Reserve at Quebec
Project Location: Northeast corner of Buda/Northwest of the NW Center Dr. and Quebec St
intersection, Tarrant County,City of Fort Worth
Plat Case No.: FS-15-131 Plat Name: Lots 1R1 and 1R2,Block 3 Landmark Quebec Addition
Mapsco: 46X, 46W Council District: #7 City Project No: 02675
CFA:2015-112 DOE: 7533
To be cornpleG`(i"-by s f �� g 11 12 �q
�,,/�
Received by: '/J'� �/ Date:
RECEIVED j.
City of Fort Worth,Texas FEB 2 4 2016 w
Standard Community Facilities Agreement—Modified by the Pa ties Cl)
Page 1 of 10 OFFICIAL RECORD �'` A
CITY OF FORTWORT}}
CITY SECC�E'�1��?� �. CTTYSEGRETARY
T WORTH9'M `" 6
COMMUNITY FACILITIES AGREEMENT
THE STATE OF TEXAS § City Secretary
COUNTY OF TARRANT § Contract No.
WHEREAS, MV Residential Development LLC ("Developer") desires to make
certain specific improvements as described below and on the exhibits attached hereto
("Improvements") related to a project generally described as The Reserve at Quebec
Apartments ("Project")within the City of Fort Worth, Texas ("City"); and
WHEREAS, the Fort Worth Housing Finance Corporation owns the fee interest in
the land on which the Project will be located which has been leased to Reserve at Quebec,
LLC ("Project Owner")under the terms of a ground lease; and
WHEREAS, Developer has been retained by Project Owner to oversee construction
of the Project inclusive of the Improvements; 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
City of Fort Worth,Texas
Standard Community Facilities Agreement—Modified by the Parties
Page 2 of 10
contractors hired by Developer to comply with the Policy in connection with
the work performed by said contractors.
B. Developer shall provide or cause to be provided 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 contractor(s) to
submit an affidavit of bills paid signed by the contractor(s) and consent of
surety signed by its respective surety to ensure the contractor(s) has paid
any sub-contractors and suppliers in full. Additionally, the contractor(s)
must also provide in writing that the contractor(s) has been paid in full by
Project Owner for all the services provided under their respective contracts.
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 (AhX_Sewer (A-1) X Paving (B) X Storm
Drain(B-1)X Street Lights (C)X, Street Names and Traffic Signs (C-1)X.
E. The Developer shall cause the Project Owner to 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 11, of the Policy. Developer shall ensure its contractor(s)
comply with the Davis-Bacon Act.
F. For all Improvements included in this Agreement for which the Project Owner
awards construction contract(s), such construction contract(s) shall do the
following:
i. 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,
City of Fort Worth,Texas
Standard Community Facilities Agreement—Modified by the Parties
Page 3 of 10
licensed and bonded to do work in public ways and/or prequalified to
perform water/waste water construction as the case may be.
ii. Require the contractor to furnish to the City a payment and performance
bond in the names of the City and the Project Owner the 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 Chapter 2253, Texas Government Code.
iii. 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. Require the 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. Require the 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
City of Fort Worth,Texas
Standard Community Facilities Agreement—Modified by the Parties
Page 4 of 10
Proceed to the Project Owner'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.
vii. Cause the installation or adjustment of the required utilities to serve the
Project or to construct the Improvements contemplated herein.
G. Developer shall provide or cause to be provided, at no expense to the City, all
engineering drawings and documents necessary to construct the improvements
under this Agreement.
H. [Moved to Section F vii above]
I. City shall not be responsible for any costs that may be incurred by Developer or
Project Owner 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 that all necessary rights of way and easements across Project
and required for the construction of the current and future improvements
provided for by this Agreement shall be obtained at no cost to the City.
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 (including death) or damages sustained by any persons 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, its contractors, sub-contractors, officers, agents or
City of Fort Worth,Texas
Standard Community Facilities Agreement—Modified by the Parties
Page 5 of 10
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 the 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 the
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 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 insure that the City will be assigned a non-
exclusive right to enforce the contracts entered into by the Project Owner with
its contractor(s) along with an assignment of all warranties given by the
contractor(s), whether express or implied. Further, Project Owner 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 parry beneficiary
of such contracts; provided however, such right of enforcement shall be subject
and subordinate to the rights of Dougherty Mortgage LLC, a Delaware limited
liability company, and its successors and assigns, the senior lender providing a
construction/permanent loan to the Project Owner to be insured under Section
221(d)(4) of the National Housing Act, as amended.
O. Developer will pay or cause to be paid inspection and material testing fees are
required as follows:
City of Fort Worth,Texas
Standard Community Facilities Agreement—Modified by the Parties
Page 6 of 10
i. Water and wastewater inspection fees equal to two percent (2%) and
material testing fees equal to two percent (2%) of the total construction cost
of water and sewer improvements as stated in the construction contract.
ii. 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 total
construction cost of paving and storm drain improvements as stated in the
construction contract.
iii. 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. The total cost of street signs.
P. COMPLETION WITHIN 2 YEARS
i. Developer shall cause the Improvements to be completed 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, the financial guarantee,
agreements with contractor(s) or other related agreements.
iii. The City may utilize the 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 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.
(REMAINDER OF PAGE INTENTIONALLY LEFT BLANK)
City of Fort Worth,Texas
Standard Community Facilities Agreement—Modified by the Parties
Page 7 of 10
Cost Summary Sheet
Project Name: Reserve at Quebec
CFA No.: 2015-112 DOE No.: 7533
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 $ 133,503.50
2.Sewer Construction $ 18,308.00
Water and Sewer Construction Total $ 151,811.50
B. TPW Construction
1.Street $ 266,857.23
2.Storm Drain $ 407,760.62
3.Street Lights Installed by Developer $ 13,800.00
TPW Construction Cost Total $ 688,417.85
Total Construction Cost(excluding the fees): $ 840,229.35
Construction Fees:
C. Water/Sewer Inspection Fee(2%) $ 3,036.23
D. Water/Sewer Material Testing Fee(2%) $ 3,036.23
Sub-Total for Water Construction Fees $ 6,072.46
E. TPW Inspection Fee(4%) $ 26,984.71
F. TPW Material Testing(2%) $ - 13,492.36
G. Street Light Inspsection Cost $ 552.00
H. Street Signs Installation Cost $ -
Sub-Total for TPW Construction Fees $ 41,029.07
Total Construction Fees: $ 47,101.53
Financial Guarantee Options,choose one Amount
Bond=100% $ 840,229.35 X
Completion Agreement=100%/Holds Plat $ 840,229.35
Cash Escrow Water/Sanitary Sewer=125% $ 189,764.38
Cash Escrow Paving/Storm Drain=125% $ 860,522.31
Letter of Credit=125%w/2yr expiration period $ 1,050,286.69
City of Fort Worth,Texas
Standard Community Facilities Agreement—Modified by the Parties
Page 8 of 10
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
MV Residential Development LLC
an Ohio limited liability company
CAJesus J. Chapa aQ �/1 Name: Dav Tette
Assistant City Manager Title: Authorized Signer
Date: oZ. " d 3 '/ � Date: I -a-5 - 1 fo
Recommended by: ATTEST: (Only if required by Developer)
l \ �
l�
Wendy Chi-Ba ulal,EMBA, P.E. Signature
Development Engineering Manager Name:
Water Department
Z),,4
(,J• G-J
Douglas&. Wiersig,P.E.
Director
Transportation&Public Works Department
ATTEST:
Approved as to Form &Legality:
t o® �' `
Mary J. dc
e
12.c.�vs-S-A• G c.�. City etary 0$ 00
Assistant City Attorneyp�
°°
M&C No. NMi400°°°� ,
Date: 2- y/tie
farms
OFFICIAL RECORD
City of Fort Worth,Texas CITY SECRETARY
Standard Community Facilities Agreement—Modified by the Parties FT.WORTH, TX
Page 9 of 10
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)
City of Fort Worth,Texas
Standard Community Facilities Agreement—Modified by the Parties
Page 10 of 10
ami bos U
o
Lu
rn �
w O �O�bS
� 2
� w
m
NO,kI JV0 p
13SNn �N �— X
olkob v Q v V N I
3N0v C �p J M
uj N CV
off- ,�d' Vona � � w 0 LD H
y
31114Mdi z Z = �— O Z
w O U =
Vui w za0
\ Q U
� DAKOTA W yl0�lya
TEJAS 1— Z
Z
CADDO (� w
SAWNEE 33NM`�HS z
H
W
N
WOOD v LAKE zl r , NMVHOW W
4 DELAWARE a V
~g w PUEBLO 330 Q z
a
ENG CARIBOU
O 0183nd
R\\,P C/ N08nH
CC o
MP dM3ddIH0
b0
` H dMHIH
y7b� "o
c oV)
v 3ci
u°��
• JL
V
�NC
co
?M
Q N
�F
Q1
6mp,:p.giyx3 dew uope-l\yn\y0o\u6lsa0\TT9T\009T00\OOSuoIPnpoad\walsAs a16\q:ponyj\\:HiVdglld WV£S:6:1V STOZ'SZ jagopo'AepsaupaM:NO sinl'oaaiaang:A9 a3J1Old
a O
�C Q O
W CD
c ON
a'
ZCc Q �� i, J
Q 3 z � @) � wv) o / f
Q W (r) OWOQt� Z
LLJ
Z) L Nn D
N Oj pj J OZ
OZ WQ aN
i p � O � f W � 4�.
� 00 W (n W Q
40W pti AL3 %! / OW J >_
CL- CID LU Q
l W
LLJ
LLJ
w
L SLI �-
w
pzz � �� ,. Wp > 0:: Z X w
p �j� O Z �u W = `t O U WLLJ
�1 v
f W > Lij LLJU
// n �Luj
fill �S ss[" . - (L �l C)
O O
��� Q-
-J,
Gy n dt. x Ota
LLJ V!
GV iCO
ll(� J U W p
/ II
CL W W Q
ct
Lj-1Co
i.
QJ, I E I O131 CLQ J cv ,9?
W OQD
IL-4:1 o m
CL
CL{t 1t i y C,3 LLQ
3 v l
I ULUili Y k �
} y 111 HI ,illiM )"Tli� i, �i 1 �� �,) �Cl)
- III p _ — >
- L i _�I�l�� f I_,ii [tli�l
f �
6Mp•sivawnadwi saun iaieM-V ligigx3\tl-D\boo\u6lsap\TT9T\o09T0o\oosuo4,)npoad\wa;sAs a10\y:PoM:U\\:RLVdg-IIA Wd 8£:Z:1V 9TOZ'90 Venue(`AepsaupaM:NO Ilauea'PJeMOH:A9 031101d
I i W C,
idOR(HLlEST � --
CENIME DRNE O
Lo 0 4j_
o II
C.
Q Lij
Q W
Qc LQ
Q
Z Q Q< o oc "�fjj% lu
(6 W Z L
1
LLJ
chi W W O > coZ2 OV
L-Li (10
CIL W W
O I� � � Jlel
ry W w
l
z of okQQ „j ,i i�; m
U q Lu (n �' / �� t� rr { w
r1
m a
Q � L r�jl f 4 f,
W U �� Io %j 1 v� w
Onoo
O / r °` t �' �u � a v
(l (� /� ;jb, j O
c):- 1,1
x 1,1
Lu
LLj
7 �'1 i� (�
y, ; _ �� = w
44QDw
� ~ V
> 1 � z
L4j �� „� c Q Q
IS
W
Ell
W
I
i
ILI) CO
6
t
(/j �
00-
f� tll`1i111'IlJ ]`J�If[ ��III € tit ; � � Z ��
t
X11 i,-MIRT-0
--- — - -__: " — W
0
6Mpaanooad lamas Adglues-T-V aiglyx3\y:0\y00\u6lsaa\TT9T\009T00\OOSuOp:)npoad\waTsAs 9l!!\43JuM7!\\:H.LVd31IJ WV 66:OT:1V 9TOZ 190 kenuer'AepsaupaM:NO sln-I'wa»ang:A8 031LO1d
C)
_ a
r
— — f= C)
p m
!'
Qj
CQ
Q O A
U cn W
O :zZ
0 0 o ti
h -_j Wz CL- cr- o z
WW OZ
N O W (1)
Q) W WQ � W � V
O O �
OU G W
LJ.J
V/�
\� y F 1 ■
cr
CO
I € �
Q
Q ao = W
LU
uj
W j Z C)
'1 , Q W U h \ W
oi
PI i
a l jf� T- m
L— LQ
It - S y,
�IL }
- _ c) Lj �[
� o
W I WZ Wh a
Al H
�
� � � V
O
I1 1 CIi�i1J1111�i� 1 i�� _' � Q tom.,
• — r fel_ S 1 F Y1 f li .��. 1? � ..
LL
.r' \
\ ID
tl(In9 — � Q N
N
O
6MIYS4U wnadwl6uvxed-971gi x3\V-o\wo\u01saO\Ti9i\009T00\OOSuoiunpad\waasAsajU1q:P0^+'4\\:H1Vd31I3Wd90:E:1VSTOZ'8ZJDg0PO'AePsauPaM:NO slnj'oaauanO:A9OlUOld
C)
a
NORTHWL C)
- CENTREDRIVC C
0
1\ a T-4
LLJ
L Lu
IS C"n
�l Q1 yzt
0� W� 2y ¢ ��, CJ
CL (3(0
Wo
�a Q
401 W 401 2� a0.�oZ �� ywp / r
0
CL a a
a- � Cl= z
a at o
W
C
{ w
O
o i rl v
oa of 1 w
Q-
coD
;C5� W
6 11 Q
rl } r+
w
ca d
0 o' cn
Ci O �' f /_� ' k _ 7 'i < LLI
} o Jl� �1 Lu oz
oC
rlflCL W
C, t-
q h
-o,
r , 1
' r . }
' Iso�� 1 � � 'i i3 -�
t
10
ilkIlkk
0 n
o M
z
12,
z C t{
II LL w
DO 1 lAI -i��}�t (�� i.t�71� F1 �1 tt_
X
Z ` -a3 -tea = j, a i
cq
1 S
J I��I il�f'11111(r (IIfT1TI�UIIiT�T V� co
van
�ttu },
JJ-
� , �,.{.� � i ��il � } Q j c0
o
m
-- Cl
Exp s;uawnaldwI-o7S-I-8 7!g14x3 \b00\u61sa0\IT9I\009100\OOSUOII-Poad\wads is aJ3\41JOMV\\:H1Vd3lId Wd SS:T UV STOZ'6Z Jagoao0'Aepsm4l:NO sml'oaaaaang:A9 03l101d
N
o �
FT ,
co
�
LU
JI C-D, a
Co
LLJ~ _
co
< L-Li 1
w
Joy
noc J F-
ge
W
X Lu
wL
i
O J Q / J O Q
W 1
C) W o W
Cl- CL
Z W y
'�
o
tom _
QL ( OCL say
0 oLL
LO
/ mm
----� '
6P's746.ri laaAs:)nglH)G1V30\NO\u6!sa0\TT9T\009T00\OOSuop:)nPOJd\waasAs a1U1471oM)J\\:HLVd3lId Wd bZ:E:1V SIOZ'OZ aegoP0'AePs-PaM:NO slnl'ojauan0:A9 03110'id
I �
a
I I
I I �
W C)
Q o i
w
LQ
— -- ' coli
e-
--- d - j
LL
CL �
Q F--
�—+ oG Z
UJ
u co
� pZ> c
00 Z
LU Q
= aoLj
c�c W k
cwc
W
Q G
z -
W
W
w
0
3'n
/
CO
>C
/ O i a
C)
N
`o
6MP'u61SVeal pue—eN]--tgS T-Z)JISIH)G\Hd:)\h00\u6isaO\TT9T\009I0O\OOSuo!pnpwd\walsAs ajg\tWonyl\\:H.LVd9lld Wd LS:T:1V STOZ'6Z iagopo'Aepsin41:NO sing 1(m-ang:A8 Og-UOld
` Page I of 3
QUEBEC PUBLIC IMPROVEMENTS
QUANTITY MATRIX
Project Item Information Bidder's Proposal
Bidlist Item Description Specification Section Units Bid Qty. Unit Price Bid Value
No. No.
1 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 TON 2 $4,000.00 $8,000.00
2 3312.4108 12"x 10"Tapping Sleeve&Valve 33 12 25 EA 1 $2,700.00 $2,700.00
3 3311.0241 8"Water Pipe 33 11 10,33 11 12 LF 1118 $32.50 $36,335.00
4 3311.0341 10"Water Pipe 33 11 10,33 11 12 LF 685 $38.00 $26,030.00
5 3312.0001 Fire Hydrant 33 12 40 EA 2 $3,200.00 $6,400.00
6 3312.2203 2"Water Service 33 12 10 EA 1 $2,000.00 $2,000.00
7 3312.2803 6"Water Meter and Vault 33 12 11 EA 1 $12,000.00 $12,000.00
8 3312.3002 6"Gate Valve 33 12 20 EA 2 $900.00 $1,800.00
9 3312.3003 8"Gate Valve 33 12 20 EA 2 $1,050.00 $2,100.00
10 3312.3005 12"Gate Valve 33 12 20 EA 1 $2,800.00 $2,800.00
11 3305.0003 8"Waterline Lowering 33 05 12 EA 1 $3,000.00 $3,000.00
12 3305.0004 10"Waterline Lowering 33 05 12 EA 2 $5,000.00 $10,000.00
13 3305.0109 Trench Safety 33 05 10 LF 1950 $1.50 $2,925.00
TOTAL UNIT I:WATER IMPROVEMENTS $116,090.00
SEWERIMPROVEMENTS
14 3331.3201 6"Sewer Service 3331 50 EA 1 $4,000.00 $4,000.00
15 3339.1033 Additional Depth Manhole(Over 6'Depth) 33 39 10,33 VF 4 $155.00 $620.00
16 3339.1002 4'Drop Manhole 33 39 10,33 39 20 EA 1 $3,000.00 $3,000.00
17 3305.0106 Manhole Adjustment,Major 33 05 14 EA 3 $800.00 $2,400.00
18 3305.0112 Concrete Collar 33 05 17 EA 7 $200.00 $1,400.00
19 3339.0003 Wastewater Access Chamber 33 39 40 EA 1 $3,000.00 $3,000.00
20 3301.0002 Post-CCN Inspection 3301 31 LF 20 $3.00 $60.00
21 3301.0101 Manhole Vacum Testing 3301 30 EA 1 $150.00 $150.00
22 3305.0109 Trench Safety 33 05 10 LF 60 $1.50 $90.00
23 9999.0000 Lock Down Sewer Manhole Lid 00 00 00 EA 3 $400.00 $1,200.00
TOTAL UNIT I:SEWER IMPROVEMENTS $15,920.00
PAVING IMPROVEMENTS
24 0241.0100 Remove Sidewalk 02 41 13 SF 370 $5.00 $1,850.00
25 3213.0103 8"Cone Pvmt 32 13 13 SY 2410 $38.00 $91,580.00
26 0241.1000 Remove Cone Pvmt 0241 15 SY 80 $20.00 $1,600.00
27 0241.1300 Remove Cone Curb&Gutter 0241 15 LF 187 $6.00 $1,122.00
28 0241.4001 Remove 10'Curb Inlet 0241 14 EA 1 $1,500.00 $1,500.00
29 3216.0102 7"Cone Curb and Gutter 32 16 13 LF 1465 $9.00 $13,185.00
30 3211.0400 Hydrated Lime 3211 29 TN 41 $175.00 $7,175.00
31 3213.0353 6"Cone Sidewalk 32 13 20 SF 3350 $5.00 $16,750.00
32 3211.0502 8"Lime Treatment 3211 29 SY 3580 $5.00 $17,900.00
33 3213.0501 Barrier Free Ramp,Type R-1 32 13 20 EA 4 $1,200.00 $4,800.00
34 3213.0506 Barrier Free Ramp,Type P-1 32 13 20 EA 1 $1,200.00 $1,200.00
TOTAL PAVING IMPROVEMENTS $158,662.00
\\ftworth\file system\Production500\001600\1611\Design\004\CFA\Specs--COFW\void\16-0112\00 42 43_Bid Proposal_DAP_Quebec Public
Page 2 of 3
QUEBEC PUBLIC IMPROVEMENTS
QUANTITY MATRIX
Project Item Information Bidder's Proposal
Bidlist Item Descri tion Specification Section
No. p lNo. Units Bid Qty. Unit Price Bid Value
DRAINAGE IMPROVEMENTS
35 3292.0500 Seeding,Soil Retention Blanket 32 92 13 SY 1778 $5.40 $9,601.20
36 3341.0201 21"RCP,Class III 3341 10 LF 130 $45.00 $5,850.00
37 3341.0205 24"RCP,Class III 3341 10 LF 120 $50.00 $6,000.00
38 3341.0302 30"RCP,Class III 3341 10 LF 224 $80.00 $17,920.00
39 3341.0402 42"RCP,Class III 3341 10 LF 20 $160.00 $3,200.00
40 0241.3110 42"Storm Abandonment Plug 0241 14 EA 1 $1,400.00 $1,400.00
41 3341.0409 48"RCP,Class III 3341 10 LF 15 $160.00 $2,400.00
42 0241.3112 48"Storm Abandonment Plug 0241 14 EA 1 $1,400.00 $1,400.00
43 3341.0605 66"RCP,Class III 3341 10 LF 480 $350.00 $168,000.00
44 3349.5001 10'Curb Inlet 33 49 20 EA 2 $2,500.00 $5,000.00
45 0241.4401 Remove Headwall/SET 0241 14 LS 1 $500.00 $500.00
46 0241.3103 21"Storm Abandonment Plug 0241 14 EA 1 $400.00 $400.00
47 3349.7001 4'Drop Inlet 33 49 20 EA 2 $8,000.00 $16,000.00
48 0241.4001 Remove 10'Curb Inlet 0241 14 EA 1 $1,500.00 $1,500.00
49 3137.0101 Concrete Riprap 31 3700 SY 590 $90.00 $53,100.00
50 3305.0109 Trench Safety 33 05 15 LF 853 $0.25 $213.25
51 3305.0204 Imported Embedment/Backfill,Crushed Rock 33 05 10 CY 40 $90.00 $3,600.00
52 3305.0112 Concrete Collar(66") 33 05 17 EA 1 $500.00 $500.00
53 3305.0108 Miscellaneous Structure Adjustment(Drop Inlet Apron) 33 05 14 EA 1 $1,000.00 $1,000.00
54 3136.0101 Welded Gabions 31 3600 CY 16 $40.00 $640.00
55 9999.0000 Structural Concrete(Weir Wall) 00 00 00 CY 15 $2,000.00 $30,000.00
56 9999.0000 Structural Concrete(Conc Pilot Channel) 00 00 00 CY 38 $500.00 $19,000.00
57 19999.0000 Structural Concrete(Retaining Wall to Protect Tree) 00 00 00 CY 7 $700.00 $4,900.00
58 19999.0000 Structural Concrete(Tapered Headwall) 00 00 00 CY 7 $1,100.00 $7,700.00
TOTAL DRAINAGE IMPROVEMENTS $359,824.45
GRADING IMPROVEMENTS
59 3123.0101 Unclassified Excavation 131 2316 CY 15794 $1.50 $23,691.27
60 3124.0101 Embankment by Plan 131 2400 CY 4921 $3.00 $14,763.00
61 0170.0102 Mobilization(4%) 101 7000 LS 1 $1,950.00 $1,950.00
62 3110.0101 Site Clearing 131 1000 1 LS 1 $10,000.00 $10,000.00
TOTAL GRADING IMPROVEMENTS $50,404.27
\\ifivorth\file system\Production500\001600\161 I\Design\004\CFA\Specs-COFW\void\16-0112\00 42 43-Bid Proposal_DAP_Quebec Public
Page 3 of 3
QUEBEC PUBLIC IMPROVEMENTS
QUANTITY MATRIX
Project Item Information Bidder's Proposal
Bidlist Item Descri tion Specification Section -F
No. p No Units Bid Qty. Unit Price Bid Value
EROSION CONTROL
63 3125.0101 SWPPP z 1 acre 31 2500 LS 1 $500.00 $500.00
64 2605.3015 Silt Fence 26 05 33 LF 4334 $1.55 $6,717.70
65 3441.3002 Construction Entrance 34 41 20 EA 1 $2,000.00 $2,000.00
66 3441.3301 Inlet Protection 3441 20 EA 5 $250.00 $1,250.00
67 3441.1502 Rock Check Dam 13441 10 EA 7 $600.00 $4,200.00
68 3441.3101 Stone Overflow Structure 1344120 1 EA 21 $3,000.001 $6,000.00
TOTAL EROSION IMPROVEMENTS1 $20,667.70
SIGNAGE AND PAVEMENT MARKINGS
69 3217.0201 8"SLD Pvmnt Marking HAS(w) 32 17 23 LF 180 $0.70 $126.00
70 3217.0001 4"SLD Pvmnt Marking HAS(w) 32 17 23 LF 140 $0.40 $56.00
71 3471.0001 Traffic Control 3471 13 MO 3 $2,000.00 $6,000.00
TOTAL SIGNAGE AND PAVEMENT MARKINGS $6,182.00
STREET LIGHTING
72 13441.3323 Furnish/Install 6'Wood Light Pole Arm 1344120 1 EA 1 4 $37000.00 $12,000.00
TOTAL STREET LIGHTING $12,000.00
SUB TOTAL - $739,750.42
CONTINGENCY 15% $110,962.56
TOTAL CONSTRUCTION COST - $850,712.98
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:
Company:
Address:
Mworth\file system\Production500\001600\161 I\Design\004\CFA\Specs—COFW\void\16-0112\00 42 43—Bid Proposal_DAP_Quebec Public