Loading...
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