HomeMy WebLinkAboutContract 49472 Developer and Project Information Cover Sheet:
Developer Company Name: MAGNOLIA ACQUISITION LP
Address, State,Zip Code: 722 N. Main St. ,Fort Worth,TX 76164
Phone& Email: 817-654-1991,bcrowell@hudginscompanies.com
Authorized Signatory,Title: Donald L. Hudgins,Jr. ,General Partner
Project Name: Magnolia Avenue Multifamily
Brief Description: Paving, Storm Drain, Street Lights
Project Location: 315 W.Magnolia Avenue
Plat Case Number: None Plat Name: None
Mapsco: 77J Council District: 9
CFA Number: 2017-087 City Project Number: 100991
To be completed by aff
Received by: S Date:_
CV
RECE��ED
--- Auc 2017
OFFICIAL RECORD CVGFM
CITY SECRETARYtwibdw
FT.WORTH,TX
City of Fort Worth,Texas
Standard Community Facilities Agreement-Magnolia Avenue Multifamily
CFA Official Release Date: 02.20.2017
Page 1 of 11
STANDARD COMMUNITY FACILITIES AGREEMENT
THE STATE OF TEXAS § City Secretary
L64q A
COUNTY OF TARRANT § Contract No.
WHEREAS, MAGNOLIA ACQUISITION LP, ("Developer"), desires to make certain
specific improvements as described below and on the exhibits attached hereto ("Improvements")
related to a project generally described as Magnolia Avenue Multifamily ("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 Develoer's contractor(s)
OFFICIAL RECORD
f
City of Fort Worth,Texas CITY SECRETARY
Standard Community Facilities Agreement-Magnolia Avenue Multifamily
CFA Official Release Date:02.20.2017 vT. WORTH, TX
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) 0, Paving(B) 0, Storm Drain (B-1) ®, Street Lights & Signs
(C) Z.
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 maintenance
bond. All bonds to be furnished before work is commenced and to meet the
requirements of Chapter 2253, Texas Government Code.
City of Fort Worth,Texas
Standard Community Facilities Agreement-Magnolia Avenue Multifamily
CFA Official Release Date: 02.20.2017
Page 3 of 11
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.
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.
City of Fort Worth,Texas
Standard Community Facilities Agreement-Magnolia Avenue Multifamily
CFA Official Release Date:02.20.2017
Page 4 of 11
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 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 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.
City of Fort Worth,Texas
Standard Community Facilities Agreement-Magnolia Avenue Multifamily
CFA Official Release Date: 02.20.2017
Page 5 of 11
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
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
City of Fort Worth,Texas
Standard Community Facilities Agreement-Magnolia Avenue Multifamily
CFA Official Release Date:02.20.2017
Page 6 of 11
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-Magnolia Avenue Multifamily
CFA Official Release Date:02.20.2017
Page 7 of 11
Cost Summary Sheet
Project Name: Magnolia Avenue Multifamily
CFA No.: 2017-087 City Project No.: 100991
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 $ -
2.Sewer Construction $ -
Water and Sewer Construction Total $
B. TPW Construction
1.Street $ 163,877.40
2.Storm Drain $ 56,261.00
3.Street Lights Installed by Developer $ 34.086.96
4. Signals $ -
TPW Construction Cost Total $ 254,225.36
Total Construction Cost(excluding the fees): $ 254,225.36
Construction Fees:
C. Water/Sewer Inspection Fee(2%) $
D. Water/Sewer Material Testing Fee(2%) $ -
Sub-Total for Water Construction Fees $ -
E. TPW Inspection Fee(4%) $ 8,805.54
F. TPW Material Testing(2%) $ 4,402.77
G. Street Light Inspsection Cost $ 1,363.48
H. Signals Inspection Cost $ -
H. Street Signs Installation Cost $ -
Sub-Total for TPW Construction Fees $ 14,571.79
Total Construction Fees: $ 14,571.79
Choice
Financial Guarantee Options,choose one Amount (IMark ones
Bond=100% $ 254,225.36
Completion Agreement=100%/Holds Plat $ 254,225.36
Cash Escrow Water/Sanitary Sewer-125% $ -
Cash Escrow Paving/Storm Drain=125% $ 317,781.70 x
Letter of Credit=125%w/2yr expiration period $ 317,781.70
City of Fort Worth,Texas
Standard Community Facilities Agreement-Magnolia Avenue Multifamily
CFA Official Release Date: 02.20.2017
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
MAGNOLIA ACQUISITION LP
A Texas limited partnership
Jesus J. Chapa By:
Assis i Mana er MAGNOLIA FORT WORTH GEN PAR LP
Date: A Texas limited partnership
Recommended by:
Wendy Chi-Babulal,EMBA,P.E. Name: Donald L. Hudgins, Jr.
Development Engineering Manager Title: General Partner
Water Department Date: -7/t,t//7
0, ATTEST: (Only if required by Developer)
DouglaOW. Wiersig,P.E.
Director
Transportation&Public Works Department
Approved as to Form &Legality: Signature
Name:
Contract Compliance Manager:
Richard A. McCracken By signing, I acknowledge that I am the
Assistant City Attorrry person responsible for the monitoring and
M&C No. IVIA administration of this contract, including
Date: ��9 11 ensuring all performance and reporting
Form 1295: IJ� -- requirements.
ATTEST: �Q a tJJ'�
Rr�y, Name: Janie Morales
U:
Title: Development Manager
Vary—J. 4YFjr
City Secretary
�XAS OFFICIAL RECORD
City of Fort Worth,Texas CITY SECRETARY
Standard Community Facilities Agreement-Magnolia Avenue Multifamily F'� WORTH TX
CFA Official Release Date: 02.20.2017
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 Improvements
❑ 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
® 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-Magnolia Avenue Multifamily
CFA Official Release Date: 02.20.2017
Page 10 of 11
ATTACHMENT"1"
Changes to Standard Agreement
Community Facilities Agreement
City Project No. 100991
None
City of Fort Worth,Texas
Standard Community Facilities Agreement-Magnolia Avenue Multifamily
CFA Official Release Date:02.20.2017
Page 11 of l 1
WEST MAGNOLIA AVENUE
(80' RIGHT-OF-WAY)
„ 0 30 eO 90 140
r � M
LEGEND
e, PUBIC DRIVEWAY PAVEMENT.
Y 3,600 PA CONCAEE P'VMT.N//J BARS a 18'
O.C.E.W.
ON S'WE STABOo"'SUBORADE 076 LBS/SY
COYPACTm TO A MINIMUM OF 96S OF STANDARD
PROCTOR
T J AT OX TO+Ii ABOVE OPnYUM Y06n1RE CONTENT.
•... (ASTM D OSB)
ARIC_ %II_M_IC OFF—STREET PPyMT. PAVOLFNT
PVMT.
_" r — ` 7.600 P9 CONCRETE W//7 elxs O iB'
O.
O.C.E.N.
ON 6'LIMETED STAA MINI SUBCF 95 OF STANDARD
m... COR TO A YNIYUY Of 9SS Of STNIONN
i r y AT 0%TO+43 ABOVE OPnMUM MOISTURE CONTENT.
(ASTM D 698)
PUBLIC SIDEWALK FLAB.
-- -- - �'RDrIfOnCT CO/IWS) F0 18' L
AT 2B DAYS)N//3 BAIB O 16-
t�1,C O.C.E.W.
� ON 6'COMPACTED Sl60RADE TO 9S><AT OR ABOVE
OPIMM MOISTURE CONTENT.(ASTM D 69B)
" LOT 1R-1, BLOCK 1 20 D
MOODIE AND EVANS z
SUBDIVISION 4 f W 3
W
W
cr im , � o
I _ «,.
d) sia
0 X
r - w
n
® - ® � (D
r - cn
i. Im Y9 r, T I T,
C,
µm WEST MORPHY STREET
,-- (26' RIGH.-OF-WAY)
MAGNOLIA MULTIFAMILY DEVELOPMENT
tante.. MOODIE AND EVANS SUBDIVISION EXHIBIT B:
177P2 MOM nr.Sub 400 LOTS 1R-1, BLOCK 1 PAVING
Dab.,T—7575,
TOL(972)M-0011 MAGNOLIA ACQUISITION LP
TOPE 0 F.=4 TBPLS 0 F-70194229 722 N.Main Sheet IMPROVEMENT S
Cap,,W 02017 Fort Worth,Texas 76164
DATE:Jure 27 2017 SCALE:AS SHOWN DRAWN BY:MP FILE:E 01T B-PAVING IMPROVEMENTS.— PROJECT No.222210404
ftgargCFAZ,WB-Pm Uq Inpmwn•rb.O,q moOMltl by npa m Jug 77.1710]a NI
WEST MAGNOLIA AVENUE
(80' RIGHT—OF—WAY) 21" RCP
--. -- —
:. o ao eo 90 iso
10' CURB INLET
3"7(12" CURB BRAIN
24' RCP
4" CURS DRAIN 4" Ci1RB DRAIN
II _
W —
_ LOT i R—1. BLOCK IA Q
MOODIE AND EVANS
Z Q
�—i �,__'r SUBDIVISIONI G' Lp LL
a
W
c�
- o
I
I N
WEST MORPHY STREET
(26 RIGHT—OF—WAY)
MAGNOLIA MULTIFAMILY DEVELOPMENT
� '.. MOODIE AND EVANS SUBDIVISION EXHIBIT Bl :
LOTS 1R-1, BLOCK 1
1�M� „00 STORM DRAIN
DeY,Te�Oe 7525175257
TeL(972)9914011 MAGNOLIA ACQUISITION LP
TBPE i FA24 TBPLS 0 F-10194229 722 N.Mein sheet IMPROVEMENTS
Cop,IVd o 2017 Fort W onh,Texas 76164
DATE:June 27 2017 SCALE:AS SHOWN DRAWN BY:MP FILE.FxiMB17 9'.STORM DRAIN IMPROVEMENTS DAG PROJECT No.222210404
Vl\2=ZMlWd WAKD Eryw,wYpCME W 01-9b 01 Inpmwnwh.dm i ftd b/n —n w Ju127,1710,37 M7
-- WEST MAGNOLIA AVENUE
s (80' RIGHT—OF—WAY)
• _ _ 0 30 60 90 140
2' SCH. 80
PVC (nP) LEGEND
tF
ROP. STREET LIGHT
t� I OLE (TYP.) I —.r I RANCH Cr4W AND OXGUCTM SM AS iN11CM
E
G' 1 SENA P9tCk10ElF PNRDN0LE MW SECONI Rv PM
IIT _ I
SHIM LIGHT SERYMM
CROWD Box
II Mff CAMPAW 7RANSFaRYEA
r PRDP. STREET LIGHT I ❑
POLE {TIPT c 03160 mR PANEL
STREET LIMIT POLE
Lm
s
Lj
LOT IR-1, BLOCK 1 D.-.
MOODIE AND EVANS _
SUBDIVISION tZaJ a _ o
>o
w I I CC LL. - � �� � _yam. � � I Q LL _ o�J
w
2' SCH. 80 �
PVC (TYP.) = F r 0
_ >
�
CD O
ZJ- Y
Q
P. STREET LIGHT[! r L O
C7 I POLE (1YP.)
cn
I� Z
f—
o Q
I , cl�
2' SCH. 80
PVC (TYP.) _ H—
-
WEST MORPHY STREET
(26' RIGHT—OF—WAY)
MAGNOLIA MULTIFAMILY DEVELOPMENT
LetMOODIE AND EVANS SUBDIVISION EXHIBIT C:
LOTS 1 R-1, BLOCK 1
12222 Mam or,Suits 400 STREET LIGHTS
Dam,raa.75251
TOL(m)991-W11 MAGNOLIA ACQUISITION LP
TBPE N F-6324 TBPLS 9 F-10194229 722 N.Main Street
C.PyrW02017 Fort Worth,Texas 76164
DATE:June 27,2017 SCALE:AS SHOWN DRAWN BY:MP FILE:EXHIBIT C-STREET uGHTS.DWG PROJECT No.222210404
V:1ZI71rNraV222101DIF MD Ery�CFAWxlibir C-Shat Ugft.d q m ftd by mp—on Jun 27,17 10@ AM
EF,
-- WEST MAGNOLIA AVENUE
(80' RIGHT—OF—WAY)
.� —•• 0 30 60 90 120
REMOVE & REINSTALL LEGEND
I &
EXISTING
PERSTIN NCITY EL
REQUIREMENTS — �. s1REEr stcra
I
I'
It
a _ _ -71
_ ME 1 00
LOT IR-1. BLOCK ]
MOODIE AND EVANS _
SUBDIVISION W Q o
W� a >
Lj I
.4 ,. 0 OY�
— _
r,
Qf
77,1
p zJ
I
r—
M,
I —^.. RCMOVr & REINSTALL
EXISTING SIGN PANEL
& POST PER CITY
REQUIREMENTS
WEIT MORPHY STREET
(26' RIGHT-OF-WAY)
MAGNOLIA MULTIFAMILY DEVELOPMENT
MOODIE AND EVANS SUBDIVISION EXHIBIT Cl :
LOTS 1 R-1, BLOCK 1
,2222 Merit Dr,3°�'°° STREET NAME
Oe1m,Terse T525t
TeL(972)991-00++ MAGNOLIA ACQUISITION LP
TBPE#F-6M4 T8PLS a F-10194229 722 N.Main Street
SIGNS
Copyrlgrt 0£017 Fort Worth,Texas 76164
DATE:June 27,2017 SCALE:AS SHOWN DRAWN BY:MP FILE:EXHIBIT Ci-STREET NAME SIGNS.DVJCa PROJECT No.222210404
V%2222WNeV22210404`dvipCD ErpYeerYM'CFA�,NM Cl�Sb Hems ft-&p owf o Ey mpeeon on Jun W.17 2:19 PM
00 42 43
BID PROPOSAL
Page I d 1
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID Bidder's Application
Project Item Information Bidder's Proposal
Bidlist Description Specification Unit of Bid Unit Price 78,dValue
Item No. I Section No. Measure Quantity
SECTION A:PAVING IMPROVEMENTS
1 0241.0300 Remove ADA Ramp 0241 13 EA 4 $250.00 $1,000.00
2 0241.1000 Remove Conc Pvmt 0241 15 SY 1000 $1.85 $1,850.00
3 0241.1100 Remove Asphalt Pvmt 0241 15 SY 870 $2.74 $2,383.80
4 0241.1300 Remove Conc CurbBGutter 0241 15 LF 950 $2.00 $1,900.00
5 3211.0400 Hydrated Lime 3211 29 TN 13 $175.00 $2,275.00
6 3211.0501 6"Lime Treatment 3211 29 SY 825 $9.74 $8,035.50
7 3211.0502 8"Lime Treatment 3211 29 SY 85 $10.51 $893.35
8 3213.0101 6"Conc Pvmt 32 13 13 SY 825 $47.00 $38,775.00
9 3213.0301 4"Conc Sidewalk 32 13 20 SF 9500 $5.35 $50,825.00
10 3213.0402 7"Concrete Driveway 32 1320 SF 765 $5.15 $3,939.75
11 3213.0503 Barrier Free Ramp,Type M-1 32 12 20 EA 2 $2,500.00 $5,000.00
12 3213.0506 Barrier Free Ramp,Type P-1 32 13 20 EA 2 $2,500.00 $5,000.00
13 3216.0101 6"Conc Curb and Gutter 32 16 13 LF 1350 $20.00 $27,000.00
14 3471.0001 Traffic Control 3471 13 MO 3 $5,000.00 $15,000,00
TOTAL SECTION :PAVING IMPROVEMENTS] $163,877.40
CTION B:DRAINAGE IMPROVE LENT
1 0241.4001 Remove 10'Curb Inlet 0241 14 EA 2 $1,148.00 $2,296.00
2 3305.0109 Trench Safety 33 05 10 LF 55 $1.00 $55.00
3 3341.0201 21"RCP,Class III 3341 10 LF 35 $195.00 $6,825.00
4 3341.0205 24"RCP,Class III 33 41 10 LF 20 $783.00 $15,660.00
5 3349.5001 10'Curb Inlet 33 49 20 EA 2 $5,790.00 $11,580.00
6 9999.0001 4"Curb Drain 00 00 00 LF 25 $601.00 $15,025.00
7 9999.0002 3"x 12"Curb Drain 00 00 00 LF 20 $241.00 $4,820.00
TOTAL SECTION B.DRAINAGE IMPROVEMENTS $56,261.00
ECTION C:STREETSCAPE IMPROVEMENTS
1 2605.2101 Conduit Box 26 05 33 EA 3 $9.40 $28.20
2 2605.3118 Furnish/Install Conduit-Schedule 80 PVC 2 Inch Open Cut 260533 LF 1000 $6.30 $6,300.00
3 2605.3119 Furnish/Install Conduit-Schedule 80 PVC 2 Inch Bare 26 05 33 LF 44 $6.90 $303.60
4 3110.0102 6"-12"Tree Removal 31 1000 15 2 $250.00 $500.00
5 3110.0103 12"-18"Tree Removal 31 1000 EA 3 $250.00 $750.00
6 3110.0104 18"-24" Tree Removal 31 1000 EA 2 $300.00 $600.00
7 3110.0105 24"and Larger Tree Removal 31 1000 EA 2 $350.00 $700.00
8 3293.0104 Plant 4"Tree 32 93 43 EA 27 $$300.00 $8,100.00
9 3441.1771 Furnish/Install 120-240 Volt Single Phase Metered Pedestal 3441 20 EA 1 $1,550.00 $1,550.00
10 3441.3037 Furnish/Install 10'-14'Washington Standard Light Pole$Fixture LED 3441 20 EA 15 $650.00 $9,750.00
11 3441.3401 6-6-6 Triplex Alum Elec Conductor 3441 20 LF 3132 $1.63 $5,105.16
12 13441.4110 Remove and Reinstall Sin Panel and Post 34 41 30 1 EA 1 2 $200.00 $400.00
TOTAL SECTION C:STREETSCAPE IMPROVEMENTS $34,086.96
Bid Summary
SECTION A:PAVING IMPROVEMENTS $163,877.40
SECTION B:DRAINAGE IMPROVEMENTS $56,261.00
SECTION C:STREETSCAPE IMPROVEMENTS $34,086.96
Total Construction Bid $254,225.36
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
I-Real 20120120 %*-h.A-MWtif-fly-00 42 43 Bid Pr prl_DAP(ulego,vadl.zla