Loading...
HomeMy WebLinkAboutContract 47328-A1 AMENDMENT NUMBER 1 CITY SECRETARY CONTRACT NO. TO CITY SECRETARY CONTRACT NO. 47329 WHEREAS, the City of Fort Worth (CITY) and Haydon Building Corp, (CMAR) made and entered into City Secretary Contract No. 47328, a Construction Manager at Risk Agreement (the CONTRACT) , which was authorized by the City Council by M&C C-27427 on the 25th day of August, 2015 in the amount of $68, 809 . 00 for Preconstruction Phase Services; and WHEREAS, the CONTRACT includes Pre-Construction Professional Services and Construction Services for the following project : Montgomery Street from Camp Bowie Boulevard to IH-30 West Freeway; and WHEREAS, during the Preconstruction Phase, it was determined that to best serve the adjacent neighborhood as well as the new Arena Project, the Montgomery Street Project should have added to it the Eastern Arlington Heights drainage component and related costs; and WHEREAS, it has become necessary to execute Amendment No. 1 to the CONTRACT to include an increased scope of work and revised project costs; and WHEREAS, the Construction Phase portion of the CONTRACT, was authorized by the City Council by M&C C-28243 on the 16th day of May, 2017 which also authorized this Amendment No. 1 and established a Guaranteed Maximum Price of $17, 092, 000 inclusive of this Amendment No. 1 and CMAR' s 8% construction manager fee; and WHEREAS, CMAR will earn its same construction manager fee percentage, as specified in the CONTRACT, for the work identified in this Amendment No. 1; NOW THEREFORE, CITY and CMAR, acting herein by and through their duly authorized representatives, enter into the following agreement, which amends the CONTRACT: 1 . The CONTRACT is amended by adding Attachment D, the Eastern Arlington Heights Drainage Improvements along Bryce Avenue from Montgomery Street to Sutter Street, as additional Construction Services as speri the : .- proposal dated June 1, 2017, a copy of which is attac gid '.,..` hereto` ~" incorporated herein. The cost of the additional Co ruction Pha' ' services to be performed by CMAR totals $4, 097, 892 . 00 . -� co °�°o A �v� v F%to Page a 2 . Article 2 .B. of the CONTRACT is amended to incorporate Attachment D as part of the Construction Phase Fee . 3 . Article 2 .D. of the CONTRACT is amended to provide for a decrease an inerease-in the contingency to be retained for CMAR' s exclusive use to a revised amount of $193 , 885 . 21 . 4 . The Guaranteed Maximum Price (GMP) for the Project shall be the amount not to exceed $17, 092 , 000 . 00 as specified in the proposal dated June 1, 2017, a copy of which is attached hereto and incorporated herein for all purposes into the original CONTRACT, as amended. The GMP is within the project budget, as amended, and Staff finds that the fees and costs are fair and reasonable for the work proposed. 5 . All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect . EXECUTED and EFFECTIVE as of the date subscribed by the City' s designated Assistant City Manager. APPROVED: City of Fort Worth CMAR Haydon Building Cor 00 AZI Jay Chapa Mark D. Eklund Assistant City Manager Vice President DATE: (,�2�zq--I DATE : - `,� -l') APPROVAL RECOMMENDED: Com, Dougl W. Wiersig, P. Director, Transportati n/Public Works Department Page -2- APPROVED AS TO FORM AND LEGALITY: U64& M&C: C-28243 Douglas W. Black Date : 5-16-17 Assistant City Attorney ATTEST: Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting M ry J.cs r requirements. City Seretary A / Michael Weiss, P.E. Senior Professional Engineer O"ICIAJL MCCID CITY$11CRIPTAW "�won", Page -3- -- - - FUNDING BREAKDOWN SHEET City Secretary No. 47328 Amendment No. 1 Fund - Department - Account - Project ID - Activity - Year Amount 56002 0600430 5740010 CO2432 C01780 2017 $1,227, 150 . 00 56002 0700430 5740010 002432 C01780 2017 $337, 990 . 00 59651 0200431 5740010 CO2432 CO2880 2017 $2, 568,760 .00 59652 0200431 5740010 CO2432 CO2880 2017 $2, 000, 000 .00 39411 0200431 5740010 CO2432 CO2380 2017 $3, 405, 620 . 00 39410 0200431 5740010 CO2432 CO2380 2017 $2, 544, 380 . 00 34014 0200431 5740010 CO2432 CO2380 2017 $4, 891,380 . 00 39403 0200431 5740010 CO2432 CO2380 2017 $116, 720 . 00 Total: $17, 092, 000 . 00 Page -4- 6eesn300 -x -as MWIS213unSO1.L33USAWHODIRONS1N3w3AO*ddW13OV21IVNa SlHOI3HNOIDNIgUVMEHISV3 p" 8p = '9 H—HAA m�=_eco °g o " O z a 3 0 c°7 (c ° e O �zm gN U ,FZ W O z WV s _ i�``` �' -1 z a g �� s'a�-tz�e 0 C] QU F Z F.., fifra ":�D: 05 2m O 00. O 0 wi ¢ x w �u"B Fps 2 S r U P+ ¢ V] O N of 3L 3 N U Q �t u g Vgt" g as a ogQ roe& s p a Dx" 3NIlHOIVV4 z 3H1 133211S OSSYMO /� __ �,Zj W 3w/",WftfffA z. z' _ — I p I o m ; wo z z 3 ywi � 3NV1 ARIONOO �I F ------------ z. � ��--_»®---W T rco 3 '----- i 11�--.�w r---- �/ - � j I � i 133211S A2)3Yi001NOYi ,'� � ym 0 1w Ia --- C '—a=a W r �o z !w - - — —� 13 J ------------ z ifv os c E- g E y'v' (I a _ It `/ x �) W u' 1 � II W x g " 1. ; �'r y 3 o J �z (� z _� -.1818 -E owopow 3NIlHOIVV4 "' Z w T O r�O WNLL Y r r O w�a W 3�_cla $ June 111, 2017 City of Fort Worth 4mo Transportation and Public Works Department Infrastructure Design and Construction HAYDON 200 Texas Street Fort Worth, TX 76102 RE: GMP# 1 Proposal Letter 6/1/2017 City Project# 02432 Montgomery Street and Eastern Arlington Heights (EAH) Improvements CMAR Haydon#: OC-02432-210015-001 Dear Mr. Weiss, Haydon Building Corp (`Haydon') is pleased to submit the following Guaranteed Maximum Price (GMP) #1 proposal dated June 1 st, 2017 for the following contract documents: • 4/21/2017 Montgomery Street and EAH GMP # 1 (detailed by pay item, quantities, and unit prices) • 4/21/2017 Montgomery Street and EAH Clarifications Montgomery Street and EAH MBE utilization forms • Project Phasing Schedule • Revised 6/1/2017 Montgomery Street and EAH GMP #1 to reflect the approved $17,092,000 amount Haydon's total proposal amount submitted for GMP #1 is $17,313,673.20. However, please note that the approved amount by the City of Fort Worth for GMP #1 is $17,092,000.00. The ($221,671) reduction in our GMP # 1 proposal is broken out by the following: ($203,000) was reduced from the contractor contingency and shifted to the owner's contingency outside of GMP #1, and ($18,671) is related to a mistaken reduction in Unit Prices for the Montgomery Street Water and Sewer pay items. To correct this, a temporary deductive line item was added in the Water and Sewer section in the amount of ($18,671). Upon completion of the Water and Sewer scopes during construction, Haydon shall be compensated $18,671 through the Owner's contingency. Attached are the above mentioned documents. Each of these should be included as a part of Amendment Number 1. In addition, all formal bid related documents were presented to the City by hard copy and electronic copy. Should you have any questions regarding our GMP #1 Proposal, please do not hesitate to contact us. We look forward to working with the City of Fort Worth, Freese and Nichols, and all stakeholders on this important project. Sincerely, H ON BUIING C RP David J ughli HAYDON BUILDING CORP 8200 Springwood Dr.,Ste.230 Irving, Texas 75063 Tel 972 . 739 .6405 Fax 972 . 264 . 1922 Mom CMAR PROPOSAL SECTION 00 42 43 //j0� q Project 02432-Montgomery Street Improvements from IH-30 to Camp Bowie Boulevard UNIT PRICE PROPOSAL CMAR Application Project Item Information CMAR Proposal Ilan No. Description Specification Section No. Performance Bonded(Yes or No) Unit of Measure Quantity Unit Price Proposal Value UNITI-GENERAL 1-1 0241.0100 Remove Sidewalk 0241 13 Haydon Yes SF 46,390.00 $ 1.05 $ _48,709.50 I--2 0241.0300 Remove ADA Ramp 02 41 13 Haydon Yes EA 37.00 $ 134.50 $ __4,976.50 1.3 0241.0401 Remove Concrete Drive 0241 13 Haydon Yes SF 21,300.00 $ 2.00 $ 42 600.00 1-4 0241.0500 Remove Fence 0241 13 Haydon Yes LF _ 414.00 $ 9.59 $ 3,970.26 1-5 0241.0600 Remove Wall<4' 02 41 13 Haydon Yes LF 252.00 $ 17.39 $ 4,382.28 ImIS 0241.1000 Remove Con_c_Pv_mt 0241 15 Haydon Yes SY 2,600.00 $ 17.55 $ 45,630.00 17 0241.1100 Remove Asphalt Pvmt 0241 15 TxOQ_ Yes - SY 36_,980.00 $ 16.50 $ 610,170.00 1-8 0241.1200 Remove Brick Pvmt 0241 15 Haydon Yes SY 141.00 $ 11.54 $ 1,627.14 1-9 0241.1300 Remove Conc CurbBGutter 02 41 15 Haydon Yes LF 7,950.00 $ 2.97 $ 23611.50 I-10 0241.1400 Remove Conc Valley Gutter 0241 15 Haydon Yes SY 864.00 $ 12.21 $ 10,549.44 1-11 0241.1506 7 Surface Milling 0241 15 Haydon Yes SY 2,410.00 $ 2.76 $ 6,651.60 1-12 9999.0100 Remove Steel Bollard 99 99 99 Haydon Yes LS 6.00 $ 104.18 $ 625.08 1-13 0241.3001 Storm Line Grouting 024"4 14 Haydon Yes CY 6.00 $ 468.70 $ 2,812.20 1-14_ 0241.3014 Remove 21"Storm Line 0241 14_ Haydon Yes LF 30.00 $ 32.96 $ 988.80 1-15 0241.3015 Remove 24"Storm Line 02 41 14 Haydon Yes LF 333.00 $ 21.59 $ 7,189.47 1-16 0241.3016 Remove 27"Storm Line 0241 14 Haydon Yes LF 105.00 $ 22.83 $ 2,397.15 1-17 0241.3018 Remove 33"Storm Line 0241 14 Haydon Yes LF 1.20.00 $ 21.09 $ 2,530.80 I-18 0241.3021 Remove 42"Storm Line 0241 14 Haydon Yes LF 48.00 $ 49.93 $ 2,396.64 1-19 0241.3023 Remove 48"Storm Line 0241 14 Haydon Yes LF 500.00 $ 27.67 $ 13,835.00 1-20 0241.3103 21"Storm Abandonment Plug 0241 14 Haydon Yes EA 2.00 $ 1,003.59 $ 2,007.18 1-21 0241.3401 Remove 4'Storm Junction Box 02 41 14 Haydon Yes EA 2.00 $ 1,667.80 $ 3,335.60 1142 0241.3402 Remove 5'Storm Junction Box 0241 14 Haydon Yes EA 2.00 $ 1,667.80 $ 3,335.60 -23 0241.4001 Remove 10'Curb Inlet 0241 14 Haydon Yes EA 18.00 $ 799.92 $ 14,398.56 1-24 0241.4003 Remove 20'Curb Inlet 0241 14 Haydon Yes EA 3.00 $ 938.96 $ 2,816.88 1-25 0241.4004 Remove 30'Curb Inlet 0241 14 Haydon Yes_ EA 1.00 $ 1,266.81 $ 1,266.81 I-26 3110.0101 Site Clearing 31 1000 Haydon Yes LS 1.00 $ 30,542.84 $ 30,542.84 I-27 _ 3110.0102 6"-12"Tree Removal 31 1000 Haydon Yes EA 4.00 $ 704.38 $ 2,817.52 1-28 3_110.0103 12"-18"Tree Removal 31 10_00 Haydon Yes EA 2.00 $ 1,202.33 $ 2,404.66 129 3110.0104 18"-24" Tree Removal 31 1000 Haydon Yes EA 1.00 $ 1,813.31 $ 1,813.31 11-30 9999.0101_Existing Tree Protection 99 99 99 Haydon Yes LS 1.00 $ 11,249.01 $ 11,249.01 1-31 3123.0101 Unclassified Excavatio_n by Plan 312316 Haydon Yes CY 4,800.00 $ 1629 $ 78,192.00 1-32 3124.0101 Embankment by Plan 31 24 00 Haydon Yes CY 1,600.00 $ 7.55 $ 12,080.00 -33 1 3125.0101 SWPPP >_1 acre 31 25 00 Haydon No LS 1.00 $ 65,047.31 $ 65,047.31 -1-34 3291.0100 Topsoil 329119 Greenscape Yes _ CY 1,100.00 $ 42.05 $ 46,255.00 I-35 3305.6602W Waterline Lowering 330512 Haydon Yes EA- 3.00 $ 5,168.43 $ 15,505.29 I-36 3305.0003 8"Waterline Lowering 330512 Haydon Yes EA 2.00 $ 5,597.90 $ 11,195.80 1-37 3305.00_05 _12"Waterline Lowering 330512 Haydon Yes EA 2.00 $ 7,505.56 $__1.5,011.12 _ 1-3_8 0241.1510 Salvage Fire Hydrant 0241 14 Haydon Yes EA 4.0_0 $ 1,015.44 $ 4,061.76 1-39 3305.0101 Fire Hydrant Stem Extension 330514 Haydon Yes EA - 4.00 $ 1,078.57 $ 4,314.28 I-40 3312.2001 1"Water Service,Meter Reconnection 331210 Haydon Yes EA 16.00 $ 523.10 $_ 8,369.60 1-4_1 3312.2003 1"WaterService 331_210 Haydon Yes E4 16.00 $ 1,616.67 $ 25,866.72 1-42_ _ 3312.200_4 1"Private Water Service 331210 Haydon Yes LF 50_00 $ 66.07 $ 3,303.50 143 3305.0106 Manhole Adjustment,Major(Sanitary 330514 Haydon Yes EA 7.00 $ 2,458.85 $ 17,211.95 1-44 3305.0107 Manhole Adjustment,Minor(Sanitary 330514 Haydon_ Yes EA 15.00 $ 611.45 $ 9,171.75 145 3305.0111 Valve Box Adjustment 330514 Haydon Yes EA 30.00 $ 426.68 $ 12,800.40 1-46 3312.3013 Water Gate Valve Vault Adjustment 331220 Haydon Yes EA 6.00 $ 1,142.44 $ 6,854.64 1117 3312.1003 3"Combination Air Valve Assembly for 331230 Haydon__ Yes EA 1.00 $ 10,089.67 $ 10,089.67 _ I-48 3441.2001 Salvage Traffic Signal 34 41 13 Bean Yes EA 1.00 $ 2,307.69 $ 2,307.69 _1119 3441.2_002 Dispose of Full Traffic Signal 3441 13 Bean Yes LS 4.00 $ 2,307.69 $ 9,230.76 1-50 3441.4108 Remove Sign Panel and Post 344136 Bean Yes EA 34.00 $ 44.98 $ 1,529.32 1-51 3441.4_110 Remove and Reinstall Sign Panel and Post 34 41 30 Bean Yes EA 45.00_$ 163.79 $ 7,370.55 1-52 3471.0001 Traffic Control 3471 13 Buyers No MO 23.50 $ 10,537.35 $ 247,627.73 I-53 9999.0102 Relocate Entrance Sign(STA.115+80) 99 99 99 Haydon Yes EA 1-00 $ 537.44 $ 537.44 1-54 9999.0103 Relocate Business Sign(STA.115+85) 99 99 99 Haydon Yes EA 1.00 $ 3,500.00 $ 3,500.00 1-55 9999.0104 Steel Swing Gate(STA.140+00) 699999 T-Bar Yes EA 1.00 $ 3,750.00 $ 3,750.00 1-56 9999.0105 Relocate Steel Swing Gate(STA.154+10) 99 99 99 Haydon Yes EA 1.00 $ 1,183.85 $ 1,183.85 1-57 9999.0106 Relocate Business Sign(STA.154+40) 99 99 99 Haydon Yes EA 1.00 $ 323.21 $ 323.21 1-58 9999.0107 Relocate Wayfinding Sign 99 99 99 Haydon Yes EA 2.00 $ 751.65 $ 1,503.30 MOBILIZATION _ Haydon Yes ___ - LS 1.00 $ 239,259.50 $ 239,259_.50 Survey Haydon - Yes LS 1.00 $ 129,845.62 $ 129,845.62 CITY OF FORI WORTH OMPOI MONTGOMERY STREEr IA PROVEMENTS STANDARD CONSTRUCTION SPECIRCATION DOCUMENTS CITY PROJECT NO.024-12.DOE NO.7-189 Fam Raised 20120120 i.Satl CASAR PROPOSAL SECTION 00 42 43 Project 02432-Montgomery Street Improvements from IH-30 to Camp Bowie Boulevard UNIT PRICE PROPOSAL CMAR Application Project Item Information CMAR Proposal Item No. Description Specification Section No. Performance Bonded(Yes or No) Unit of Measure Quantity Unit Price Proposal Value UNIT 11-PAVING $ 11-1 3211.0400 Hydrated Lime 32 11 29 JLB Yes TN 745.00 $ 160.32 $ 119,438.40 II-2 3211.0501 6"Lime Treatment 32 11 29 JLB Yes SY 2,490.00 $ 8.17 $ 20,343.30 11-3 3211.0502 8"Lime Treatment 32 11 29 JLB Yes SY 35,230.00 $ 4.36 $ 153,602.80 1111 3212.0401 HMAC Transition 321216 JLB Yes SY 620.00 $ 31.35 $ 19,437.00 11-5 3212.0302 2"Asphalt Pvmt Type D(Overlay) 33 12 16 JLB Yes SY 2,410.00 $ 10.37 $ 24,991.70 11-6 3213.0102 7"Cone Pvmt 321313 JLB Yes SY 2,150.00 $ 65.77 $ 141,405.50 11-7 3213.0105 10"Cone Pvmt 321313 JLB Yes SY 32,380.00 $ 59.36 $ 1,922,076.80 11-8 TXDOT Standard-10"Concrete Pavement TXDOT 360 JLB Yes SY 490.00 $ 93.40 $ 45,766.00 11-9 TXDOT Standard-4"Underlayment(Type D HMAC) TXDOT 340 JLB Yes SY 580.00 $ 20.49 $ 11,884.20 11-10 TXDOT Standard-8"Lime Stabilized Subgrade TXDOT 260 JLB Yes SY 580.00 $ 5.85 $ 3,393.00 II-11 TXDOT Standard-5"Concrete Sidewalk TXDOT 531 JLB Yes SF 400.00 $ 5.98 $ 2,392.00 11-12 TXDOT Standard-6"Concrete Driveway TXDOT 530 JLB Yes SF 230.00 $ 6.81 $ 1,566.30 11-13 3216.0302 11"Cone Valley Gutter,Arterial/Industrial 32 16 13 JLB Yes SY 50.00 $ 99.58 $ 4,979.00 11-14 3213.0302 5"Cone Sidewalk 32 13 20 New World No SF 26,500.00 $ 5.10 $ 135,150.00 II-15 3213.0303 6"Cone Sidewalk 32 13 20 New World No SF 36,700.00 $ 5.70 $ 209,190.00 11-16 9999.0200 Integral Color Concrete Sidewalk(5") 99 99 99 Hayden Yes SF 104.00 $ 16.89 $ 1,756.56 11-17 9999.0201 Concrete Pad(Bus Shelter)(6") 99 99 99 Haydon Yes SF 155.00 $ 8.24 $ 1,277.20 II-18 3137.0101 Concrete Riprap(6") 31 37 00 Haydon Yes SY 70.00 $ 56.44 $ 3,950.80 11-19 3213.0401 6"Concrete Driveway 32 13 20 Haydon Yes SF 23,200.00 $ 6.68 $ 154,976.00 11-20 3213.0504 Barrier Free Ramp,Type M-2 321320 Haydon Yes EA 5.00 $ 1,328.50 $ 6,642.50 II-21 3213.0505 Barrier Free Ramp,Type M-3 32 13 20 Haydon Yes EA 2.00 $ 1,328.51 $ 2,657.02 11-22 3213.0506 Barrier Free Ramp,Type P-1 32 13 20 Haydon Yes EA 34.00 $ 1,228.50 $ 41,769.00 11-23 3213.0510 Barrier Free Ramp,Type C-3 32 13 20 Haydon Yes EA 2.00 $ 1,328.51 $ 2,657.02 II-24 TXDOT Standard-Curb Ramp Type 1 TXDOT 531 Haydon Yes EA 1.00 $ 1,557.02 $ 1,557.02 II-25 TXDOT Standard-Curb Ramp Type 3 TXDOT 531 Haydon Yes EA 1.00 $ 1,128.51 $ 1,128.51 11-26 3232.0100 Cone Ret Wall with Sidewalk,Face 32 32 13 Haydon Yes SF 1,010.00 $ 40.45 $ 40,854.50 11-27 3232.0102 Cone Ret Wall with Sidewalk,Face(Stone 32 32 13 Haydon Yes SF 280.00 $ 107.61 $ 30,130.80 11-28 3232.0101 Cone Ret Wall with Sidewalk,Sidewalk 323213 Haydon Yes SF 2,900.00 $ 9.39 $ 27,231.00 11-29 3216.0101 6"Cone Curb and Gutter 321613 Haydon Yes LF 474.00 $ 21.14 $ 10,020.36 11-30 3216.0103 3"Cone Curb and Gutter 321613 Haydon Yes LF 130.00 $ 19.01 $ 2,471.30 11-31 3216.0104 Cone Curb at Back of Sidewalk(Varied 321613 Haydon Yes LF 740.00 $ 15.00 $ 11,100.00 II-32 3216.0105 6"Thickened Curb 32 16 13 Haydon Yes LF 610.00 $ 43.28 $ 26,400.80 11-33 3216.0106 3"Rollover Curb 321613 Haydon Yes LF 90.00 $ 28.62 $ 2,575.80 11-34 9999.0202 Steel Bollard with Sleeve 99 99 99 Haydon Yes EA 2.00 $ 1,638.51 $ 3,277.02 II-35 9999.0203 Concrete Flume with Plate Cover 99 99 99 Haydon Yes EA 2.00 $ 2,264.61 $ 4,529.22 II-36 9999.0204 Elevated Crosswalk(ECW) 99 99 99 Haydon Yes EA 1.00 $ 6,483.83 $ 6,483.83 11-37 9999.0205 Monolithic Concrete Median Nose 99 99 99 Haydon Yes EA 1.00 $ 667.71 $ 667.71 CITY OF FORT NORTH GMP01 MONTGOMERY STREET RU'ROVEMENTS STANDARD CONSTRUCTION SPECII7CATION DOCUMENTS CITY PROJECT NO.02432,DOE NO.7-199 Fenn Rc,iwd 20120120 Moat CMAR PROPOSAL ' lam' SECTION 00 42 43 f34 7 Project 02432-Montgomery Street Improvements from IH-30 to Camp Bowie Boulevard UNIT PRICE PROPOSAL CMAR Application Project Item Information CMAR Proposal Item No, Description Specification Section No. Perforniance Bonded(Yes or No) Unit of Measure Quantity Unit Price Proposal Value UNIT 111-DRAINAGE $ - III-1 3341.0104 12"RCP,Class III 3341 10 Haydon Yes LF 10.00 $ 143.31 $ 1,433.10 111-2 3341.0201 21"RCP,Class III 3341 10 Haydon Yes LF 1,179.00 $ 91.77 $ 108,196.83 III-3 3341.0202 21"RCP,Class IV 3441 10 Haydon Yes LF 52.00 $ 99.06 $ 5,151.12 111-4 3341.0205 24"RCP,Class III 3341 10 Haydon Yes LF 1,932.00 $ 82.36 $ 159,119.52 III-5 3341.0302.30"RCP,Class III 3341 10 Haydon Yes LF 252.00 $ 100.35 $ 25,288.20 111-6 3341.0309 36"RCP,Class III 3341 10 Haydon Yes LF 183.00 $ 144.15 $ 26,379.45 III-7 3341.0402 42"RCP,Class III 3341 10 Haydon Yes LF 350.00 $ 175.42 $ 61,397.00 111-8 3341.0409 48"RCP,Class III 3341 10 Haydon Yes LF 756.00 $ 186.29 $ 140,835.24 111-9 3341.0502 54"RCP,Class 111 3341 10 Haydon Yes LF 588.00 $ 225.99 $ 132,882.12 III-10 3341.1304 6x5 Box Culvert 3341 10 Haydon Yes LF 201.00 $ 340.61 $ 68,462.61 III-11 3341.1305 6x6 Box Culvert 3341 10 Haydon Yes LF 32.00 $ 439.98 $ 14,079.36 111-12 3349.0001 4'Storm Junction Box 334910 Haydon Yes EA 1.4.00 $ 5,422.91 $ 75,920.74 III-13 3349.0002 5'Storm Junction Box 334910 Haydon Yes EA 3.00 $ 5,404.36 $ 16,213.08 III-14 3349.0003 6'Storm Junction Box 33 49 10 Haydon Yes EA 4.00 $ 8,102.21 $ 32,408.84 III-15 3349.0005 8'Storm Junction Box 33 49 10 Haydon Yes EA 1.00 $ 16,700.75 $ 16,700.75 111-16 3349.0006 6x8'Storm Junction Box 334910 Haydon Yes EA 2.00 $ 13,701.34 $ 27,402.68 III-17 3349.0104 4'Stacked Manhole 344910 Haydon Yes EA 1.00 $ 14,994.30 $ 14,994.30 III-18 3349.0106 Manhole Steps 334910 Haydon Yes EA 22.00 $ 69.23 $ 1,523.06 III-19 TXDOT Standard-10'Open Back Curb Inlet(CI(4)(OB)TXDOT 465 Haydon Yes EA 1.00 $ 6,515.87 $ 6,515.87 III-20 3349.5001 10'Curb Inlet 33 49 20 Haydon Yes EA 4.00 $ 5,644.06 $ 22,576.24 III-21 3349.5002 15'Curb Inlet 33 49 20 Haydon Yes EA 5.00 $ 7,751.81 $ 38,759.05 111-22 3349.5003 20'Curb Inlet 33 49 20 Haydon Yes EA 8.00 $ 10,056.72 $ 80,453.76 111-23 3349.5003A 25'Curb Inlet 334920 Haydon Yes EA 1.00 $ 11,898.69 $ 11,898.69 111-24 3349.5004 30'Curb Inlet 33 49 20 Haydon Yes EA 2.00 $ 13,949.98 $ 27,899.96 111-25 3349.5005 35'Curb Inlet 33 49 20 Haydon Yes EA 1.00 $ 16,257.67 $ 16,257.67 111-26 3349.5006 40'Curb Inlet 33 49 20 Haydon Yes EA 1.00 $ 18,745.19 $ 18,745.19 III-27 3349.5007 45'Curb Inlet 33 49 20 Haydon Yes EA $ - III-28 3349.5008 55'Curb Inlet 33 49 20 Haydon Yes EA $ - 111-29 3349.6001 10'Recessed Inlet 334920 Haydon Yes EA 9.00 $ 5,737.51 $ 51,637.59 III-30 3349.6002 15'Recessed Inlet 334920 Haydon Yes EA 11.00 $ 8,018.40 $ 88,202.40 111-31 3349.6003 20'Recessed Inlet 33 49 20 Haydon Yes EA 6.00 $ 10,464.20 $ 62,785.20 111-32 3349.6005 40'Recessed Inlet 33 49 20 Haydon Yes EA 1.00 $ 20,878.47 $ 20,878.47 111-33 3349.8001 10'Type 2 Inlet 33 49 20 Haydon Yes EA 6.00 $ 11,835.01 $ 71,010.06 111-34 3349.8002 15'Type 2 Inlet 33 49 20 Haydon Yes EA 3.00 $ 15,857.63 $ 47,572.89 III-35 3349.8003 20'Type 2 Inlet 33 49 20 Haydon Yes EA 2.00 $ 19,462.49 $ 38,924.98 III-36 9999.0300 Concrete Wye Connections 99 99 00 Haydon Yes EA 36.00 $ 725.71 $ 26,125.56 III-37 3305.0112 Concrete Collar(RCP and RCB Connection) 330517 Haydon Yes EA 8.00 $ 710.07 $ 5,680.56 111-38 3305.0116 Concrete Encasement for Utility Pipes 330510 Haydon Yes CY 5.00 $ 391.66 $ 1,958.30 111-39 3305.0109 Trench Safety 330510 Haydon Yes LF 5,302.00 $ 4.82 $ 25,555.64 111110 3305.0106 Manhole Adjustment,Major(Storm Drain) 330514 Haydon Yes EA 3.00 $ 9,889.41 $ 29,668.23 $ CITY OF FORT WORTH GMP01 MONTGOASRY STREET DPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUTENTS CITY PROJECT NO.02432.DOE NO.7389 F-RC\ixd 20120120 Mont CMAR PROPOSAL Jia SECTION 00 42 43 44 Project 02432-Montgomery Street Improvements from IH-30 to Camp Bowie Boulevard UNIT PRICE PROPOSAL CMAR Application Project Item Information CMAR Proposal Item No. Description Specification Section No. Performance Bonded(Yes or No) Unit of Measure Quantity Unit Price Proposal Value UNIT IV-PAVEMENT MARKING AND SIGNAGE $ IVA 3217.0001 4"SLD Pvmt Marking HAS(W) 321723 THM No LF 560.00 $ 0.44 $ 246.40 IV-2 3217.0002 4"SLD Pvmt Marking HAS(Y) 32 17 23 THM No LF 10,250,00 $ 0.44 $ 4,510.00 IV-3 3217.0003 4"BRK Pvmt Marking HAS(W) 32 17 23 THM No LF 2,410.00 $ 0.49 $ 1,180.90 IV-4 3217.0004 4"BRK Pvmt Marking HAS(Y) 32 17 23 THM No LF 880.00 $ 0.49 $ 431.20 IV-5 3217.0201 8"SLD Pvmt Marking HAS(W) 321723 THM No LF 1,940.00 $ 0.84 $ 1,629.60 IV-6 3217.0202 8"SLD Pvmt Marking HAS(Y) 32 17 23 THM No LF 110.00 $ 0.84 $ 92.40 IV-7 3217.0203 8"DOT Pvmt Marking HAS(W) 32 17 23 THM No LF 130.00 $ 1.49 $ 193.70 IV-8 3217.0301 12"SLD Pvmt Marking HAE(W) 32 17 23 THM No LF 1,390.00 $ 3.10 $ 4,309.00 IV-9 3217.0501 24"SLD Pvmt Marking HAE(W) 32 17 23 THM No LF 910.00 $ 6.00 $ 5,460.00 IV-10 3217.1002 Lane Legend Arrow 321723 THM No E4 13.00 $ 119.00 $ 1,547.00 IV-11 3217.1003 Lane Legend DBL Arrow 321723 THM No EA 3.00 $ 134.00 $ 402.00 IV-12 3217.1004 Lane Legend Only 32 17 23 THM No EA 14.00 $ 129.00 $ 1,806.00 IV-13 3217.1007 Lane Legend Sharrow 321723 THM No EA 34.00 $ 100.00 $ 3,400.00 IV-14 3217.2102 REFL Raised Marker TY I-C 321723 THM No EA 340.00 $ 3.49 $ 1,186.60 IV-15 3217.2103 REFL Raised Marker TY II-A-A 321723 THM No EA 180.00 $ 3.49 $ 628.20 IV-16 3217.5001 Curb Address Painting 32 17 25 THM No EA 12.00 $ 50.00 $ 600.00 IV-17 3441.4002 Furnish/Install Alum Sign Ground Mount 34 41 30 Bean No EA 4.00 $ 871.80 $ 3,487.20 IV-18 3441.4003 Furnish/install Alum Sign Ground Mount 3441 30 Bean No EA 22.00 $ 461.54 $ 10,153.88 IV-19 TXDOT Standard-PAV SURF PREP FOR MRK TXDOT 678 THM No LF 1,680.00 $ 1.00 $ 1,680.00 IV-20 TXDOT Standard-PAV SURF PREP FOR MRK TXDOT 678 THM No E4 4.00 $ 85.00 $ 340.00 IV-21 TXDOT Standard-REFL PAV MRK TY I TXDOT 666 THM No LF 80.00 $ 0.49 $ 39.20 IV-22 TXDOT Standard-REFL PAV MRK TY I TXDOT 666 THM No LF 550.00 $ 0.44 $ 242.00 IV-23 TXDOT Standard-REFL PAV MRK TY I TXDOT 666 THM No LF 550.00 $ 0.84 $ 462.00 IV-24 TXDOT Standard-REFL PAV MRK TY I TXDOT 666 THM No LF 90.00 $ 1.49 $ 134.10 IV-25 TXDOT Standard-REFL PAV MRK TY 1 TXDOT 666 THM No LF 510.00 $ 6.00 $ 3,060.00 IV-26 TXDOT Standard-REFL PAV MRK TY I TXDOT 666 THM No E4 3.00 $ 119.00 $ 357.00 IV-27 TXDOT Standard-REFL PAV MRK TY i(W)(DBL TXDOT 666 THM No EA 4.00 $ 134.00 $ 536.00 IV-28 TXDOT Standard-REFL PAV MRK TY I TXDOT 666 THM No EA 3.00 $ 129.00 $ 387.00 IV-29 TXDOT Standard-REFL PAV MRKR TY II-A-A TXDOT 672 THM No EA 44.00 $ 3.49 $ 153.56 IV-30 TXDOT Standard-REFL PAV MRKR TY I-C TXDOT 672 THM No EA 7.00 $ 3.49 $ 24.43 UNIT V-TRAFFIC SIGNALS $ V-1 2605.0111 Furnish/Install Elec Sery Pedestal 26 05 00 Bean Yes EA 1.00 $ 5,641.03 $ 5,641.03 V-2 2605.3015 2"CONDT PVC SCH 80(T) 26 05 33 Bean Yes LF 14.00 $ 10.26 $ 143.64 V-3 2605.3025 3"CONDT PVC SCH 80(T) 26 05 33 Bean Yes LF 668.00 $ 11.28 $ 7,535.04 V-4 2605.3026 3"CONDT PVC SCH 80(B) 26 05 33 Bean Yes LF 496.00 $ 15.38 $ 7,628.48 V-5 260_5.3033 4"CONDT PVC SCH 80(T) 26 05 33 Bean Yes LF 120.00 $ 15.38 $ 1,845.60 V-6 3441.1001 3-Sect Signal Head Assmbly 3441 10 Bean Yes EA 27.00 $ 871.79 $ 23,538.33 V-7 3441.1002 4-Sect Signal Head Assmbly 3441 10 Bean Yes EA 5.00 $ 974.36 $ 4,871.80 V-8 3441.1003 5-Sect Signal Head Assmbly 344110 Bean Yes EA 1.00 $ 1,076.92 $ 1,076.92 V-9 3441.1011 Ped Signal Head Assmbly 3441 10 Bean Yes EA 28.00 $ 666.67 $ 18,666.76 V-10 3441.1031 Audible Pedestrian Pushbutton Station 3441 10 Bean Yes EA 12.00 $ 1,179.49 $ 14,153.88 V-11 3441.1215 Furnish/Install Hybrid Detection System 3441 10 Bean Yes APR 14.00 $ 7,538.46 $ 105,538.44 V-12 3441.1217 Furnish/Install Hybrid Detection Cable 3441 10 Bean Yes LF 2,994.00 $ 2.82 $ 8,443.08 V-13 3441.1221 Furnish/Install Model 721 Preemption 3441 10 Bean Yes EA 4.00 $ 871.80 $ 3,487.20 V-14 3441.1226 Furnish/Install Model 722 Preemption 3441 10 Bean Yes EA 3.00 $ 974.36 $ 2,923.08 V-15 3441.1224 Furnish/Install Preemption Cable 3441 10 Bean Yes LF 2,168.00 $ 1.49 $ 3,230.32 V-16 3441.1310 4/C 14 AWG Multi-Conductor Cable 3441 10 Bean Yes LF 190.00 $ 1.13 $ 214.70 V-17 3441.1311 5/C 14 AWG Multi-Conductor Cable 3441 10 Bean Yes LF 599.00 $ 1.28 $ 766.72 V-18 3441.1312 7/C 14 AWG Multi-Conductor Cable 3441 10 Bean Yes LF 343.00 $ 1.59 $ 545.37 V-19 3441.1315 20/C 14 AWG Multi-Conductor Cable 3441 10 Bean Yes LF 2,471.00 $ 4.10 $ 10,131.10 V-20 3441.1322 3/C 14 AWG Multi-Conductor Cable 34 41 10 Bean Yes LF 5,600.00 $ 1.03 $ 5,768.00 V-21 3441.1408 NO 6 Insulated Elec Condr 3441 10 Bean Yes LF 42.00 $ 1.54 $ 64.68 V-22 3441.1409 NO 8 Insulated Elec Condr 3441 10 Bean Yes LF 3,368.00 $ 1.28 $ 4,311.04 V-23 3441.1411 NO 12 Insulated Elec Condr 3441 10 Bean Yes LF 272.00 $ 0.77 $ 209.44 V-24 3441.1414 NO 8 Bare Elec Condr 3441 10 Bean Yes LF 1,556.00 $ 1.28 $ 1,991.68 V-25 3441.1503 Ground Box Type D,w/Apron 3441 10 Bean Yes EA 9.00 $ 769.23 $ 6,923.07 V-26 3441.1603 Furnishtinstall 10'--14'Ped Pole Assmbly 3441 10 Bean Yes EA 6.00 $ 923.08 $ 5,538.48 V-27 3441.1611 Furnish/Install Type 41 Signal Pole 3441 10 Bean Yes EA 6.00 $ 4,246.15 $ 25,476.90 V-28 3441.1613 Furnish/install Type 43 Signal Pole 3441 10 Bean Yes EA 2.00 $ 6,232.82 $ 12,465.64 V-29 3441.1623 Furnish/Install Mast Arm 16'-36' 3441 10 Bean Yes EA 6.00 $ 2,187.69 $ 13,126.14 V-30 3441.1624 Furnish/Install Mast Arm 40'-48' 3441 10 Bean Yes EA 2.00 $ 4,205.13 $ 8,410.26 V-31 3441.1646 Furnish/Install Type 33B Arm 34 41 20 Bean Yes EA 8.00 $ 358.98 $ 2,871.84_ V-32 3441.1701 TY 1 Signal Foundation 3441 10 Bean Yes EA 6.00 $ 974.36 $ 5,846.16 V-33 3441.1703 TY 3 Signal Foundation 3441 10 Bean Yes E4 6.00 $ 1,897.44 $ 11,384.64 V-34 3441.1704 TY 4 Signal Foundation 3441 10 Bean Yes EA 2.00 $ 3,076.93 $ 6,153.86 V-35 3441.1741 Furnish/Install 3521 Controller Cabinet 3441 10 Bean Yes EA 1.00 $ 17,653.33 $ 17,653.33 V-36 3441.4001 Furnish/Install Alum Sign Mast Arm Mount 34 41 30 Bean Yes EA 17.00 $ 564.10 $ 9,589.70 V-37 3441.4005 Install Alum Sign Mast Arm Mount 34 41 30 Bean Yes EA 4.00 $ 358.98 $ 1,435.92 V-38 TXDOT Standard-416 2032-DRILL SHAFT(TRF SIG TXDOT 416 Bean Yes EA 1.00 $ 5,333.33 $ 5,333.33 V-39 TXDOT Standard-686 2143-INS TRF SIG PL AM(S) TXDOT 686 Bean Yes EA 1.00 $ 11,584.62 $ 11,584.62 VA0 TXDOT Standard-687 6001-PED POLE ASSEMBLY TXDOT 687 Bean Yes EA 1.00 $ 1,871.79 $ 1,871.79 V-41 TXDOT Standard-681 6001-TEMP TRAF SIGNALS TXDOT 681 Bean Yes EA 2.00 $ 30,769.23 $ 61,538.46 CITY OFFORT WORTH OMP01 MONTGOMERY STREET UAPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CRY PROJECTNO.02432.DOE NO.7-199 Fon.Rnisd 20120120 nlom CHAR PROPOSAL SECTION 00 42 43 Project 02432-Montgomery Street Improvements from IH-30 to Camp Bowie Boulevard UNIT PRICE PROPOSAL CMAR Application Project Item Information CMAR Proposal Item No. Description Specification Section No. Performance Bonded(Yes or No) Unit of Measure Quantity Unit Price Proposal Value UNIT VI-ILLUMINATION $ - VIA 3441.3342 Rdwy Ilium 7Y 18 Pole 344120 Bean Yes EA 40.00 $ 2,784.62 $ 111,384.80 VI-2 3441.1632 Install Type 33A Arm 34 41 20 Bean_ Yes EA 40.00 $ 358.97 $ 14,358.80_ VI-3 3441.3051 FurnishlInstall LED Lighfing Fixture(137 34 41 20 Bean Yes EA 50.00 $ 871.79 $ 43,589.50 V14 3441.3302 Rdwy Illum Foundation TY 3,5,6,and 8 34 41 20 Bean Yes EA 42.00 $ 1,297.44 _$ 54,492.48 VI15 3441.3303 Rdwy Illum Foundation TY 7 34 41201 Bean Yes EA 74.00 $ 974.36 $ 72,102.64 VI-6 3441.1502 Ground Box Type B,w/Apron 34 41 10 Bean Yes EA 49.00 $ 666.67 $ 32,666.83 VI-7 3441.1504 Ground Box Type AS(TxDOT),w/Apron 34 41 10 Bean Yes EA ZERO $ 3,569.74 $ - VI-8 3441.1771 Traffic Meter Pedestal 3441 10 Bean Yes EA 2.00 $ 5,641.03 $ 11,282.06 VI-9 3441.6003 Light-Photo-Cell Contact Closure Circuit 34 41 20 Bean Yes EA 1.00 $ 3,323.08 $ 3,323.08 VI-10 3441.3502 Relocate Street Light Pole 34 41 20 Bean Yes EA 3.00 $ 358.98 $ 1,076.94 VI-11 2605.3015 2"CONDT PVC SCH 80(T) 26 05 33 Bean Yes LF 19,298.00 $ 8.21 _$ 158,436.58 VI-12 2605.3025 3"CONDT PVC SCH 80(T) 26 05 33 Bean Yes LF 416.00 $ 15.38 $ 6,398.08 VI-13 2605.3026 3"CONDT PVC SCH 80(B) 26 05 33 Bean Yes LF 228.00 $ 15.38 $ 3,506.64 VI-14 3441.3404 2-2-2-4 Quadplex Alum Elec Conductor 34 41 20 Bean Yes LF 9,365.00 $ 3.08 $ 28,844.20 VIA 5 3441.3406 3#3/0 CU,#6 Grid XHHW 34 41 20 Bean Yes LF 80.00 $ 1.54 $ 123.20 VI-16 3441.34074#1 AL XHHW Alum 344120 Bean Yes LF 228.00 $ 1.49 $ 339.72 UNIT IX-LANDSCAPE AND IRRIGATION IX-1 3292.0100 Block Sod Placement 329213 Greenscape Yes SY 5,700.00 $ 3.26 $ 18,582.00 IX-2 3293.0103 Plant 3"Tree(Including Mulch and Tree 32 93 43 Greenscape Yes EA 95.00 $ 629.74 $ 59,825.30 IX-3 3293.0107 Plant Shrub#3 Class(Including Mulch) 32 93 43 Greenscape Yes EA 100.00 $ 30.77 $ 3,077.00 IX4 3293.0108 Plant Shrub#1 Class(Including Mulch) 32 93 43 Greenscape Yes EA 5.72.00 $ 14.36 $ 8,213.92 IX-5 3293.0109 Evergreen Screening Shrub 39 93 43 Greenscape Yes EA 14.00 $ 428.72 $ 6,002.08 IX-6 3215.0100 Decomposed Granite(4")(Including 321501 Greenscape Yes SF 4,200.00 $ 2.46 $ 10,332.00 IX-7 9999.0906 Steel Bench 99 99 99 Greenscape Yes EA 10.00 $ 1,928.21 $ 19,282.10 IX-8 3214.0100 Sidewalk Pavers(Including Sand Bed and 321417 Greenscape Yes SF 6,000.00 $ 12.00 $ 72,000.00 IX-9 3214.0101 Crosswalk Pavers (including Sand Bed 321417 Greenscape Yes SF 7,8_70.00 $ 9.48 $ 74,607.60 IX-10 3284.0100 Irrigation 32 84 23 Greenscape Yes LS 1.00 $ 56,307.69 $ 56,307.69 IX-11 9999.0901 Repair Existing Irrigation 99 99 99 Greenscape Yes LS 1.00 $ 59 076.92 $ - 59,076.92 UNIT X-FRANCHISE UTILITY X-1 9999.1000 Underground Vault,Precast Concrete or 99 99 99 Bean _ Yes EA WOO $ 3,769.23 $ 52,769.22 X-2 9999.1001 Underground Vault,Pre cast_Concrete or 99 99 99 Bean Yes EA 16.00 $ 5,923.08 $ 94,769.28 X-3 9999.1002 Equipment Pad for Power Supply Pedestal, 99 99 99 Bean Yes EA 3.00 $ 1,345.64 $_ 4,036.92 X-4 9999.1003 Equipment Pad for Amplifier_Pedestal or 999999 Bean Yes EA 2.00 $ 1,076.92 $ 2,153.84 X-6 2605.3031 4"Conduit Riser(PVC SCH 80)at Existing 26 05 33 Bean Yes EA 28.00 $ 666.67 $ 18,666.76 X-7 3441.3337 Furnish/Install 36 Wood Light Pole(Class 34 41 20 Bean Yes EA 7.00 $ 1,230-77 $ 8,615.39 35'Wood Ut X 8 9999.1004 Remove ility Pole(Class 5) 99 99 99 Bean Yes _ EA 5.00 $ 666.67 $ 3,333.35 - - - - - -- - X-9 2605.3001 1 1/4"Conduit,PVC SCH 80(T) 26 05 33 Bean Yes LF 8,074.00 $ 9.23 $ 74,523.02 _ X-10 2605.3033 4"Conduit,PVC-SCH-80(T) 26 05 33 Bean Yes _ LF 19,928.00 $ 12.31 $ _245,313.68 X-11 2605.3034 4"Conduit,PVC SCH 80(B) 260533 Bean Yes LF ZERO $ 20.51 $ - X-12 9999.1005 Pull Cord(2,500 LB)(For 4"Conduit) 99 99 99 Bean Yes _LF_ 19,928.00 $ 5.13 $ 102,230.64 X-13 9999.1006 Private Service(Trench and Pavement 99 99 99 Bean Yes LF 950.00 $ 46.15 $ 43,842.50 X-14 2605.3005A 1 1/4"Conduit,SDR 11,Black with Stripe 26 05 33 Bean Yes LF 6,672.00 $ 9.23 $ 61,582.56 X-15 2605.30056 2-1 1/4"Conduit,SDR 11,Black with 26 05 33 Bean Yes LF 260.00 $ 25.64 $ 6,666.40 X-16 9999.1007 Underground Vault,Quartzite,30"x48'S36", 99 99 99 Bean Yes EA 6.00 $ 2,584.62 $ 15,507.72 A Subtotal-Work Item Direct Costs $8,878,018.66 General Conditions Months 19.50 $ 49,716.00 $ 969,462.00 B Subtotal-Add'I Direct Costs $ 9,847,480.65 General Liability,Auto Insurance,etc...(.88%of C) 0.88% $ 86,657.83 General Contractor's Bond(.9%of C) % 0.90% $ 88,627.33 C Subtotal-Bond/insurance $10,022,765.80 Contractor's Fee(8%of C) % 8.00% $ 801,821.26 D Subtotal-Fee $10,824,587.06 Contractor's Contingency % 2.4% $ 254,377.80 E ISubtotal- Contingency $11,078,964.86 F GMP-Transportation Scope Only $11,078,964.86 UNIT VII-WATER VII-1 3311.0551 16"DIP Water 3311 10 Haydon Yes LF 505.00 $ 100.67 $50,838.35 VII22 _3311.0554 16"DIP Water(Restrained Joints) 3311 10 Haydon Yes LF_ 2,075.00 s 115.63 $239,932.25 VII-3 3311.0454 12"DIP Water(Restrained Joints) 331110 Haydon Yes _ LF -_ 55.00 $ 140.28 __ $7,715.46 VIII 3311.0261 8"PVC Water Pipe 3311 12 _ Haydon Yes LF 1,095.00 s 81.67 $89,428.65 VII-5 3311.0161 6"PVC Water Pipe 3311 12 Haydon Yes LF 205.00 $ 97.18 $19,921.96 VIM 3311.0061 4"PVC Water Pipe 33 11 12 Haydon Yes LF 10.00 s 141.06 $1,410.60 VII-7 3331.4115 8"Sewer Pipe 3311 10,33 31 12,33 3120 Haydon Yes LF 85.00 S 75.93 _ $6,454.05 VII-8 0241.1205 6"WaterAbandonment Plug 024114 Haydon Yes EA 5.00 $ 357.96 _ $1,789.80 VII-9 0241.1205 8"Water Abandonment Plug 02 41 14 Haydon Yes EA 2.00 $ 390.79 __ _ $781.58 VII-10 0241.1205 12"Water Abandonment Plug 02 41 14 Haydon Yes EA 6.00 $ 460.86 $2,765.16 CRY OF FORT WORTH GMP01 MONTGOMERY STREET IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUKIENTS CRY PROJECT NO.02432.DOE NO.7-189 F-Re,iscd 20120120 Monro CMAR PROPOSAL SECTION 00 42 43 (OIs Project 02432-Montgomery Street Improvements from IH-30 to Camp Bowie Boulevard V UNIT PRICE PROPOSAL CMAR Application Project Item Information CMAR Proposal Item No. Description Specification Section No. Performance Bonded(Yes or No) Unit of Measure Quantih, Unit Price Proposal Value VII-11 0241.1302 Remove 6"Water Valve 0241 14 Haydon Yes EA 6.00 $ 499.19 $2,995.14 VII-12 0241.1303 Remove 8"Water Valve 0241 14 Haydon Yes EA 4.00 $ 499.19 $1,996.76 VII-13 0241.1305 Remove 12"Water Valve 0241 14 Haydon Yes EA 6.00 $ 499.19 $2,995.14 VII-14 3201.0113 6'Wide Asphalt Pvmt Repair,Residential 3201 17 Haydon Yes LF 375.00 $ 73.77 $27,663.75 VII-15 3201.0614 Conc Pvmt Repair,Residential 32 01 29 Haydon Yes SY 325.00 $ 89.47 $29,077.75 VII-16 3292.0400 Seeding,Hydromulch _ 32 92 13 Haydon Yes SY 10.00 $ 40.00 $400.00 VII-17 3304.0002 Cathodic Protection 33 04 12 Haydon Yes LS 1.00 $ 50,758.69 $50,758.69 VII-18 3304.0101 Temporary Water Services 33 04 30 Haydon Yes LS 1.00 $ 33,819.07 $33,819.07 VII-19 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 Haydon Yes EA 4.00 s 1,559.73 $6,238.92 VII-20 3305.0109 Trench Safety 33 05 10 Haydon Yes LF 4,020.00 s 3.97 $15,959.40 VII-21 3305.0110 Utility Markers 33 05 26 Haydon Yes LS 1.00 $ 1,000.00 $1,000.00 VII-22 3311.0011 Ductile Iron Water Fittings 3311 11 Haydon Yes TON 12.50 $ 3,513.30 $43,916.25 VII-23 3312.0001 Fire Hydrant 331240 Haydon Yes EA 11.00 $ 3,91535 $43,068.85 VII-24 3312.0101 Conection to Existing 4"Water Main 331225 Haydon Yes EA 1.00 $ 956.14 $956.14 VII-25 3312.0102 Conection to Existing 6"Water Main 331225 Haydon Yes EA 7.00 s 996.04 $6,972.28 VII-26 3312.0103 Conection to Existing 8"Water Main 331225 Haydon Yes EA 5.00 $ 1,064.29 $5,321.45 VII-27 3312.0105 Conection to Existing 12"Water Main 33 12 25 Haydon Yes EA 2.00 $ 1,620.07 $3,240.14 VII-28 3312.0106 Connection to Existing 16"Water Main 33 12 25 Haydon Yes EA 3.00 $ 2,416.66 $7,249.98 VII-29 3312.1002 2"Combination Air Valve Assembly for 331230 Haydon Yes EA 1.00 $ 7,546.05 $7,546.05 VII-30 3312.2001 1"Water Service,Meter Reconnection 331210 Haydon Yes EA 24.00 $ 461.22 $11,069.28 VII-31 3312.2003 1"Water Service 331210 Haydon Yes EA 24.00 $ 2,005.59 $48,134.16 VII-32 3312.2004 1"Private Water Service 33 12 10 Haydon Yes LF 10.00 $ 271.77 $2,717.70 VII-33 3312.2101 1 1/2"Water Service,Meter Reconnection 331210 Haydon Yes EA 3.00 $ 446.59 $1,339.77 VII-34 3312.2103 1 1/2"Water Service 331210 Haydon Yes EA 3.00 s 2,329.00 $6,987.00 VII-35 3312.2104 1 1/2"Private Water Service 33 12 10 Haydon Yes LF 11.00 $ 96.42 $1,060.62 VII-36 3312.2201 2"Water Service,Meter Reconnection 331210 Haydon Yes EA 7.00 s 955.63 $6,689.41 VII-37 3312.2203 2"Water Service 33 12 10 Haydon Yes EA 7.00 $ 2,432.94 $17,030.58 VII-38 3312.2204 2"Private Water Service 331210 Haydon Yes LF 71.00 S 28.71 $2,038.41 VII-39 3312.3002 6"Gate Valve 331220 Haydon Yes EA 11.00 s 1,086.79 $11,954.69 VII40 3312.3003 8"Gate Valve 33 12 20 Haydon Yes EA 15.00 $ 1,442.74 $21,641.10 VII-41 3312.3005 12"Gate Valve 33 12 20 Haydon Yes EA 2.00 $ 2,429.18 $4,858.36 V1142 3312.3006 16"Gate Valve w/Vault 331220 Haydon Yes EA 4.00 s 11,639.44 $46,557.76 VII-43 3312.3102 6"Cut-in Gate Valve 331220 Haydon Yes EA 1.00 $ 2,497.33 $2,497.33 CITY OF FORT WORTH (31.41`01 MONTGOMERY STREET PAPROVEN¢NTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CRY PROJECT NO.02432.DOE N0.7399 Fonn Re iwd 20120120 "M"I CM1AR PROPOSAL SECTION 00 42 43 Project 02432-Montgomery Street Improvements from IH-30 to Camp Bowie Boulevard UNIT PRICE PROPOSAL CMAR Application Project Item Information CMAR Proposal Item No. Description Specification Section No. Performance Bonded(Yes or No) Unit of Measure Quantity Unit Price Proposal Value UNIT VIII-SANITARY SEWER VIII-1 3331.4317 24"Sewer Pipe 3331 20 Haydon Yes LF 90.00 $ 176.17 $15,855.30 VIII-2 3331.4225 18"Sewer Pipe 3331 20 Haydon Yes LF 435.00 $ 116.32 $50,599.20 VIII-3 3331.4223 16"DIP Sewer,CSS Backfill 3311 10 Haydon Yes LF 70.00 s 202.86 $14,200.20 VIII-4 3331.4115 8"Sewer Pipe 3311 10,33 31 12,33 31 20 Haydon Yes LF 215.00 $ 70.16 $15,084.40 VIII-5 3331.4119 8"DIP Sewer Pipe 3311 10 Haydon Yes LF 410.00 $ 80.44 $32,980.40 VIII-6 3331.4108 6"Sewer Pipe 3331 20 Haydon Yes LF 60.00 $ 89.88 $5,392.80 VIII-7 3331.4112 6"DIP Sewer Pipe 33 31 20 Haydon Yes LF 45.00 $ 135.49 $6,097.05 VIII-8 0241.2201 Remove 4'Sewer Manhole 0241 14 Haydon Yes EA 5.00 $ 1,434.72 $7,173.60 VIII-9 3301.0001 Pre-CCN Inspection 3301 31 Haydon Yes LF 1,420.00 s 2.00 $2,840.00 VIII-10 3301.0002 Post-CCTV Inspection 330131 Haydon Yes LF 1,310.00 s 2.00 $2,620.00 VIII-11 3301.0101 Manhole Vacuum Testing 3301 30 Haydon Yes EA 13.00 s 175.00 $2,275.00 VIII-12 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 Haydon Yes EA 1.00 s 1,559.74 $1,559.74 VIII-13 3305.0109 Trench Safety 33 05 10 Haydon Yes LF 1,310.00 s 7.19 $9,418.90 VIII-14 3305.0110 Utility Markers 33 05 26 Haydon Yes LS 1.00 $ 4,384.14 $4,384.14 VIII-15 3305.0112 Concrete Collar 330517 Haydon Yes EA 9.00 S 455.38 $4,098.42 VIII-16 3339.0001 Epoxy Manhole Liner 33 39 60 Haydon Yes VF 56.50 $ 165.00 $9,322.50 VIII-17 3331.3202 6"2-way Cleanout 3331 50 Haydon Yes EA 2.00 s 1,390.59 $2,781.18 VIII-18 3339.1001 4'Manhole 33 39 10,33 39 20 Haydon Yes EA 5.00 S 4,757.50 $23,787.50 VIII-19 3339.1003 4'Extra Depth Manhole 33 3910,33 39 20 Haydon Yes VF 4.00 $ 105.01 $420.04 VIII-20 3339.1004 4'Shallow Manhole 33 39 10,33 39 20 Haydon Yes EA 2.00 S 4,187.82 $8,375.64 VIII-21 3339.1101 5'Manhole 33 39 10,33 39 20 Haydon Yes EA 1.00 $ 5,103.99 $5,103.99 VIII-22 3339.1102 5'Drop Manhole 33 39 10,33 39 20 Haydon Yes EA 3.00 $ 6,684.61 $20,053.83 VIII-23 3339.1103 5'Extra Depth Manhole 33 3910,33 39 20 Haydon Yes VF 23.00 s 164.66 $3,787.18 A Subtotal-Work Item Direct Costs $ 1,145,000.68 General Conditions Months 4.00 $ 49,716.00 $ 198,864.00 B Subtotal-Add'I Direct Costs $ 1,343,864.68 General Liability,Auto Insurance,etc...(.88%of C) % 0.88% $ 11,826.01 General Contractors Bond(.9%of C) % 0.90% $ 12,094.78 C Subtotal-Bondiinsurance $ 1,367,785.47 Contractors Fee(8%of C) % 8.00% $ 109,422.84 D Subtotal-Fee $ 1,477,208.31 Contractors Contingency % 5.0% $ 73,860.42 E Subtotal- Contingency I $ 1,551,068.72 F GMP-Water and Sewer Scope Only S 1,551,088.72 Montgomery GMP-Total E12,630,033.58 Proposal Summary Base Proposal UNIT I-GENERAL UNIT II-PAVING UNIT III-DRAINAGE UNIT IV-PAVEMENT MARKING AND SIGNAGE UNIT V-TRAFFIC SIGNALS UNIT VI-ILLUMINATION UNIT VII-WATER UNIT VIII-SANITARY SEWER UNIT IX-LANDSCAPE AND IRRIGATION UNIT X-FRANCHISE UTILITY Total Base Proposal CITY OF FORT WORTH GMP01 MONTGOMERY STREET IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.02432.DOE NO.7389 Fmm Rc,iud 20120120 /2/V 1 7 E?.1 1L cl TAR PROPOSAL P SECTION 00 42 43 9 Eastern Arlington Heights UNIT PRICE PROPOSAL CMAR Application Project Item Infounation CMAR Proposal Item No. Description Specifialion Section No. Performance Bonded o(Yes or Unit of Measure Quantity Unit Prim Pmposal Value UNIT 1-Drainage 1 0171.0000 Construction Staking and Survey 01 71 23 Woody&McCler Yes LS 1 $ 16,216.91 $ 16,216.91 2 Mobilization Haydon Yes LS 1 $ 32,443.86 $ 32,443.86 3 0241.3001 Storm Line Grouting 02 41 14 Woody Yes CY 130 $ 263.42 $ 34,244.60 4 0241.3501 Remove Storm Junction Structure 02 41 14 Woody Yes LS 4 $ 911.86 $ 3,647.44 5 0241.0000 Remove 5'Curb Inlet 02 41 14 Woody Yes EA 2 $ 607.91 $ 1,215.82 6 0241.4001 Remove 101 Curb Inlet 02 41 14 Woody Yes EA 8 $ 810.54 $ 6,484.32 7 3125.0101 SWPPP>_1 acre 312500 Haydon No LS 1 $ 33,719.48 $ 33,719.48 8 3305.0109 Trench Safety 33 05 10 Woody Yes LF 2005 $ 1.01 $ 2,025.05 9 3341.0205 24"RCP,Class III 33 41 10 Woody Yes LF 195 $ 169.60 $ 33,072.00 10 3341.0302 30"RCP,Class ill 334110 Woody Yes LF 55 $ 187.89 $ 10,333.95 11 3341.0309 36"RCP,Class III 3341 10 Woody Yes LF 65 $ 225.73 $ 14,672.45 12 3341.0402 42"RCP,Class III 3341 10 Woody Yes LF _ 160 $ 261.20 $ 41,792.00 13 3341.0409 48"RCP,Class 111 3341 10 Woody Yes LF _ 65 $ 293.06 $ 19,046.90 14 3341.0602 60"RCP,Class 111 334110 Woody Yes LF 25 $ 386.17 $ 9,654.25 15 3341.1502 8x5 Box Culvert 33 41 10 Woody Yes LF 50 $ 906.79 $ 45,339.50 16 3341.2103 11x6 Box Culvert 33 41 10 Woody Yes LF 1715_ $ 1,108.35 $ 1,900,820.25 17 3349.0006 Storm Junction Structure(Box 1) 33 49 10 Woody Yes LS 1 $ 78,723.40 $ 78,723.40 18 3349.0003 B'Storm Junction Box 33 49 10 Woody Yes EA 3 $ 13,459.98 $ 40,379.94 19 3349.0104 4'Round Manhole Riser 33 49 10 Woody Yes EA 1 $ 2,127.66 $ 2,127.66 20 3349.0102 4'Manhole Riser 334910 Woody Yes FA 2 _ $ 3,748.74 $ 7,497.48 21 3349.5001 10'Curb Inlet 33 49 20 Woody Yes FA 8 $ 4,204.66 $ 33,637.28 22 _3349.5003 20'Curb Inlet 33 49 20 Woody Yes EA 6 $ 7,953.39 $ 47,720.34 23 3349.5004 30'Curb Inlet 33 49 20 Woody Yes EA 2 _$ 10,688.96 $ 21,377.92 24 3349.0000 49 Curb Inlet 334920 Woody Yes EA 2 $ 16,970.62 $ 33,941.24 25 3349.8004 30'Type 2 Inlet 33 49 20 Woody Yes EA 2 $ 25,481.26 $ 50,962.52 26 3349.0000 60'Open Back Inlet 33 49 20 Woody Yes EA 1 __ $ 34,447.82 $ 34,447.82 27 3471.0001 Traffic Control 3471 13 Woody Yes MO 8 __ $ 3,123.31 $. 24,986.48 28 9999.0001 Conduit Support Systems(30"WL) 99 99 01 Woody Yes LS 1 $ 5,572.00 $ 5,572.00 29 3301.0002 Post-CCN Inspection 33 0131 _ Woody __Yes LF _ 2330 $ __2.00 $ 4,660.00 UNIT II-PAVING $ 1 0241.0100 Remove Sidewalk 0241 13 McClendon Yes SF 900 $ 4.06 $ 3,654.00 2 0241.0300 Remove ADA Ramp 0241 13 McClendon Yes EA _ 5 $ 253.81 $ 1,269.05 3 0241.0401 Remove Concrete Drive 02 41 13 McClendon Yes SF 2660 $ 4.06 $ 10,799.60 4 0241.1000 Remove Conc Pvmt 02 41 15 McClendon Yes SY 1365 $ 15.23 $ 20,788.95 5 0241.1300 Remove Conc Curb&Gutter 02 41 15 McClendon Yes LF 1330 $ 7.11 $ 9,456.30 6 0241.1400 Remove Conc Valley Gutter 0241 15 McClendon Yes SY 40 $ 30.46 $. 1,218.40 7 0241.1700 Pavement Pulverization 02 41 15 McClendon Yes SY 3270 $ 11.17 $ 36,525.90 8 3110.0102 W-12"Tree Removal 31 1000 McClendon Yes EA 2 $ 329.95 $ 659.90 9 3110.0103 12"-18"Tree Removal 31 10 00 McClendon Yes EA 1 $ 659.90 $ _659.90 10 3110.0104 18"-24"Tree Removal 31 10 00 McClendon Yes EA 2 _ $ 1,218.28 $ 2,436.56 11 3123.0101 Unclassified Excavation by Plan 31 23 16 McClendon Yes CY 110 $ 253.81 $ 27,919.10 12 3124.0101 Embankment by Plan 31 24 00 McClendon Yes CY 30 $ 40.61 $ 1,218.30 13 3211.0111 4"Flexible Base,Type A,GR-1 32 11 23 McClendon Yes SY _105 $ 35.53 $ 3,730.65 14 3211.0112 8"Flexible Base,Type A.GR-1(Trench Repair) 32 11 23 McClendon Yes SY 2200 $ 10.13 $ 22,286_00 15 3211.0400 Hydrated Lime 32 11 29 McClendon Yes TN 80 $ 172.59 $ 13,807.20 16 3211.0501 6"Lime Treatment 32 11 29 McClendon Yes SY 3785 $ 8.38 $ 31 718.30 17 3211.0600 Cement 32 11 33 McClendon Yes TN _ 80 $ 178.68 $ 14 294.40 18 3212.0303 3"Asphalt Pvmt Type D 32 12 16 McClendon Yes SY _3270 _ $ 27.41 $ 89 630.70_ 19 3213.0101 6"Conc Pvmt 32 13 13 McClendon Yes SY 110 $ 63.96 $ 1,035.60 20 3213.0102 7"Conc Pvmt 32 13 13 McClendon Yes SY 3525 _ $ 65.48 $ 230,817.00 21 3213.0301 4"Conc Sidewalk 32 13 20 McClendon Yes SF 4170 $ 8.12 $ 33,860.40 22 3213.0311 4"Conc Sidewalk,Adjacent to Curb 32 13 20 McClendon Yes SF 990 _ $ 9.14 $ 9,048.60 23 3213.0401 6"Concrete Driveway 32 13 20 McClendon Yes SF 3425 _ $ 12.18 $ 41,716.50 24 3213.0501 Barrer Free Ramp,Type R-1 32 13 20 McClendon Yes EA 7 $ 1,827.41 $ 12,791.87 25 3213.0505 Barrier Free Ramp,Type M-3 32 13 20 McClendon Yes EA 1 $ 1,624.37 $ 1,624.37 26 3213.0506 Barrer Free Ramp,Type P-1 32 13 20 McClendon Yes EA 3 $ 1,624.37 $ 4,873.11 27 3216.0101 6"Conc Curb and Gutter 32 16 13 McClendon Yes LF 350 $ 50.76 $ 17,766.00 28 3216.0301 9"Conc Valley Gutter,Residential 32 16 13 McClendon Yes SY 110 $ 101.52 $ 11,167.20 29 3232.0100 Conc Ret Wall with Sidewalk,Face 32 32 13 McClendon Yes SF 200 $ 55.84 $ 11,168.00 30 3232.0101 Conc Ret Wall with Sidewalk,Sidewalk 32 32 13 McClendon Yes SF 745 $ 10.15 $ 7,561.75 31 3291.0100 Topsoil 329119 Greenscape No CY 225 $ 43.08 $ 9693.00 32 3292.0100 Block Sod Placement 32 92 13 Greenscape No SY 1335 $ 3.36 $ 4,485.60 33 3217.5001 Curb Address Painting 32 17 25 McClendon Yes EA 13 $ 25.36 $ 329.94 34 3441.4003 Fumish/Install Alum Sign Ground Mount City Std. 34 41 30 Haydon EA 1 $ 450.00 $ 450.00 35 9999.0002 Irrigation Adjustment Allowance 99 99 00 -- Greenscape_ Yes LS 1 _ $ 42,051.28 $ 42,051.28 UNIT ill-SEWER $ 1 3331.4115 8"Sewer Pipe 33 11 10,33 31 12,33 3120 Woody Yes LF 266 $ 166.16 $ 44,198.56 2 3331.4208 12"Sewer Pipe 3311 10,33 31 12,33 3120 Woody Yes LF 300 _ $ 146.91 $ 44,073.00 3 3331.4209 12"Sewer Pipe,Deep Trench Backfill 33 1110,33 31 12,33 3120 Woody Yes LF 410 $ 159.07 $ 65,218,70 4 3331.4213 12"DIP Sewer,CSS Backfill 33 11 10 Woody Yes LF 199 $ 299.90 $ 59,680.10 5 3305.0112 Concrete Collar 33 05 17 Woody Yes EA 4_ _ $ 810.54 $ 3,242.16 6 3339.1001 4'Manhole 33 39 10,33 39 20 Woody Yes EA _5 __ $ 8,105.37 $ 40 526.85 7 3339.1002 4'Drop Manhole 33 3910,33 39 20 Woody Yes EA _ 5 __ $ 13,677.81 $ 68,389.05 8 3339.1003 4'Extra Depth Manhole 33 3910,33 39 20 Woody Yes VF _104 _ $ 202.63 $ 21,073.52 9 3339.0001 Epoxy Manhole Liner 33 39 60 Woody Yes VF _ 166 _ $ 162.11 _$ 26,910.26 10 3331.3101 4"Sewer Service 33 31 50 Woody Yes FA 12 $ 2,330.29 $ 27,963.48 11 3331.3311 4"Sewer Service,Reconnection 33 31 50 Woody Yes EA 12 $ 303.95 $_- 3,647.40 12 3331.3105 4"Private Sewer Service 33 31 50 Woody Yes LF 100 _ $ 43.57 $ 4,357.00 CRT OF FORT WORTH GAIP01 AIOWGOSIERV STREET IAIPROVEAIENrS ST. DARDCONSrRUCDONSPECIFICATIONDOCUM CIYPROJECTNQ02411DOENO-711* F R11i d20120120 EVI C\I.Vt PROP05,1L SECTION 00 42 43 Eastern Arlington Heights UNIT PRICE PROPOSAL CMAR Application Project Item Infomlation CMAR Proposal Item No. Description Specification Section No. Pedrmcrnm Bonded(Yes or Unit of Measure Quantity Unit Prim Proposal Value 14 _0241.2001 Sanitary Line Grouting 0241 14 Woody Yes CY _ 21.7 $ 263.42 $ 5,716.21 _15__ 0241.2105 12"Sewer Abandonment Plug 0241 14 Woody Yes Fes, 3 __ $ 303.95 $ 911.85 16 _0241.2201 Remove 4'Sewer Manhole 0241 14 Woody Yes EA 3 $ 709.22 $ 2,127.66 17 _3301.0001 Pre-CCTV Inspection 33 01 31 Woody Yes LF 1245 $ 3.04 $ 3,784.80 18 3301.0002 Post-CCN Inspection 33 01 31 Woody Yes LF 1173 __ $ 2.03 $ 2,381.19 19 3301.0101 Manhole Vacuum Testing 33 01 30 Woody Yes FA 10 $ 177.31 $ 1,773.10 20 -3303.0001 Bypass Pumping 33 03 10 Woody Yes LS 1 $ 5,977.71 $ 5,977.71 21 _3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 Woody Yes FA 25 $ 506.59 $ 12,664.75 22 3305.0109 Trench Safety 33 05 10 Woody Yes LF 1173 _ $ 1.01 $ 1,184.73 23 3305.0110 Utility Markers 330526 Woody Yes LS 1 $ 303.95 $ 303.95 24 3305.0113 Trench Water Stops 33 05 15 Woody Yes EA 4 $ 405.27 $ 1,621.08 25 _3305.0202 Imported EmbedmenVBackfill,CSS 33 05 10 Woody Yes CY 100 $ 83.08 $ 8,308.00 26 3305.0203 Imported Embedment/Backfill,CLSM 33 05 10 Woody Yes CY 100 $ 101.32 $ 10,132.00 27 3305.0205 Imported Embedment/8ackfill,Fine Crushed Rock 33 05 10 Woody Yes CY _ 100 $ 37.49 $ 3,749.00 28 _3305.0206 Imported EmbedmenVBackfill,Acceptable Backfill 34 05 10 Woody Yes CY 200 $ 22.29 $ 4,456.00 29 3305.0207 Imported Embedment/Backfill,Select Fill 330510 Woody Yes CY 100 $ 24.32 $ 2,432.00 Power Pole Support Allowanoe/Manhole Reconfiguration _ ___ _ Woad Yes LS 1 $ 25,000.00 $ 25,000.00 UNIT IV-WATER $ 1 -3311.0241 8"Water Pipe 3311 10,33 11 12 Woody Yes LF 1175__ _ $ 58.76 $. 69,043.00 2 3311.0251 8"DIP Water 3311 10 Woody Yes LF 74 _ $ 72.95 $ 5,398.30 3 3305.2002 8"Water Carrier Pipe 33 05 24 Woody Yes LF _ 30 $ 60.79 $ 1,823,70 4 3312.3002 6"Gate Valve 33 12 20 Woody Yes EA 3 _ $ 861.20 $ 2_583.60 _ 5 _3312.3003 8"Gale Valve 33 12 20 Woody Yes E4 8 _ $ 1,416.44 $ 11,347.52 6_3305.1003 20"Casing By Open Cut 33 05 22 Woody Yes LF _ 30_ $ 167.17 $ 5,015.10 7 3312.0001 Fire Hydrant 331240 Woody Yes EA _ 3 $ 3,748.73 $. 11,246.19 8 _3312.0117 Connection to Existing 4"-12"Water Main 331225 Woody Yes E4 4 _ _ $ 3,546.10 $ 14,184.40 9 3312.2001 1"Water Service,Meter Reconnection 331210 Woody Yes FA __ 37 __ $ 405.27 $ 14,994.99 10 3312.2003 1"Water Service 33 12 10 Woody Yes EA 37 __ $ 1,215.81 $ 44,984.97 _ 11 3312.2004 1"Private Water Service 33 12 10 Woody Yes LF _ 40 _ $ 24.32 _$ 972.80 12 3304.0101 Temporary Water Services 33 04 30 Woody Yes LS 1 _ $ 23,333.33 $ 23,333.33 13 3201.0115 8'Wide Asphalt Pvmt Repair,Residential 3201 17 Woody Yes LF _ 26 $ 100.30 $ _ 2,607.80 14 0241.1218 4"-12"Water Abandonment Plug 0241 14 Woody Yes FA _11 _ $ 405.27 $ 4,457.97 15 0241.1302 Remove&Salvage 6"Water Valve 0241 14 Woody Yes E4 1 _ $ 75.99 $ 75.99 16 0241.1303 Remove&Salvage 8"Water Valve 0241 14 Woody Yes EA _2 __ $ 75.99 $ 151.98 17 0241.1001 Water Line Grouting 02 41 14 Woody Yes CY 5 $ 263.42 $_ 1,317.10 18 3311.0001 Ductile Iron Water Fittings 3311 11 Woody Yes TON 2 $ 7,092.20 $ 14,184.40 19 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 Woody Yes EA 21 _ $ 506.59 $ 10,638.39 20 _3305.0202 Imported EmbedmenVBackfill,CSS 33 05 10 Woody Yes CY 100 $ 83.08 $ 8,308.00 21 3305.0203 Imported Embedment/Backfill,CLSM 330510 Woody Yes CY 100 $ 101.32 _$ 10,132.00 _ 22 _3305.0205 Imported Embedmentf8ackfill,Fine Crushed Rock 33 05 10 Woody Yes CY 100 $ 37.49 $ 3_,749.00 23 _3305.0206 Imported Embedment/Backfill,Acceptable Backfill 34 05 10 Woody Yes CY 100 _ $ 22.29 $ 2,229.00 24 3305.0207 Imported Embedmenl/Backfill,Select Fill 330510 Woody Yes CY _ 100 _ $ 24.32 $ 2,432.00_ 25 3305.0109 Trench Safety 33 05 10 Woody Yes LF 1279 _ $ 1.01 $ _1,291.79 26_ 3305.0110 Utility Markers 330526 Woody Yes LS. _1 _ $ 304.00 $ 304.00 A Subtotal-Work Item Direct Costs $4,097,891.72 General Conditions Months 10.00 $ 10,000.00 $ 100,0_00.00_ 8 Subtotal-Add'I Direct Costs $ 4,197,891.72 General Liability,Auto Insurance,etc...(88%of C) % O.88% $ 36,941.45 General Contractors Bond(.9%of C) % 0.90% $ 37,781.03 C Subtotal-Bond/Insurance $ 4,272,614.20 Contractors Fee(8%of C) % 8.00% $ 341,809.14 D Subtotal-Fee $ 4,614,423.33 Contractors Contingency % 1.5% $ 69,216.35 E Subtotal-Contingency 1 1$ 4,683,639.68 F _ GMP EAH $ 4.663.839.66 CRY OF FORT WORTH GMP01 MONTGOMERY STREETIMPROVFMENFS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CIT PROJECT NO,02432.DOE NO.73V Fa R,i,,120120120 17.,l 20 1 7 � z Montgomery Street Clarifications 1. Cost of water meters, buy in fees,franchise fees, utility company charges, etc. are excluded. 2. Removal of utility wood poles. Only wood poles owned by City of Ft. Worth will be removed.A cost of$3,375 is included to remove 27 wood poles owned by the city. 3. Signal Poles & Mast Arms are bid as decorative—with the exception of the TxDOT signal at 1-30. 4. Bean Electrical will require material on hand payments for electrical items to secure pricing by purchasing items early on during construction. 5. All final backfill for the water, sewer&storm drain will be in accordance with section 35 05 10 acceptable backfill.All Cement Stabilized Sand, CLSM,and Select Fill is excluded. Cement Stabilized Sand backfill is only included in bid item#59 3331.4223 16" DIP Sewer, CSS Backfill. 6. The City of Ft.Worth is to provide a batch plant site on city property adjacent to the project for the duration of concrete paving activities for each phase.The plant will mobilize to the project not earlier than one week before paving operations and will de-mobilize within one week of the conclusion of paving operations.The plant will be mobilized four separate times in accordance with the phasing of the project. The plant will not be on-site during the holiday event moratorium defined within the CPM schedule. If a plant site is not provided the approximate increase cost to complete the entire project in ready mix is approximately$427,000. 7. There is no construction yard rental cost included in this GMP. The City of Ft. Worth is to provide a construction yard reasonably adjacent to the project at no cost to the project. However, all cost associated with setting up and maintaining the yard is included within the GMP (fence,office, utilities, etc). 8. Franchise Utility quantities are accounted for within the 4/17/17 GMP. However,the respective plans will not be available for the electrical subcontractor to review until 4/18/17. Haydon will coordinate with the electrical subcontractor and determine by 4/27/17 if there any discrepancies with the associated unit prices. 9. There are no allowance costs accounted for regarding the subgrade failure (at Bryce) issue identified on 4/13/17 by Kimley-Horn. If a specific allowance is determined,this will be provided by 4/27/17. 4/7-1/7,0 f"7 lac �-- Eastern Arlington Heights Clarifications 1. An allowance of$25,000 for pole support/sewer relocation for the utility pole at Sutter and the ally is included. 2. Cost of water meters, buy in fees,franchise fees,tap fees, etc are excluded 3. It is our intention to complete full concrete reconstruction of Bryce,Sutter, & Dorothy at the same time following all utility construction.The streets are short and only half width of the roadway will be poured at a time to allow resident access.Working these streets together will allow for continuous construction and minimize impact to the residence. 43 FORTIVORTH CITY OF FORT WORTH CMAR MBE UTILIZATION FORM City of Fort Worth accepts certified MBE fines from NCTRCA to address the stated CMAR MBE goal. Interested bidders must obtain MBE listings from the City of Fort Worth's M/WBE Office. PRIME COMPANY NAME:Haydon Building Corp CMAR BID DATE: February 23,2017 ADDRESS:4640 E COTTON GIN LOOP,PHOENIX,AZ 85040 NAME OF SOLICITATION:Montgomery St &Eastern Arlington PHONE/FAX:602-296-14961602-296-1457 Heights. CONTACT PERSON:Matt Carpenter EMAIL ADDRESS:mcarpenter@haydonbc.com MBE PARTICIPATION COMMITMENT PERCENTAGE:12.02% MBE GOAL: 12% Other than 1st Tier please provide the firm name and the tier level from whom the MBE firm will receiving payment for goods and/or services TIER MBE WEE NON-MBE AREA/DETAIL DETAIL SUPPLIES MBE FIRM? SUBCONTRACTOR/SUPPLIER SUBCONTRACTING WORK PURCHASED DOLLARAMOUNT LEVEL SUBS SUBS SUBS YES/NO Company Name C.Green Soaping,LP 1 x Address 8917 Cardinal Lane,North Richland Hills,TX 76180 Landscaping on Both Phone/Fax 817-577-92991817-577-9331 Montgomery&Eastern $346,352.00 Yes 2.00% Email: Arlington Heights dloucks reensca in .com Contact Person Cathleen Ruiz Green Company Name Bean Electrical 1 x Address 821 E.Enon,Everman,TX 76140 Phone/Fax 817-561-7400/817-561-7403 Electrical on Montgomery $1,722,214.65 No 9.94% Email: cbean 2bean electrical.com Contact Person Chip Bean Company Name Duran Industries,Inc.(2nd Tier to Bean) 2 x Address 504 Business Parkway,Richardson,TX 75081 Electrical Material Phone/Fax 972-238-7122/972-238-7123 Supplier on $169,190.00 Yes 0.97% Email: sales(o)durcanco.com Montgomery Contact Person Company Name A.E.A Transportation 1 x Address 2300 Valley View Lane,Suite 226,Irving,TX Yes Phone/Fax 972-255-7100/469-762-8063 Haul Off of Construction $145,000.00 0.83% Debris on Montgomery Email: aea alex(o),cnextplus.com Contact Person Alex Noriega Company Name Klutz Construction(Sub Directly to Haydon) 1 X Address 650 Tower Dr.Kennedale,TX 76060 Phone/Fax 817-561-5591/817-483-2048 Concrete Structures on Montgomery St $543,897.00 Yes 3.14% Email: charlie klutzconstruction.com Contact Person Charlie Klutz Respondents shall use this form to identify ALL subcontractors/suppliers,regardless of status;i.e.,Disadvantaged,Minority,Women and non-D/M/WBEs. List MBE firms first and copy this sheet to continue list. 17 j FORTWORTH CITY OF FORT WORTH CMAR MBE UTILIZATION FORM City of Fort Worth accepts certified MBE firms from NCTRCA to address the stated CMAR MBE goal. Interested bidders must obtain MBE listings from the City of Fort Worth's M/WBE Office. PRIME COMPANY NAME:Hayden Building Corp CMAR BID DATE: February 23,2017 ADDRESS:4640 E COTTON GIN LOOP,PHOENIX,AZ 85040 NAME OF SOLICITATION:Montgomery St &Eastern Arlington PHONE/FAX:602-296-14961602-296-1457 Heights. CONTACT PERSON:Matt Carpenter EMAIL ADDRESS:mcarpenter@haydonbc.com MBE PARTICIPATION COMMITMENT PERCENTAGE:12.02% MBE GOAL: 12% Other than 1st Tier please provide the firm name and the tier level from whom the MBE firm will receiving payment for goods and/or services TIER MBE WEE NON-MBE MBE FIRM? SUBCONTRACTORISUPPLIER AREA I DETAIL DETAIL SUPPLIES DOLLAR AMOUNT %OF LEVEL SUBS SUBS SUBS SUBCONTRACTING WORK PURCHASED YESINO WORK Company Name Woody Contractors 1 x Address 650 Tower Dr.Kennedale,TX 76060 Storm Drain,Water& Phone/Fax 817-483-4787/817-483-2048 Sewer on Eastern Arlington $2,451,815.00 No 14.16% Email: twood 2020 aol.com Heights Contact Person Troy Woody Company Name Klutz Construction 2nd Tier to Woody on EAH 2 X Address 650 Tower Dr.Kennedale,TX 76060 Concrete Structures on Phone/Fax 817-561-5591/817-483-2048 $345,100.00 Yes 1.99% Email: charlie klutzconstruction.com Eastern Arlington Heights Contact Person Charlie Klutz Company Name Lions ate Logistics 2nd Tier to Wood 2 X Address 2600 Timber Rd,Burleson,TX 76028 Hauling by Dump Truck on Phone/Fax 817-917-0668/NA Eastern Arlington Heights $151,000.00 Yes 0.87% Email: ti re24 icloud.com Contact Person Mario Martinez Company Name McClendon Construction 1 x Address PO Box 999,Burleson,TX 76097 Removals,Grading, Asphalt Paving,Concrete Phone/Fax 817-295-0066/ $677,823.00 No 3.91% Email: blair McClendon Construction Paving on Eastern Contact Person Justin Blair Arlington Heights Company Name J Rubio Trucking 2nd Tier to McClendon 2 X Address 9000 County Road 513,Alvardo TX 76009 Haul Off of Construction Phone/Fax 817 300-0128 Debris on Eastern Arlington $35,000.00 Yes 0.20% Email: juan.ru1bio2005CcDyahoo.corn Heights Contact Person Juan Rubio Respondents shall use this form to identify ALL subcontractors/suppliers,regardless of status;i.e.,Disadvantaged,Minority,Women and non-D/M/WBEs. List MBE firms first and copy this sheet to continue list. 3. 3 FORTWORTH CITY OF FORT WORTH CMAR MBE UTILIZATION FORM City of Fort Worth accepts certified MBE firms from NCTRCA to address the stated CMAR MBE goal. Interested bidders must obtain MBE listings from the City of Fort Worth's M/WBE a Office. PRIME COMPANY NAME:Haydon Building Corp CMAR BID DATE: February 23,2017 ADDRESS:4640 E COTTON GIN LOOP,PHOENIX,AZ 85040 NAME OF SOLICITATION:Montgomery St &Eastern Arlington PHONE/FAX:602.296-14961602-296-1457 Heights. CONTACT PERSON:Matt Carpenter EMAIL ADDRESS:mcarpenler@haydonbc.com MBE PARTICIPATION COMMITMENT PERCENTAGE:12.02% MBE GOAL: 12% Otherthan 1st Tier please provide the firm name and the tier level from whom the MBE firm will receiving payment for goods and/or services TIER MBE WBE NON-MBE AREA I DETAIL DETAIL SUPPLIES MBE FIRM? SUBCONTRACTOR/SUPPLIER DOLLARAMOUNT %OF LEVEL SUBS SUBS SUBS SUBCONTRACTING WORK PURCHASED YES/NO WORK Company Name JLB Contracting,LLC 1 X Address PO Box 24131,Ft.Worth,TX 76124 Lime Treatment,Asphalt& Phone/Fax 817-261-2991 Concrete Paving on $2,431,139.00 No 14.04% Email: rstinsorna'�lbcontractin .com Montgomery Street Contact Person Ron Stinson Company Name Address Phone/Fax Email: Contact Person Company Name Address PhonelFax Email: Contact Person Company Name Address Phone/Fax Email: Contact Person Company Name Address Phone/Fax Email: Contact Person Respondents shall use this form to identify ALL subcontractors/suppliers,regardless of status;i.e.,Disadvantaged,Minority,Women and non-D/M/WBEs. List MBE firms first and copy this sheet to continue list. 0 m z v c Y.i o 0 r ani c `^ 0 UD Q m � _ 7 N >• m � N O. (O «t - C U1 > G N L V a 11� f m alnnog dwe� alnaog dwe� o .3 N c ¢'3 rn eslni co0 0 z pyo;sued � � EOu04eM O a =LL o. o au!Ilsa�� to ° 3 C � a o ; wnggseN\ c AaljeH °n a Aal�eH Y « A a d ti iLj a E c CLc L Q alfa ejel o o Q a m a .a w 2 S' �alxaa °' Q v LL co C a�AaB a�Aag � v > v L v 0 c o m = z o 0 sja g Y r o o e 0. z v uapull oo O � L � Q U 7 � m poonnu!IloD ;- a 'E o v 0 odwe�13 - o •O Q o a o ; OulysJad a oyo . « . Vix O o vc E N c .� 3 « uewyaJlg N H o v 0 a � u E � Y ° aEv«° w > a A. z 0 c^° L ry .v O 3 ° 03 .3 0£-1 = a }^i a o c v n CL W E N v m c Q 3 O � 'X m o V E ' o A laans Jawooluovy s3y8iaH uolua!I�V :nE ry _ CAIAR PROPOSAL SECTION 00 42 43 Revised 6/I/20I7 GMP I Project 02432-Montgomery Street Improvements from IH-30 to Camp Bowie Boulevard UNIT PRICE PROPOSAL CMAR Application Project Item Information CMAR Proposal Item No. Description Specification Section No. Performance Bonded(Yes or No) Unit of Measure Quantity Unit Price Proposal Value UNIT I-GENERAL 1-1 0241.0100 Remove Sidewalk 02 41 13 Haydon Yes SF 46,3.9_0.00 $ 1.05 _$_ 46,709.50 I-20241.0300 Remove ADA Ramp 02 4113 Haydon Yes EA_ _ _ 37.00 $ 134.50 _$ 4,976.50 1-3 0241.0401 Remove Concrete Drive 0241 13 Haydon Yes SF 21,300.00 $ 2.00 $ 42,600.00 1-4 0241.0500 Remove Fence 0241 13 Haydon Yes LF _ 414.00 $ 9.59 $ 3,970.26 _ 1.5 0241.0600 Remove Will<4' 02 41 13 Haydon Yes LF 252.00 $ 17.39 _$ _4,382_28 I-6 0241.1000 Remove Cone Pvmt 0241 15 Haydon Yes SY 2,600.00 $ 17.55 $ 45,630.00 - - - - - 15 --- P --- - - - - - _I-7 0241.1100 Remove Asphalt Pvmt 02 41 15 -- ---_ TxOp Yes SY 36,980.00 $ 16.50 $ 610,170.00 1.8 0241.1200 Remove Brick Pvmt 0241 15 Haydon Yes SY 141.00 $ 11.54 $ --1,627.14 1-9 0241.1300 Remove Cone Curb&Gutter 0241 15 Haydon Yes LF 7,950.00 $ 2.97 $ 2 ,611.50 I-100241.1460 Remove Conc Valley Gutter 02 41 15 Haydon Yes SY 864.00 $ 12.21 $ 10,549.44 1-11 0241.1506 2'Surface Milling 02 41 15 Heydon Yes SY 2,410.00 $ 2.76 $ 6,651.60 - -- - - -- - - - - - - - ----- - - - - --- 2, - - 1-12 9999.0100 Remove Steel Bollard 99 99 99 Heydon Yes LS 6.00 $ 104.78 $ 625.08 1-13 0241.3001 Storm Line Grouting 02 41 14 - Haydon Yes CY 6.00 $ 468.70 $ 2,812.20 1-14 0241.3014 Remove 21'Storm Line 02 41 14 Heydon Yes LF_ 30.00 $ 32.96 $-_ 988.80_ -15 0241.3015 Remove 24'Storm in 0241 14 Haydon Yes LF 333.00 $ 21.59 $_ _7,189.47 -- -- ------ - -- - - - - - --- - - - - - - - 1-16 0241.3016 Remove 27'Storm Line 0241 14 Haydon Yes LF 105.00 $ 22.83 $ 2,397.15 I-17 0241.301 B Remove 33'Storm Line 0241 14 Haydon Yes LF 120.00 $ 21.09 $ 2,536.80 1-18 0241.3021 Remove 42'Storm Line 02 41 14 Ha don Yes LF ov48.00 $ 49.93 $ _2,396.64 1-19 0241.3023 Remove 48'Storm Line 02 41 14 Haydon Yes LF 500.00 $ 27.67 $ 13,835.00 1.20 0241.3103 21'Storm Abandonment Plug 62,V1 14 Haydon Yes EA - 2.00 $ 1,003.59 $ 2,007.18 I-21 0241.3401 Remove 4'Storm Junction Box 62 41-14 Haydon Yes EA 2.00 $ 1,667.80 $ 3,335.60 1-22 0241.3402 Remove 5'Storm Junction Box 0241 14 Haydon Yes EA 2.00 $ 1,667.80 $ _ 3,335.60 I-23 0241.4001 Remove 10'Curb Inlet 0241 14 Haydon Yes EA 18.00 $ 799.92 $ 14,398_56 ---- -- ----- - - - - - - -- ----- - - - - I-24 0241.4003 Remove 20'Curb Inlet 0241 14 Heydon Yes EA 3.00 $ 938.96 $ 2,816.88 1-25 0241.4004 Remove 30'Curb Inlet 02 41 14 Haydon Yes EA 1.00 $ 1,266.81 $ _ 1,266.81 1-26 3110.0101 Site Clearing 31 10 00 Heydon Yes LS -- 1.00 $ 30,542.84 $ 30,542.84 1-27 3110.0102 6'-72'Tree Removal 31 10 00 Haydon Yes EA 4.00 $ 704.38 $ 2,817.52 1-28 3110.0103 12'-18'Tree Removal 31 1000 Haydon Yes EA2.00 $ 1,202.33 _$ 2,4_04.66_ I-29 3110.0104 18'-24' Tree Removal 311000 Heydon Yes EA_ 1.00 $ 1,813.31 $ 1,813.31 1-30 9999.0101 Existing Tree Protection 6-9-99-99-- - Haydon Yes LS 1.00 $ 11,249.01 _$ 1.1,249.01 --- - - - ---- - - -- - - - - - -- - -- _ I-31 3123.0101 Unclassified Excavation by Plan 312316 - Haydon Yes CY 4,600.00 $ 16.29 $ 78,192.00 _ 1-32 3124.0101 Embankment by Plan- - 31 24 00 - Heydon Yes _CY 116.00.00 $ 7.55 $12,080.00 I-33 3125.0101 SWPPP>_1 acre31 25 00 Haydon No LS 1.00 $ 65,047.31 $ 65,047.31 ---- Kilt --- - --- ---- -- - - - - - - - - 1-34 Kilt 100 Topsoil 329119 Greenscape Yes CY 1,100.00 $ 42.05 $ 46,255.00 1-35 3305.0002 6-Waterline Lowering 33 05 12 Haydon Yes EA 3.00 $ 5,168.43 $ 15,505.29 1-36 3305.0003 8'Waterline Lowering 3305 12 Heydon Yes EA 2.00 $ 5,597.90 $ 11,195.80 -- ---- - - - --- ------- - - --------- --- --- --- 1-37 _ 3305.000_5 12"Waterline Lowering_ - 330512 Haydon Yes F1� _ - _2.00 $ 7,505.56 $ 15,011.12 I-38 0241.1510 Salvage Fire Hydrant 0241 14 Haydon Yes EA 4.00 $ 1,015.44 $ 4,061.76 1-39 3305.0101 Fire Hydrant Stem Extension 330514 Haydon Yes EA 4.00 $ 1,078.57 $ 4,314.28 _ 1-46 3312.2001 1'Water Service,Meter Reconnection 331210 Haydon Yes EA 16.00 $ 523.10 $ 8,369.60 3312.2003 1'waterService 331210 Haydon Yes EA 16.00 $ 1,616.67 $ 25,866.72 I-42 3312.2004 1'Private Water Seryice 331216 Heydon Yes LF 50.00 $ 66.07 _$ _3,303.50_ I-43 3305.0106 Manhole Adjustment,Major(Sanitary 33 05 14 - - Haydon Yes --- EA Too $ 2,456.85 $ - 17,211.95 _ I-44 3305.0107 Manhole Adjustment,Minor(Sanitary 33 05 14 Heydon Yes EA _ 15.00 $ 611.45 $_9,171.75 _ I45 -S3-05.011 1 Valve Box Adjustment 33 05 14 Haydon Yes EA _ 30.00 $ 426.68 $ 12,800.40_ 1-46 3312.3013 Water Gate Valve Vault Adjustment 33 1220 Haydon EA 6.00 $ 1,142.44 $ 6,854,64 I-47 3312.7063 3'Combination Air Valve Assembly for 3312 30 Heydon Yes EA 1.00 $ 10,089.67 $__10,089.67 _ 1-48__ 3441.2001 Salvage Traffic Signal _ - _ _ 34 41 13 _ __-_Bean __ Yes _ _ _ EA 1.00 $ 2,307.69 $ _2,307.6_9_ 1-49 3441.2002 DiQoseOfFull Traffic Signal _ 344173 Bean Yes LS _ 4.00 $ 2,307.69 $ - 9,230.76 - --- - - -- - - - -- _ I-50 3441.4108 Remove Sign Panel and Post 344130 Bean Yes _ EA 34.00 $ 44.96 $ 1,529.32_ 41.4110 Remove and Reinstall Sign Panel and Post 34 41 30 Bean Yes EA 45.00 $ 163.79 $ 7,370.55_ 34 1-52 3471.0001 Traffic Control 3471 13 - - Buyers No_ MO - _ 23.50 $ 10,537.35 $ 24716_27.73 I-53 9999.0102 Relocate Entrance Sign(STA.115+80) 99 9999 Haydon Yes _ EA _ 1.00 $ 537.44 $ 537.44 _1-54 9999.0103 Relocate Business Sign(STA.115+85) 999999 Hayden Yes EA 1.00 $ 3,500.00 $ 3,500_00 145 9999.0104 Steel Swing Gate(STA.140+00) 99 99 99 T-Bar Yes EA 1.00 $ 3,750.00 _$ 3,750.00 I-56 9999.0105 Relocate Steel Swing Gate(STA.154+10) 99 99 99 Haydon Yes EA _ 1.00 $ 1,183.85 $ 1,183.85 I-57 9999.0106 Relocate Business Sign(STA.154+40) 99 9999 Haydon Yes EA _ 1.00 $ 323.21 $ -323.21 1-58 9999.0107 Relocate Wayfinding Sign 99 99 99 Haydon Yes EA 2.00 $ 751.65 $ 1,503.30 MOBILIZATION Haydon Yes LS 1.00 $ 239,259.50 $ 239,259.50 Survey Haydon Yes LS 1.00 $ 129,845.62 $ 129,845.62 UNIT II-PAVING - $ II-1 3211.0400 Hydrated Lime 32 11 29 JLB Yes TN _74_5.00 $ 160.32 $ 119,438.40 II-2 3211.0501 6'Lime Treatment 32 11 29 JLB Yes_ _SY _ 2,490.00 $ 8.17 $ 20,343.30 II-3 3211.0502 8'Lime Treatment 32-11129 JLB Yes SY 35,230.00 $ 4.36 _$ 153,602.80 _ 11.4 3212.0401 HMAC Transition 321216 JLB Yes SY 620.00 $ 31.35 $ 19,437.00 11,5 3212.0302 2'Asphalt Pvmt Type D(Overlay) 331216 JLB Yes SY 2,410.00 $ 10.37 $- 24,991.70 II-6 3213.0102 7'Conc Pvmt 321313 _ JLB Yes SY -_ 2_,150.00 $ 65.77 $ _141,405.50 II-7 3213.0105 10'Conc Pvmt 32 1313 JLB Yes SY 32,380.00 $ 59.36 $ 1,922,076.80 CRY OPFURT WORTH GMP01 MONTGOMERY STREET IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROTECT NO.02432.DOE NO.7389 Fmm Reviwd 20120120 Mom CMAR PROPOSAL - V SECTION 00 42 43 Revised 6/1/2017 GMP I Project 02432-Montgomery Street Improvements from IH-30 to Camp Bowie Boulevard UNIT PRICE PROPOSAL CMAR Application Project Item Information CMAR Proposal Iteru No. Description Specification Section No. Performance Bonded(Yes or No) Unit of Measure Quantity. Unit Price Proposal Value - 1178 TXDOT Standard-10'Concrete Pavement TXDOT 360 JLB Yes SY 490.00 $ 93.40 $ 45,766.00 11-9 TXDOT Standard-4°Underlayment(Type D HMAC) TXDOT 340 JLB Yes SY 580.00 $ 20.49 $ 11,884.20 11-10 TXDOT Standard-8°Lime Stabilized Subgrade TXDOT 260 JLB Yes SY 580.00 $ 5.85 $ 3,393.00 11-11 TXDOT Standard-5°Concrete Sidewalk TXDOT 531 JLB Yes SF 400.00 $ 5.98 $ 2,392.00 11-12 TXDOT Standard-6°Concrete Driveway TXDOT 530 JLB Yes SF 230.00 $ 6.81 $ 1,566.30 11-13 3216.0302 11'Cone Valley Gutter,Arterial/Industrial 32 16 13 JLB Yes SY 50.00 $ 99.58 $ 4,979.00 11-14 3213.0302 5°Cone Sidewalk 32 13 20 New World No SF 26,500.00 $ 5.10 $ 135,150.00 11-15 3213.0303 6°Cone Sidewalk 32 13 20 New World No SF 36,700.00 $ 5.70 $ 209,190.00 11-16 9999.0200 Integral Color Concrete Sidewalk(5°) 99 99 99 Hayden Yes SF 104.00 $ 16.89 $ 1,756.56 11-17 9999.0201 Concrete Pad(Bus Shelter)(6') 666999 Hayden Yes SF 155.00 $ 8.24 $ 1,277.20 11-18 3137.0101 Concrete Riprap(6°) 31 37 00 Hayden Yes SY 70.00 $ 56.44 $ 3,950.80 11-19 3213.0401 6'Concrete Driveway 32 13 20 Hayden Yes SF 23_,200.00 $ 6.68 $ 154,976.00 II-20 3213.0504 Barrier Free Ramp,Type M-2 32 13 20 Haydon Yes EA 5.00 $ 1,328.50 $ 6,642.50 11-21 3213.0505 Barrier Free Ramp,Type M-3 32 13 20 Haydon Yes EA 2.00 $ 1,328.51 $ 2,657.02 11-22 3213.0506 Barrier Free Ramp,Type P-1 32 13 20 Haydon Yes EA 34.00 $ 1,228.50 $ 41,769.00 11-23 3213.0510 Barrier Free Ramp,Type C-3 321320 Haydon Yes EA 2.00 $ 1,328.51 $ 2,657.02 11-24 TXDOT Standard-Curb Ramp Type 1 TXDOT 531 Haydon Yes EA 1.00 $ 1,557.02 $ 1,557.02 II-25 TXDOT Standard-Curb Ramp Type 3 TXDOT 531 Haydon Yes EA 1.00 $ 1,128.51 $ 1,128.51 11-26 3232.0100 Cone Ret Wall with Sidewalk,Face 32 32 13 Haydon Yes SF 1,010.00 $ 40.45 $ 40,854.50 11-27 3232.0102 Cone Ret Wall with Sidewalk,Face(Stone 32 32 13 Haydon Yes SF 280.00 $ 107.61 $ 30,130.80 I1-28 3232.0101 Cone Ret Wall with Sidewalk,Sidewalk 32 32 13 Haydon Yes SF 2,900.00 $ 9.39 $ 27,231.00 II-29 3216.0101 6°Cone Curb and Gutter 321613 Haydon Yes LF 474.00 $ 21.14 $ 10,020.36 11-30 3216.0103 3°Conc Curb and Gutter 32 16 13 Haydon Yes LF 130.00 $ 19.01 $ 2,471.30 11-31 3216.0104 Cone Curb at Back of Sidewalk(Varied 32 16 13 Haydon Yes LF 740.00 $ 15.00 $ 11,100.00 11-32 3216.0105 6°Thickened Curb 32 16 13 Haydon Yes LF 610.00 $ 43.28 $ 26,400.80 11-33 3216.0106 3'Rollover Curb 32 16 13 Haydon Yes LF 90.00 $ 28.62 $ 2,575.80 11-34 9999.0202 Steel Bollard with Sleeve 99 99 99 Haydon Yes EA 2.00 $ 1,638.51 $ 3,277.02 II-35 9999.0203 Concrete Flume with Plate Cover 999999 Haydon Yes EA 2.00 $ 2,264.61 $ 4,529.22 II-36 9999.0204 Elevated Crosswalk(ECW) 99 99 99 Haydon Yes EA 1.00 $ 6,483.83 $ 6,483.83 II-37 9999.0205 Monolithic Concrete Median Nose 99 99 99 Haydon Yes EA 1.00 $ 667.71 $ 667.71 UNIT III-DRAINAGE $ - III-1 3341.0104 12'RCP,Class 111 3341 10 Haydon Yes LF 10.00 $ 143.31 $ 1,433.10 111-2 3341.0201 21'RCP,Class 111 3341 10 Haydon Yes LF 1,179.00 $ 91.77 $ 108,196.83 III-3 3341.0202 21°RCP,Class IV 3441 10 Haydon Yes LF 52.00 $ 99.06 $ 5,151.12 III-4 3341.0205 24°RCP,Class 111 3341 10 Haydon Yes LF 1,932.00 $ 82.36 $ 159,119.52 111-5 3341.0302 30'RCP,Class 111 3341 10 Haydon Yes LF 252.00 $ 100.35 $ 25,288.20 III-6 3341.0309 36'RCP,Class 111 3341 10 Haydon Yes LF 183.00 $ 144.15 $ 26,379.45 111-7 3341.0402 42'RCP,Class III 3341 10 Haydon Yes LF 350.00 $ 175.42 $ 61,397.00 III-8 3341.0409 48'RCP,Class III 3341 10 Haydon Yes LF 756.00 $ 186.29 $ 140,835.24 111-9 3341.0502 54'RCP,Class Ill 33 41 10 Haydon Yes LF 588.00 $ 225.99 $ 132,882.12 I11-10 3341.1304 6x5 Box Culvert 3341 10 He Yes LF 201.00 $ 340.61 $ 68,462.61_ III-11 3341.1305 6x6 Box Culvert 3341 10 Haydon Yes LF 32.00 $ 439.98 $ 14,079.36 111-12 3349.0001 4'Storm Junction Box 33 49 10 Haydon Yes EA 14.00 $ 5,422.91 $ 75,920.74 111-13- 3349.00025'Storm Junction Box 33491-0 Haydon Yes EA 3.00 $ 5,404.36 $ 16,213.08 111714 3349.0003 6'Storm Junction Box 33 49 1Haydon Yes EA 4.00 $ 8,102.21 $ 32,408.84 111-15 3349.0005 8'Storm Junction Box 33 49 10 Haydon Yes EA 1.00 $ 16,700.75 $ 16,700.75 111-16 3349.0006 5'x8'Storm Junction Box 33 49 10 Haydon Yes EA 2.00 $ 13,701.34 $ 27,402.68 III-17 3349.0104 4'Stacked Manhole 344916 Haydon Yes EA 1.00 $ 14,994.30 $ 14,994.30 III-18 3349.0106 Manhole Steps 334910 Haydon Yes EA 22.00 $ 69.23 $ 1,523.06 III-19 TXDOT Standard-10'Open Back Curb Inlet(CI(4)(OB)TXDOT 465 Haydon Yes EA 1.00 $ 6,515.87 $ 6,515.87 III-20 3349.5001 10'Curb Inlet 3349-20 Haydon Yes EA 4.00 $ 5,644.06 $ 22,576.24 ill-21 3349.5002 15'Curb Inlet 33 49 20 Haydon Yes EA 5.00 $ 7,751.81 $ 38,759.05 III-22 3349.5003 20'Curb Inlet M49 20 Haydon Yes EA 8.00 $ 10,056.72 $ 80,453.76 III-23 3349.5003A 25'Cb Inlet 33 49 20 CurHayden Yes EA 1.00 $ 11,898.69 $ 11,898.69 - Curb - - - - -- _ -- -- - -- 111-24 3349.5004 30'Cutin - 33 49 20 Haydon Yes EA 2.00 $ 13,949.98 $ 27,899.96 111-25 3349.5005 35'Curb Inlet 33 49 20 Haydon Yes EA 1.00 $ 16,257.67 $ 16,257.67 111-26 3349.5006 40'Curb Inlet 33 49 20 Haydon Yes EA -1-..-0-$ 18,745.19 $ 18,745.19 111-27 3349.5007 45'Curb Inlet 33 49 20 Haydon Yes EA $ 111-28 3349.5008 55'Curb Inlet 33 49 20 Haydon Yes EA $ III-29 3349.6001 10'Recessed Inlet 33 49 20 Haydon Yes EA 9.00 $ 5,737.51 $ 51,637.59 III-30 3349.6002 15'Recessed Intel 33 49 20 Haydon Yes EA 11.00 $ 8,018.40 $ 88,202.40 III-31 3349.6003 20'Recessed Inlet 33 49 20 Haydon Yes EA 6.00 $ 10,464.20 $ 62,785.20 III132 3349.6005 40'Recessed Inlet 33 49 20 Haydon Yes EA 1.00 $ 20,878.47 $ 20,878.47 111-33 3349.8001 10'Type 2 Inlet 33 49 20 Haydon Yes EA 6.00 $ 11,635.01 $ 71,010.06 III-34 3349.8002 15'Type 2 Inlet 33 49 20 Haydon Yes EA 3.00 $ 15,857.63 $ 47,572.89 III-35 3349.8003 20'Type 2 Inlet 33 49 20 Haydon Yes EA 2.00 $ 19,462.49 $ 38,924.98 - III-36 9999.0300 Concrete Wye Connections 99 99 00 Haydon Yes EA 36.001$ 725.71 $ 26,125.56 111-37 3305.0112 Concrete Collar(RCP and RCB Connection) 33 05 17 Haydon Yes EA 8.00 $ 710.07 $ 5,680.56 III-38 3305.0116 Concrete Encasement for Utility Pipes 336510 Haydon Yes -Cy 5.00 $ 391.66 $ 1,958.30 CHY OP FORT WORTH GMP01 MONTGOMERY STREET IMPROVEMENTS STANDARD CONSTRUCTION SPECIlCAT10N DOCUMENTS CITY PROJECT NO.02432.DOE NO.7389 I-R,iud 20120120 "tart CSIAR PROPOSAL SECTION 00 42 43 Revised 6/1/2017 GMP 1 Project 02432-Montgomery Street Improvements from IH-30 to Camp Bowie Boulevard UNIT PRICE PROPOSAL CMAR Application Project Item Information CMAR Proposal Gem No.. Description Specification Section No. Performance Bonded(Yes or No) Unit of Measure Quantity, Unit Price Proposal Value III-39 3305.0109 Trench Safety 33 05 10 Haydon Yes LF 5,302.00 $ 4.82 $ 25,555.64 111-40 3305.0106 Manhole Adjustment,Major(Storm Drain) 33 05 14 Haydon Yes EA 3.00 $ 9,889.41 $ 29,668.23 UNIT 1V-PAVEMENT MARKING AND SIGNAGE $ IV-1 3217.0001 4°SLD Pvmt Marking HAS(W) 32 17 23 THM No LF 560.00 $ 0.44 $ 246.40 IV-2 3217.0002 4'SLD Pvmt Marking HAS(Y) 32 1723 THM No LF 10,250.00 $ 0.44 $ 4,510.00_ IV-3 3217.0003 4'BRK Pvmt Marking HAS(W) 32 17 23 THM No LF 2,410.00 $ 0.49 $ 1,180.90 IV-4 3217.0004 4'BRK Pvmt Marking HAS(Y) 32 17 23 THM No LF 880.00 $ 0.49 $ 431.20 IV-5 3217.0201 8°SLD Pvmt Marking HAS(W) 32 17 23 THM No LF 1,940.00 $ 0.84 $ 1,629.60 IV-6 3217.0202 8'SLD Pvmt Marking HAS(Y) 32 17 23 THM No LF 110.00 $ 0.84 _$ 92.40 IV-7 3217.0203 8'DOT Pvmt Marking HAS(W) 321723 THM No LF 130.00 $ 1.49 $ 193.70 IV-8 3217.0301 12'SLD Pvmt Marking HAE(W) 32 17 23 THM No LF 1,390.00 $ 3.10 $ 4,309.00 IV-9 3217.0501 24'SLD Pvmt Marking HAE(W) 32 17 23 THM No LF 910.00 $ 6.00 $ 5,460.00 IV-10 3217.1002 Lane Legend Arrow 32 17 23 THM No EA 13.00 $ 119.00 $ 1,547.00 IV-11 3217.1003 Lane Legend DBL Arrow 32 17 23 THM No EA 3.00 $ 134.00 $ 402.00 IV-12 3217.1004 Lane Legend Only 32 17 23 THM No EA 14.00 $ 129.00 $ 1,806.00 IV-13 3217.1007 Lane Legend Sharrow 321723 THM No EA 34.00 $ 100.00 $ 3,400.00 IV-14 3217.2102 REFL Raised Marker TY l-C 32 17 23 THM No EA 340.00 $ 3.49 $ 1,186.60 IV-15 3217.2103 REFL Raised Marker TY 11-A-A 32 17 23 THM No EA 180.00 $ 3.49 $ 628.20 IV-16 3217.5001 Curb Address Painting 321725 THM No EA 12.00 $ 50.00 $ 600.00 IV-17 3441.4002 Furnish/Install Alum Sign Ground Mount 34 41 30 Bean No EA 4.00 $ 871.80 $ 3,487.20 IV-18 3441.4003 Furnish/Install Alum Sign Ground Mount 34 41 30 Bean No EA 22.00 $ 461.54 $ 10,153.88 IV-19 TXDOT Standard-PAV SURF PREP FOR MRK TXDOT 678 THM No LF 1,680.00 $ 1.00 $ 1,680.00 IV-20 TXDOT Standard-PAV SURF PREP FOR MRK TXDOT 678 THM No EA 4.00 $ 85.00 _$_ 340.00 IV-21 TXDOT Standard-REFL PAV MRK TY I TXDOT 666 THM No LF 80.00 $ 0.49 $ 39.20 IV-22 TXDOT Standard-REFL PAV MRK TY I TXDOT 666 THM No LF 550.00 $ 0.44 $ 242.00 IV-23 TXDOT Standard-REFL PAV MRK TY I TXDOT 666 THM No LF 550.00 $ 0.84 $ 462.00 IV-24 TXDOT Standard-REFL PAV MRK TY I TXDOT 666 THM No LF 90.00 $ 1.49 $ 134.10 IV-25 TXDOT Standard-REFL PAV MRK TY I TXDOT 666 THM No LF 510.00 $ 6.00 $ 3,060.00 IV-26 TXDOT Standard-REFL PAV MRK TY I TXDOT 666 THM No EA 3.00 $ 119.00 $ 357.00 IV-27 TXDOT Standard-REFL PAV MRK TY I(W)(DBL TXDOT 666 THM No EA 4.00 $ 134.00 $ 536.00 IV-28 TXDOT Standard-REFL PAV MRK TY 1 TXDOT 666 THM No EA 3.00 $ 129.00 $ 387.00 IV-29 TXDOT Standard-REFL PAV MRKR TY 11-A-A TXDOT 672 THM No EA 44.00 $ 3.49 $ 153.56 IV-30 TXDOT Standard-REFL PAV MRKR TY I-C TXDOT 672 THM No EA 7.00 $ 3.49 $ 24.43 UNIT V-TRAFFIC SIGNALS $ V-1 2605.0111 Furnish/Install Elec Sery Pedestal 26 05 00 Bean Yes EA 1.00 $ 5,641.03 $ 5,641.03 V-2 2605.3015 2°CONDT PVC SCH 80(T) 26 05 33 Bean Yes LF 14.00 $ 10.26 $ 143.64 V-3 2605.3025 3°CONDI PVC SCH 80(T) 26 05 33 Bean Yes LF 668.00 $ 11.28 $ 7,535.04 V-4 2605.3026 3'CONDT PVC SCH 80(B) 26_05 33 Bean Yes LF 496.00 $ 15.38 $ 7,628.48 V-5 2605.3033 4-CONDT PVC SCH 80(T) 26 05 33 Bean Yes LF 120.00 $ 15.38 $ 1,845.60 V-6 3441.1001 3-Sect Signal Head Assmbly 3441 10 Bean Yes EA 27.00 $ 871.79 $ 23,538.33 - V-7 3441.1002 4-Sect Signal Head Assmbly 3441 10 Bean Yes EA 5.00 $ 974.36 $ 4,871.80 V-8 3441.1003 5-Sect Signal Head Assmbly 3441 10 Bean Yes EA 1.00 $ 1,076.92 $ 1,076.92 V-9 3441.1011 Ped Signal Head Assmbly 34 41-10 Bean Yes EA 28.00 $ 666.67 $ 18,666.76 V-10 3441.1031 Audible Pedestrian Pushbutton Station 34 41-10- Bean Yes EA 12.00 $ 1,179.49 $ 14,153.88 V-11 3441.1215 Furnish/Install Hybrid Detection System 3441 10 Bean Yes APR 14.00 $ 7,538.46 $ 105,538.44 V-12 3441 A 217 Furnish/Install Hybrid Detection Cable 3441 10 Bean Yes LF 2,994.00 $ 2.82 $ 8,443.08 V-13 3441.1221 Furnish/Install Model 721 Preemption 3441 10 Bean Yes EA 4.00 $ 871.80 $ 3,487.20 V-14 3441.1226 Furnish/Install Model 722 Preemption 3441 10 Bean Yes EA 3.00 $ 974.36 $ 2,923.08 V-15 3441.1224 Furnish/Install Preemption Cable 3441 10 Bean Yes LF 2,168.00 $ 1.49 $ 3,230.32 V-16 3441.1310 4/C 14 AWG Multi-Conductor Cable 3441 10 Bean Yes LF 190.00 $ 1.13 $ 214.70 V-17 3441.1311 5/C 14 AWG Multi-Conductor Cable 3441 10 Bean Yes LF 599.00 $ 1.28 $ 766.72 V-18 3441.1312 WC 14 AWG Multi-Conductor Cable 34 41 10 Bean Yes LF 343.00 $ 1.59 $ 545.37 V-19 3441.1315 20/C 14 AWG Multi-Conductor Cable 3441 10 Bean Yes LF 2,471.00 $ 4.10 _$ 10,131.10 V-20 3441.1322 3/C 14 AWG Multi-Conductor Cable 34 4110 Bean Yes LF 5,600.00 $ 1.03 $ 5,768.00 V-21 3441.1408 NO 6 Insulated Elec Condr 3441 10 Bean Yes LF 42.00 $ 1.54 $ 64.68 V-22 3441.1409 NO 8 Insulated Elec Conde 34 4110 Bean Yes LF 3,368.00 $ 1.28 $ 4,311.04 V-23 3441.1411 NO 12 Insulated Elec Condr 34 41 10 Bean Yes LF 272.00 $ 0.77 $ 209.44 V-24 3441.1414 NO 8 Bare Elec Condr 34_41 10 Bean Yes LF 1,556.00 $ 1.28 $ 1,991.68 V-25 3441.1503 Ground Bax Type D,w/Apron 3441 10 Bean Yes EA 9.00 $ 769.23 $ 6,923.07 V-26 3441.1603 Furnish/Install 10'-14'Ped Pole Assmbly 3441 10 Bean Yes EA 6.00 $ 923.08 $ 5,538.48 V-27 3441.1611 Fh/I41 Furnish/Install Type Signal Pole 34 41 10 Bean Yes EA 6.00 $ 4,246.15 $ 25,476.90 V-28 3441.1613 Furnish/Install Type 43 Signal Pole 34 41 10 Bean Yes EA 2.00 $ 6,232.82 $ 12,465.64 V-29 3441.1623 Furnish/Install Mast Arm 16'-36' 34 41 10 Bean Yes EA 6.00 $ 2,187.69 $ 13,126.14 V-30 3441.1624 Furnish/Install Mast Arm 40'--48' 34 41 10 Bean Yes EA 2.00 $ 4,205.13 $ 8,410.26 V-31 3441.1646 Furnish/Install Type 33B Arm 34 41 20 Bean Yes EA 8.00 $ 358.98 $ 2,871.84 _ - - - - -. - V-32 3441.1701 TY 1 Signal Foundation 3441 10 Bean Yes EA 6.00 $ 974.36 $ 5,846.16 V-33 3441.1703 TY 3 Signal Foundation 3441 10 Bean Yes EA 6.00 $ 1,897.44 $ 11,384.64 V-34 3441.1704 TY 4 Signal Foundation 3441 10 Bean Yes EA 2.00 $ 3,076.93 $ 6,153.86 CITY OFFORT WORTH GPIP01 rtONTGOMERY STREL r%4PROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.02432.DOE NO.7389 Form R-id 20120120 nom CHAR PROPOSAL SECTION 00 42 43 Revised 6/I/2017 GMP 1 Project 02432-Montgomery Street Improvements from IH-30 to Camp Bowie Boulevard UNIT PRICE PROPOSAL CMAR Application Project Item Information CMAR Proposal Item No. Description Specification Section No. Performance Bonded(Yes,x No) Unit of Measure Quantity Unit Price Propm-al Value V-35 3441.1741 Furnish/Install 3521 Controller Cabinet 344110 Bean Yes EA 1.00 $ 17,653.33 $ 17,653.33 V-36 3441.4001 Furnish/Install Alum Sign Mast Arm Mount 34 41 30 Bean Yes EA 17.00 $ 564.10 $ 9,589.70 ---- - - - - --um - -- - - - --- - ----- - -- - -- - V. 3441.4005 Install Atum Sign Mast Arm Mot 34 41 30 Bean Yes E4 4.00 $ 358.98 $ 1,435.92 V-38 TXDOT Standard-416 2032-DRILL SHAFT(TRF SIG TXOOT 416 Bean Yes EA 1.00 $ 5,333.33 $ 5,333.33_ V-39 TXID Standard-686 2143-INS TRF SIG PL AM(S) TXDOT 686 Bean Yes EA 1.00 $ 11,584.62 $ 11,584.62 V-40 TXDOT Standard-687 6001-PED POLE ASSEMBLY TXDOT 687 Bean Yes EA 1.00 $ 1,871.79 $ 1,871.79 V-41 TXDOT Standard-681 6001-TEMP TRAF SIGNALS TXDOT 681 Bean Yes EA 2.00 $ 30,769.23 $ 61,538.46 UNIT VI-ILLUMINATION $ VI-1 3441.3342 Rdwy Ilium TY 18 Pole 34 41 20 Bean Yes EA 40.00 $ 2,784.62 $ 111,384.80 VI-2 3441.1632 Install Type 33A Arm 34 41 20 Bean Yes EA 40.00 $ 356.97 $ 14,358.80 VI-3 3441.3051 Furnish/Install LED Lighting Fixture(137 34 41 20 Bean Yes EA 50.00 $ 871.79 $ 43,589.50 VI-4 3441.3302 Rdwy Ilium Foundation TY 3,5,6,and 8 34 41_20 Bean Yes EA 42.00 $ 1,297.44 $ 54,492.48 VI-5 3441.3303 Rdwy Ilium Foundation TY 7 34 41 20 Bean Yes EA_ 74.00 $ 974.36 $_ 72,102.64_ VI-6 3441.1502 Ground Box Type B,w/Apron 3441 10 Bean Yes_ EA 49.00 $ 666.67 $ 32,66.6.83 VI-7 3441.1504 Ground Box Type AS(TxDOT),w/Apron 34 41 10 Bean Yes EA ZERO $ 3,589.74 $ VI-_8 3441.1771 Traffic Meter Pedestal 34 41 10 Bean Yes EA 2.00 $ 5,641.03 $ 11,282.0_6 VI-9 3441.6003 Light-Photo-Cell Contact Closure Circuit 34 41 20 Bean Yes EA 1.00 $ 3,323.08 $ - 3,323.08 VI-10 3441.3502 Relocate Street Light Pole 34 41 20 Bean Yes EA 3.00 $ 358.98 $_ 1,076.94 VI-11 2605.3015 2'CONDI PVC SCH 80(T) 26 05 33 Bean Yes LF 19,298.00 $ 8.21 $ 15.8,436.58 VI-12 2605.3025 3'CONDT PVC SCH 80(T) 26 05 33 Bean Yes LF 416.00 $ 15.38 $ 6,396.08 VI-13 2605.3026 3'CONDT PVC SCH 80(B) 26 05 33 Bean Yes LF 228.00 $ 15.38 $ 3,506.64 VI-14 3441.3404 2-2-2-4 Quadplex Alum Elec Conductor 34 41 20 Bean Yes LF 9,365.00 $ 3.08 $ _2.8_,844.20 _VI-15 3441.3406 3#3/0 CU,#6 Gnd XHHW 34 41 20 Bean Yes LF 80.00 $ 1.54 $ 123.20_ VI-16 3441.34074#1 AL XHHW Alum 3441 20 Bean Yes LF 228.001$ 1.49 $ 339.72 UNIT IX-LANDSCAPE AND IRRIGATION IX-1 3292.0100 Block Sod Placement 32 92 13 Greenscape Yes SY 5,700.00 $ 3.26 $ 18,582.00 IX-2 3293.0103 Plant 3'Tree(Including Mulch and Tree 32 93 43 Greenscape Yes EA 95.00 $ 629.74 $ 59,825.30 _ IX-_3 3293.0107 Plant Shrub#3 Class(Including Mulch) 32 93 43 Greenscape Yes _ EA - 100.00 $ 30.77 $ 3,077.00 IX.4 3293.0108 Plant Shrub#1 Class(Including Mulch) 32 93 43 Greenscape Yes EA 572.00 $ 14.36 $ 8,213.92 1X-5 3293.0109 Evergreen Screening Shrub 39 93 43 Greenscape Yes _ _EA 14.0_0 $ 428.72 $ 6,0_02.08 IX-6 3215:6100 Decomposed Granite(4')(Including 3215 01 - _- Greenscape Yes SF _-4,200.00 $ 2.46 $ 10,332.00 IX-7 9999.0900 Steel Bench 99 99 99 Greenscape Yes __E_A_ _ 10.00 $ 1,928.21 $ 19,282.10 IX-8 3214.0100 Sidewalk Pavers(Including Sand Bed and 32 1417 Greenscape Yes SF 6,000.00 $ 12.00 $-72,000.00 IX-9 3214.0101 Crosswalk Pavers (Including Sand Bed 321417 Greenscape Yes SF 7,870.00 $ 9.48 $ 74,607.60 ---- - -00-1 -- - -- --- - -- --- - IX-10- -3284.01-- rrigation- 320423- Yes Greenscape Yes LS 1.00 $ 56,307.69 $ 56,307.69 IX-11 9999.0901 Repair Existing Irrigation 96-669-9 Greenscape Yes LS 1.00 $ 59,076.92_ $ 59,076.92 UNIT X-FRANCHISE UTILITY X-1 9999.1000 Underground Vault,Precast Concrete or 99 99 99 Bean Yes EA 14.00 $ 3,769.23 $ 52,769.22 X-2 9999.1001 Underground Vault,Precast Concrete or 99 99 99 Bean Yes EA 16.00 $ 5,923.08 $ 94,769.28 _ X-3 9999.1002 Equipment Pad for Power Supply Pedestal, 99 99 99 - Bean Yes EA 3.00 $ 1,345.64 $ _ 4,036.92_ X-4 9999A003 Equipment Pad for Amplifier Pedestal or 99 99 99 Bean Yes EA 2.00 $ 1,076.92 $ 2,153.84 _ X-6 2605.3031 4'Conduit Riser(PVC SCH 80)at Existing 260633- Bean Yes EA 28.00 $ 666.67 $ 18,666.76 X-7 3441.3337 Furnish/Install 35'Wood Light Pole(Class 34 41 20 Bean Yes EA 7.00 $ 1,230.77 $ 8,615.39 X-8 9999.1004 Remove 35'Wood Utility Pole(Class 5) 99 99 99 Bean Yes EA 5.00 $ 666.67 $ 3,333.35. X-9 2605.3001 1 1/4'Conduit,PVC SCH 80(T) 26 05 33 Bean Yes LF 8,074.00 $ 9.23 $ 74,52_3.02 X-10 2605.3033 4'Conduit,PVC SCH 60(T) 26 05 33 Bean Yes LF 19,928.00 $ 12.31 $ 245,313.68_ X-11 2605.3034 4'Conduit,PVC SCH 80(B) 26 05 33 Bean Yes LF ZERO $ 20.51 $ X-12 9999.1005 Pull Cord(2,500 LB)(For 4'Conduit) 99 99 99 Bean Yes LF 19,928.00 $ 5.13 $ 102,230.64 X-13 9999.1006 Private Service(Trench and Pavement 99 99 99 Bean Yes LF 950.00 $ 46.15 $ 43,842.50 X-14 2605.3005A 1 1/4'Conduit,SDR 11,Black with Stripe 26 05 33 Bean Yes LF 6,672.00 $ 9.23 $ 61,582.56 X-15 2605.3005B 2.1 1/4'Conduit,SDR 11,Black with 260533 Bean Yes LF 260.00 $ 25.64 $ 6,666.40 X-16 9999.1007 Underground Vault,Quartzite,30'x48'x36', 99 99 99 Bean Yes EA 6.00 $ 2,584.62 $ 15,507.72 A Subtotal-Work Item Direct Costs $8,678,018.65 General Conditions Months 19.50 $ 49,716.00 $ 969,462.00 B Subtotal-Add'I Direct Costs $9,847,480.65 General Liability,Auto Insurance,etc...(.88%of C) % 0.88% $ 86,657.83 General Contractors Bond(.9%of C) % 0.90% $ 88,627.33 C Subtotal-Bondlinsurance $10,022,765.80 Contractors Fee(8%of C) % 8.00% $ 801,821.26 D Subtotal-Fee $10,824,587.06 Contractors Contingency % 1.0% $ 107,340.17 E Subtotal- Contingency $10,931,927.23 CrrY OPR)RT WORTH GMPOi MONTGOMERY STREET IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.02432.DOE NO.7399 Tam Revlttd 20120120 Mont CMAR PROPOSAL _ SECTION 00 42 43 Revised 6/1/2017 GMP 1 v� Project 02432-Montgomery Street Improvements from IH-30 to Camp Bowie Boulevard UNIT PRICE PROPOSAL CMAR Application Project Item Information CMAR Proposal Item No. Description Specification Section No. Performance Bonded(Yes or No) Unit of Measure I Quantity Unit Price Proposal Value F GMP-Transportation Scope Only 570,931,927.23 UNIT VII-WATER _ VII-1 3311.0551 16'DIP Water 3311 10 Haydon Yes LF 505.00 $ 100.67 $50,838.35 VII-_2 3311.0554 16'DIP Water(Restrained Joints) 331110 Haydon Yes LF 2,075.00 $ 115.63 $239,932.25 VII-3 3311.0454 12'DIP Water(Restrained Joints) 33 1110 Haydon Yes LF 55.00 $ 140.28 $7,715.40 VII.-4 3311.0261 8'PVC Water Pipe 33 11 12 Haydon Yes_ LF 1_,0_95.00 $ 81.67 __ _ $89,428.65 VII-5 3311.0161 6'PVC Water Pipe 3311 12 Haydon _ Yes LF 205.00 $ 97.18 _$19,92_1.90 VII-6 3311.0061 4'PVC Water Pipe 33 11 12 Haydon Yes LF 10.00 $ 141.06 $7,410.60 6 -- -- - -- -- - - -- -- - --- ---- -- -- - - -- - - VII-7 3331.4115- 8'Sewer Pipe 33 11 10,33 31 12,33 3120 Haydon Yes LF 85.00 $ 75.93 $6,454.05 VII.8 0241.1205 6'Water Abandonment Plug 0241 14 Haydon Yes EA 5.00 $ 357.96 $1,789.80 VII-9 0241.1205 8'Water Abandonment Plug 024114 Haydon Yes _EA 2.00 $ 390.79 $781.58 VII-10 0241.1205 12'Water Abandonment Plug 0241 14 Haydon Yes EA 6.00 $ 460.86 _$2,765.16 VII-11 0241.1302 Remove 6'Wafer Valve 02 41 14 Haydon Yes EA 6.00 $ 499.19 $2,995.14 VII-12 0241.1303_Remove 8'Water Valve 0241 14 Ha don Yes EA 4.00 $ 499.19 $1,996.76 VII-13 0241.1305 Remove 12'Water Valve 0241 14 Haydon Yes FA 6.00 $ 499.19 $2,995.14 VII44 3201.0113 6'Wide Asphalt Pvmt Repair,Residential 320 1 17 Haydon Yes LF __ 375.00 $ 73.77 $27,663.75 VII4 3201.0614 Conc Pvmt Repair,Residential 32 01 29 Haydon Yes SY _ 325.00 $ 89.47 $29,077.75 VII-16 3292.0400 Seeding,Hydromulch 32 92 13 Haydon Yes SY 10.00 $ 40.00 $400.00 VII-17 3304.0002 Cathodic Protection 33 0412 Haydon Yes LS 1.00 $ 50,758.69 $50,756.69 VII-18 3304.0101 Temporary_Water Services 330430 Haydon Yes LS 1.00 $ 33,819.07 $33,819.07 VII-19 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 Haydon Yes EA 4.00 $ 1,559.73 $6,238.92 VII-20 3305.0109 Trench Safety 330510 Haydon Yes LF 4,020.00 $ 3.97 $15,959.40 VII-21 3305.0110 Utility Markers 33 05 26 Haydon Yes LS 1.00 $ 1,000.00 $1,000.00 VII-22 3311.0011 Ductile Iron Water Fittings 3311 11 Haydon Yes TON 12.50 $ 3,513.30 $43,916.25 VII-23 3312.0001 Fire Hydrant 33 12 40 Haydon Yes EA 11.00 $ 3,915.35 $43,066.85 VII-24 3312.0101 Conection to Existing 4'Water Main 33 12 25 Haydon Yes EA 1.00 $ 956.14 $956.14 VII-25 3312.0102 Conection to Existing 6'Water Main 3312 25 Haydon Yes EA 7.00 $ 996.04 $6,972.28 VII-26 3312.0103 Conection to Existing 8'Water Main 331225 Haydon Yes EA_ _ 5.00 $ 1.064.29 $5,321.45 VII-27 3312.0105 Conection to Existing 12'Water Main 331225 Haydon Yes EA 2.00 $ 1,620.07 $3,240.14 - - - - - - - -- Yes -- ---- -- - VII-28-- 3312.0106- -- Connection-- to Existing-16-`Water Main 3-312-2-5 Haydon Yes EA _ 3.00 $ 2,416.66 $7,249.98 VII-29 _3312.1002 2'Combination Air Valve Assembly for 33 12 30 Hayclon Yes_ EA 1.00 $ 7.546.05 $7,546.05 VII-30 3312.2001 1'Water Service,Meter Reconnection 3312 10 Haydon Yes_ EA _ 24.00 $ 461.22 $11,069.28 VII-31 3312.2003 1'Water Service 33 1210 Haydon Yes EA 24.00 $ 2.005.59 $48,134.16 VII-32 _ 3312.2004 1'Private Water Service 331210 Haydon Yes _LF _ 10.00 $ 271.77 _ $2,717.70 VII-33 3312.2101 1 1/2'Water Service,Meter Reconnection 331210 Haydon Yes EA 3.00 $ 446.59 $1,339.77 VII-34 3312.2103 1 1/2'Water Service 33 12 10 Haydon Yes EA 3.00 $ 2,329.00 _ $6,987.00 _ VII-35 3312.2104 1 1/2°Private Water Service 3312 10 Haydon Yes LF 1_1.00 $ 96.42 $1,060.62 VII-36 3312.2201 2'Water Service,Meter Reconnection 331210 Haydon Yes EA 7.00 $ 955.63 $6,689.41 - --- ------- - -- ---- - - -- - -- - -- - - - ---- VII-37 3312.2203 2'Water Service 331210 Haydon Yes _ EA_ 7.00 $ 2,432.94 $17,030.5_8 VII-38 3312.2204 2'Private Water Service 331210 Haydon Yes LF 71.00 $ 28.71 $2,038.41 VII-39 3312.3002-6"-G at Valve 33 12 20 Haydon Yes EA 11.00 $ 1,086.79 $11,954.69 VII-40 3312.3003 8-Gate Valve 33 12 20 Haydon Yes EA 15.00 $ 1,442.74 $21,641.10 VII-41 3312.3005 12'Gate Valve 331220 Haydon Yes EA 2.00 $ 2,429.18 $4,858.36 VII42_ 3312.3006 16Gate Valve w/Vault 3312 20 Haydon Yes EA 4.0_0 $ 11,639.44 $46,557._76 VII-43 3312.3102 6'Cut-in Gate Valve 331220 Haydon Yes EA 1.00 $ 2,497.33 $2,497.33 UNIT VIII-SANITARY SEWER VIII-1 3331.4317 24'Sewer Pipe - 33 31 20 Haydon Yes LF 90.00 $ 176.17 $15,855.30 VIII-2 3331.4225 18'Sewer Pipe 33 31 20 Haydon Yes LF 435.00 $ 116.32 $50,599.20 VIII-3 3331.4223 16'DIP Sewer,CSS Backfill 3311 10 Haydon Yes LF_ _ 70.00 $ 202.86 $14,200.20 VIIIA 3331.4115 8'Sewer Pipe _ 3311 10,33_31 12,33 3120 Haydon_ Yes - - LF _ 21_5.00 $ 70.16 ' $15,084.40 VIII-5 W-31.4119-8 WDIP Sewer Pipe _ 33 11 10 Haydon Yes LF -410.00 $ 80.44 $32,980.40 VIII-6 3331.4108 6'Sewer Pipe 3331 20 Haydon Yes LF 60.00 $ 89.88 $5,392.80 VIII-7 3331.4112 6'DIP Sewer Pipe _ 33 31 20 __ Haydon Yes_____ LF __4.5.00 $ 135.49 $6,097.05 VIII-841 Remove 4'Sewer Manhole 02 41 14 Haydon Yes _ EA 5.00 $ 1,434.72 _ $7,173.60 _VIII-9 3301.0001 Pre-CCN Inspection 33 01 31 Haydon Yes LF 1,420.00 $ 2.00 $2,840.00 VIII-10 3301.0002 Post-CCTV inspection 330131 _ Haydon Yes LF _ 1,310.00 $ 2.00 $2,620.00 VIII-11 3301.0101 Manhole Vacuum Testing 33 01 30 Haydon Yes EA 13.00 $ 175.00 $2,275.00 - -- -------- --- ------ - - -- - ------ -- _ VIII-12 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 Haydon Yes EA_ 1 - $ 1.559.74 $1,559.74 VIII-13 3305.0109 Trench Safety _ 33 05 10 Haydon Yes LF 1,310.00 $ 7.19 - $9,418.90 VIII-14 3305.0110 Utility Markers 33 05 26 Haydon Yes LS _ 1.00 $ 4,384.14 $4,384.14 VIII-15 3305.0112 Concrete Collar 330517 Haydon Yes EA_ 9.00 $ 455.38 $4,098.42 _ V_III-16 3339.0001 Epoxy Manhole Liner 33 39 60 Haydon Yes__ _ VF _ 56.50 $ 165.00 _ $9,322.50 VIII-17 3331.3202 6'2-way Cleanout 33 31 50 Haydon_ Yes EA _ 2.00 $ 1.390.59 $2,761.18 VIII-183339.1001 4'Manhole 33 39 10,33 39 20 Haydon Yes EA 5.00 $ 4,757.50 $23,787.50 VIII-19 3339.1003 4'Extra Depth Manhole 33 39 10,33 39 20 Haydon Yes VF _ _ 4.0_0 $ 105.01 _ $420.04 VIII-20 3339.1004 4'Shallow Manhole 33 39 10,33 39 20 _ Haydon Yes EA 2.00 $ 4,187.82 $8,375.64 VIII-21 3339.1101 5'Manhole 33 39 10,33 39 20 Haydon Yes EA 1.00 $ 5.103.99 $5,103.99 CrIY OFFDRT WORTH GMPOI MONTGOMERY STREET IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.02432.DOE NO.7399 Form Revi d 20120120 Moral CNIAR PROPOSAL SECTION 00 42 43 Revised 6/1/2017 GMP I V Project 02432-Montgomery Street Improvements from I1-1-30 to Camp Bowie Boulevard UNIT PRICE PROPOSAL CMAR Application Project Item Information CMAR Proposal item No. Drscripuon Spaafication Smfion No. Perftamance Bonded(Ye or No) Unit of Measure QuantityUnil Price Pruposal Value VIII-22 3339.1102 5'Drop Manhole 33 39 10,33 39 20 Haydon Yes EA 3.00 $ 6.684.61 $20,053.83 VIII-23 3339.1103 5'Extra Depth Manhole 33 39 10,33 39 20 Haydon Yes VF 23.00 $ 164.66 $3,787.18 A Subtotal-Work Item Direct Costs $ 1,145,000.68 General Conditions Months 4.00 $ 49,716.00 $ 198,864.00 B Subtotal-Add'I Direct Costs $ 1,343,864.68 General Liability,Auto Insurance,etc...(.88%of C) % 0.88% $ 11,826.01 General Contractors Bond(.9%of C) % 0.90% $ 12,094.78 C Subtotal-BondMsurance $ 1,367,785.47 Contractors Fee(8%of C) % 8.00% $ 109,422.84 D Subtotal-Fee $ 1,477,208.31 Contractor's Contingency % 1.0% $ 15,496.36 E Subtotal- Contingency $ 1,492,704.67 —Credit due to Water/Sewer Unit Price error at GMP approval time,do not bill against this pay item. LS 1.00 $ (18.103.92) -$18,103.92 F GMP-Water and Sewer Scope Only $1,474,600.75 Montgomery GMP-Total $12,408,527.98 CITY OF FORT WORTH OMPOI MONTGOMERY STREET AIPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.02432.DOE NO.7399 Tvsm Revisal 20120120 EAH CMAR PROM 7ekf SECTION 00 42 43 Rnised 611/2017 GeIP I Eastern Arlington Heights UNIT PRICE PROPOSAL CMAR Application project Item Information CMAR Proposal Item No. Deseriprion Speufsealicn Section No. Perfmmama Bend d(Yes m Unit of Measure Quantity Unit Price Proposal Value UNIT I-Drainage 1 _ _0171.0000 Construction Staking and Survey 01 71 23 Woody&MGC]er Yes LS 1 $ 16,216.91 $ 16,216.91 2 Mobilization Hayden Yes LS _ 1 _ $ 32,443.86 $__32,443.86 3 0241.3001 Storm Line Grouting 0241 14 Woody Yes CY _ 130 _ _ $ 263.42 $ 34,244.60 _ 4_- _0241.3501 Remove Storm Junction Structure 0241 14 Woody Yes LS _ 4 _ $ 911.86 $ 3,647.4_4 5 _0241.0000 Remove 5'Curb Inlet 0241 14 Woody Yes EA __ _ 2_ $ 607.91 $ 1,215.82 6 _0241.4001 Remove 10'Curb Inlet 0241 14 Woody Yes EA 8 ___ $ 810.54 $ 6,484.32 7_- 3125.0101 SW PPP>_1 acre 31 25 00 Haydon No LS 1 $ 33,719.48 $ _33,719.48 8 3305.0109 Trench Safety 330510 Woody Yes LF 2005 _ $ 1.01 $ _2,025.05 _9_ _3341.0205 24'RCP,Class III 3341 10 Woody Yes LF _195 _ $ 169.60 _$ __33,0_72.00 _10 3341.0302 30"RCP,Class 111 3341 10 Woody Yes LF 55_ _ $ 187.89 $ __10,333.95 11 -3341.0309 36"RCP,Class III 3341 10 Woody Yes LF _ 65__ $ 225.73 $ 14,672.45 12_ 3341.0402 42'RCP,Class 111 33 41 10 Woody Yes LF _ 160 $ 261.20 $ __41,792.00 13 _3341.0409 48'RCP,Class 111 3341 10 Woody Yes LF _65 $ 293.06 $ 19,048.90_ _1_4 3341.0602 60'RCP,Class III 3341 10 Woody Yes LF 25 _ $ 386.17 $ 9,654.2_5 15 3341.1502 8x5 Box Culvert 3341 10 Woody Yes LF 50 $ 906.79 _$ 45,339.50_ 16 3341.210311 x6 Box Culvert 334110 Woody Yes LF _ 1715_ $ 1,108.35 $_1,900,820.25__ 17_ _3349.0006 Storm Junction Structure(Box 1) 33 49 10 Woody Yes LS _ 1 $ 78,723.40 _$ 78,723.40 i S_ _3349.0003 6'Stonn Junction Box 33 49 10 Woody Yes EA ____ 3 _ _ $ 13,459.98 _$ 40,379.94_ 19 3349.0104 4'Round Manhole Riser 33 49 10 Woody Yes EA 1 $ 2,127.66 $ 2,127.66 20_ _3349.0102 4'Manhole Riser 334910 Woody Yes EA 2 __ $ 3,748.74 $ _ 7,49_7.48_ 21 3349.5001 19 Curb Inlet 33 49 20 Woody Yes EA 8 __ $ 4,204.66 $ 33,637.28 22 3349.5003 20'Curb inlet 33 49 20 Woody Yes EA 6 _ $ 7,953.39 $ _47,720.34_ _ 23 3349.5004 30'Curb Inlet 334920 Woody Yes EA _ _2_ _ $ 10,688.96 $ 21,377.92 __24 3349.0000 40'Curb Inlet 33 49 20 Woody Yes EA _ 2_ $ 16,970.62 _$__ _33,941.24 25__3349.8004 30'Type 2 Inlet 33 49 20 Woody Yes EA ___ 2 _ $ 25,481.26 $ 50,962.52 _ 26 3349.0000 60'Open Back Inlet 33 49 20 Woody Yes EA _ 1 _ $ 34,447.82 $ _ 34,447.82 __27__-_3471.0001 Traffic Control 347113 Woody Yes MO __ 8_ $ 3,123.31 $_ _24,986.48 28 9999.0001 Conduit Support Systems(30"WL) 99 99 01 Woody Yes LS 1 $ 5,572.00 $ 5,572.00 29 3301.0002 Post-CCN Inspection _ 33 01 31 Woody Yes LF 2330 $ 2.00 $ 4,660.00 $ UNIT 11-PAVING $ 1 0241.0100 Remove Sidewalk 0241 13 McClendon Yes SF 900 $ 4.06 $ __3,654.00 __2 _0241.0300 Remove ADA Ramp 0241 13 McClendon Yes EA _ 5 $ 253.81 $ 1,269.05 3 _ 0241.0401 Remove Concrete Drive 0241 13 McClendon Yes SF _2660 $ 4.06 $ _ 10,799.6_0 _ -40241.1000 0241.1000 Remove Cone Pvmt 0241 15 McClendon Yes SY _ 1365 _ $ 15.23 $ _20,788.95 _ 5__ 0241.1300 Remove Cone Curb&Gutter 0241 15 McClendon Yes LF 1330 _ $ 7.11 $ _9,456.30 6 0241.1400 Remove Cone Valley Gutter 02 41 15 McClendon Yes SY 40 _ $ 30.46 $ __ 1,218.40 7 _0241.1700 Pavement Pulverization 0241 15 McClendon Yes SY __3270 _ $ 11.17 $ __ 36,52_5.90 3110.0102 6'-12'Tree Removal 31 1000 McClendon Yes EA __ 2_ $ 329.95 $ _65_9.90 _ 9 3110.0103 12"-18"Tree Removal 31 1000 McClendon Yes EA _ 1_ _ $ 659.90 _$_ 659.9_0 10 3110.0104 18'-24'Tree Removal 311000 McClendon Yes EA 2 $ 1,218.28 $ _ 2,436.56 11 __3123.0101 Unclassified Excavation by Plan 31 23 16 McClendon Yes CY _1_10_ $ 253.81 $ _ _27,919.10_ _ 12 3124.0101 Embankment by Plan 31 24 00 McClendon Yes CY 30 $ 40.61 _$_ 1,218.30 13 _ 3211.0111 4'Flexible Base,Type A,GR-1 32 11 23 McClendon Yes SY __22105 _ $ 35.53 $ 3,730.65_ 14 _ 3211.0112 8'Flexible Base,Type A,GRA(Trench Repair) 321123 McClendon Yes SY 00 $ 10.13 $ 22,286.00 _ 15 __3211.0400 Hydrated Lime 321129 McClendon Yes TN 80 $ 172.59 _$ 13,807.20 _16 __ 3211.0501 6'Lime Treatment 321129 McClendon Yes SY _3785_ $ 8.38 _$ 31,718.30 17 3211.0600 Cement 321133 McClendon Yes TN 80 $ 178.68 $ 14,294.40 18 __ 3212.0303 3'Asphalt Pvmt Type D 32 12 16 McClendon Yes SY __ 3270 $ 27.41 $_ _ 89,630.70 _ 1_9_ 3213.0101 6"Cone Pvmt 32 13 13 McClendon Yes SY 110 $ 63.96 $ 7,035.60 20__3213.0102 7'Cone Pvmt 32 13 13 McClendon Yes SY _3525 $ 65.48 _$ __230,817.00 _ 21_ _3213.0301 4"Cone Sidewalk 321320 McClendon Yes SF _4170 $ 8.12 $__3_3,860.4_0 __22___3213.0311 4'Cone Sidewalk,Adjacent to Curb 321320 McClendon Yes SF _ 990 $ 9.14 _$ 9,048.60 _ 23 _3213.0401 6"Concrete Driveway 32 13 20 McClendon Yes SF __3425 $ 12.18 _$ 41,716.50 _ 24 _3213.0501 Barrier Free Ramp,Type R-1 321320 McClendon Yes EA _ 7 _ $ 1,827.41 $_ 12,791.8_7_ 25 3213.0505 Barrier Free Ramp,Type M-3 321320 McClendon Yes EA 1 __ $ 1,624.37 $ 1,624.37 _26_ _3213.0506 Barrier Free Ramp,Type P-1 32 13 20 McClendon Yes EA 3 $ 1,624.37 $ 4,873.11 27 3216.0101 6"Cone Curb and Gutter 321613 McClendon Yes LF _ _350 _ $ 50.76 _$ _ 17,766.00_ _ 28 _3216.0301 9"Cone Valley Gutter,Residential 321613 McClendon Yes SY __ 110 $ 101.52 _$ 11067._20 29--3232.0100 Cone Ret Wall with Sidewalk,Face 32 32 13 McClendon Yes SF _ 200_ $ 55.84 $ _ 1_1,168.00 30 3232.0101 Conc Ret Wail with Sidewalk,Sidewalk 323213 McClendon Yes SF 745 $ 10.15 $ 7,561.75 _ _31-- 3291.0100 Topsoil 3291 19 Greenscape No CY __225 _ $ 43.08 $_ _ 9,693.00 32 _3292.0100 Block Sod Placement 32 92 13 Greenscape No SY 1335 $ 3.36 $ _ 4,485.60_ _ 33 3217.5001 Curb Address Painting 321725 McClendon Yes EA 13 ___ $ 25.38 _$___ 329.94 34 3441.4003 FumisWlnstall Alum Sign Ground Mount City Std. 34 41 30 Haydon EA 1 $ 450.00 $ 450.00 35 9999.0002 Irrigation Adjustment Allowance 99 99 00 Greenscape Yes LS 1 $ 42,051.28 $ 42,051.28 UNIT III-SEWER $ 1 3331.4115 8'Sewer Pipe 3311 10,33 31 12,3331 20 Woody Yes LF 266_ _ $ 166.16 $_ 44,198.56 2 3331.4208 12'Sewer Pipe 33 11 10.33 31 12,33 31 20 Woody Yes LF _ 300_ $ 146.91 _$ 44,073.00 3 3331.4209 12'Sewer Pipe,Deep Trench Backfill 33 11 10,33 31 12,33 3120 Woody Yes LF 410 $ 159.07 $ 65,218.70 4 3331.4213 12'DIP Sewer,CSS Backfill 33 11 10 Woody Yes LF 199 _ $ 299.90 $_ 59,680.10 5 3305.0112 Concrete Collar 33 05 17 Woody Yes EA 4_ _ __ $ 810.54 $ _ 3,242.16 _6 3339.1001 4'Manhole 33 39 10,33 39 20 Woody Yes EA __5 _ _ $ 8,105.37 $ 40,526.85 7 3339.1002 4'Drop Manhole 33 39 10,33 39 20 Woody Yes EA 5 $ 13,677.81 $ 68,389.05 CMOFFORTWORTH G.1ff01 h10NTGO.MERYSCRFI:TIMPROV WMS STANDARD CONSrRUCnON SPECRCATION DOCOMEM CRY PRO=N0.02432.1X)EN0.73V Fam Re iW 201?0120 F H CMAR PROMS a SECTION 00 42 43 Revised 611/2017 GMP I Eastern Arlington Heights UNIT PRICE PROPOSAL CMAR Application Project Item Information CMAR Proposal Item Nn. De-nplim Specification Semlon No. performance Banded(Yes or Unit of Measure Quantity Unit Price Pmposal Value 3339.1003 4'Extra Depth Manhole 33 39 10,33 39 20 Woody Yes VF _ 104_ $ 202.63 $ 21,073.52 9 _3339.0001 Epoxy Manhole Liner 33 39 60 Woody Yes VF 166 $ 162.11 $ 26,910.26 10 3331.3101 4'Sewer Service 33 31 50 Woody Yes EA 12 $ 2,330.29 $ 27,963.48 _ 11 _3331.3311 4"Sewer Service,Reconnection 33 31 50 Woody Yes EA _ 12_. _ $ 303.95 $_ 3,647.40 12___3331.3105 4"Private Sewer Service 33 31 50 Woody Yes LF _ 100 _ $ 43.57 $ 4,357.00 _14 _0241.2001 Sanitary Line Grouting 0241 14 Woody Yes CY _ 21.7_ _ $ 263.42 $ 5,716.21 15 0241.2105 12'Sewer Abandonment Plug 0241 14 Woody Yes EA 3 _ $ 303.95 $ _ 911.85 16 0241.2201 Remove 4'Sewer Manhole 024114 Woody Yes EA 3 _ _ $ 709.22 $ 2,127.66. 17 _3301.0001 Pre-CCN Inspection 33 01 31 Woody Yes LF _ 1245 $ 3.04 $ 3,784.80 18 3301.0002 Post-CCTV Inspection 330131 Woody Yes LF _ 1173_ $ 2.03 $ _2,381.19 19 3301.0101 Manhole Vacuum Testing 330130 Woody Yes EA _ 10 $ 177.31 _$ _1,773.10 20_3303.0001 Bypass Pumping 330310 Woody Yes LS 1 _ $ 5,977.71 $ 5,977.71 21 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 Woody Yes EA 25 _ $ 506.59 $_ 12,664.75 22 3305.0109 Trench Safety 330510 Woody Yes LF _ 1173 _ $ 1.01 $ _ _1,184.73 23 _ _ 3305.0110 Utility Markers 33 0526 Woody Yes LS _ i _ $ 303.95 $ 303.95 24 3305.0113 Trench Water Stops 330515 Woody Yes EA 4__ $ 405.27 $__ 1,621.08 25 3305.0202 Imported Embedment/Backfill,CSS 330510 Woody Yes CY 100 _ $ 83.08 It 8,308.00 26 3305.0203 Imported Embedment/Backfill,CLSM 33 05 10 Woody Yes CY _10_0_ _ $ 101.32 $_10,132.00 27 _ 3305.0205 Imported Embedment/Backfill,Fine Crushed Rock 33 05 10 Woody Yes CY i00 _ $ 37.49 $ 3,749.00 _28 _ 3305-0206 Imported Embedment/Backfill,Acceptable Backfill 34 05 10 Woody Yes CY 20 _ _ 0 _ $ 22.29 $ _ __4,456.00 29 3305.0207 Imported Embedment/Backfill,Select Fill 33 05 10 Woody Yes CY 100 $ 24.32 _j 2,432.00 Power Pole Support Allowance/Manhole Reconfiguration_ __ Woody _Yes LS_ 1 $ 25,000.00 $ _ 25,000.00 UNIT IV-WATER $ 3311.0241 8'Water Pipe 33 11 10,33 11 12 Woody Yes LF 11_75 $ 58.76 _$ 69,043.00 2 __ 3311.0251 8'DIP Water 3311 10 Woody Yes LF _74__ $ 72.95 $ _5,398.30 _ 3 _3305.2002 8'Water Carrier Pipe 330524 Woody Yes LF _3_0 $ 60.79 $ _ 1,823.70 __4_ _3312.3002 6'Gate Valve 331220 Woody Yes EA 3 $ 861.20 _$_ 2,583.60 5__3312.3003 8'Gate Valve 33 12 20 Woody Yes EA 8 $ 1,418.44 $_ 11,347.52 -6_ _3305.1003 20"Casing By Open Cut 33 05 22 Woody Yes LF 30 $ 167.17 $_ 5,015.10 7 3312.0001 Fire Hydrant 33 12 40 Woody Yes EA _ _ _3_ _ $ 3,748.73 $ _-1 _ _ _ 8 3312.0117 Connection to Existing 4"-12"Water Main 33 12 25 Woody Yes EA __ 4 $ 3,546.10 $ _ 14,184.40_ 9 _3312.2001 1'Water Service,Meter Reconnection 331210 Woody Yes EA 37 _ _ $ 405.27 $__14,994.99 10 3312.2003 1'WaterService 331210 Woody Yes EA _ _37_ $ 1,215.81 $ 44,984.97 11 3312.2004 1'Private Water Service 331210 Woody Yes LF _ 40__ $ 24.32 $ _ 972.80 12__3304.0101 Temporary Water Services 330430 Woody Yes LS _ 1 _ $ 23,333.33 $ 23,333.33 13__3201.0115 8'Wide Asphalt Pvmt Repair,Residential 3201 17 Woody Yes LF 26 $ 100.30 $ 2,607.80 _14 _0241.1218 4'-12"Water Abandonment Plug 024114 Woody Yes EA 11 _ $ 405.27 $ 4,457.97 15 0241.1302 Remove&Salvage 6"Water Valve 0241 14 Woody Yes EA _ 1 ___ $ 75.99 $ _____75.99 16 0241.1303 Remove&Salvage 8"Water Valve 0241 14 Woody Yes EA _ 2_ _ $ 75.99 $ _ _ 151.98 _ 17 0241.1001 Water Line Grouting 0241 14 Woody Yes CY 5 $ 263.42 $___ 1,317.10 18 3311.0001 Ductile Iron Water Fittings 3311 11 Woody Yes TON 2 $ 7,092.20 $ 14,184.40 19 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 Woody Yes EA 21 $ 506.59 _$ 10,638.39 20___ 3305.0202 Imported Embedment/Backfill,CSS 330510 Woody Yes CY 100 __ $ 83.08 $ 8,308.00 _ 21 3305.0203 Imported EmbedmenVBackfill,CLSM 33 0510 Woody Yes CY _ _ _100 $ 101.32 _$ 10,132.00 22 3305.0205 Imported EmbedmentlBackfill,Fine Crushed Rock 33 05 10 Woody Yes CY ___100_ $ 37.49 $ __3,749.00 23 3305.0206 Imported Embedment/Backfill,Acceptable Backfill 34 05 10 Woody Yes CY __ 100 _ $ 22.29 _$ 2,229.00 24 _ 3305.0207 Imported Embedment/Backfill,Select Fill 33 05 10 Woody Yes CY 100 $ 24.32 $ 2,432.00 25_ 3305.0109 Trench Safety 33 05 10 Woody Yes LF 1279_ $ 1.01 $ 1,291.79 26 - 3305.0110 Utility Markers 33 05 26 Woody Yes LS 1 $ 304.00 $ __ 304.00 A Subtotal-Work Item Direct Costs $4,097,891.72 General Conditions Months 10.00 $ 10,000.00 $ 100,000.00 B Subtotal-Add'I Direct Costs $ 4,197,891.72 General Liability,Auto Insurance,etc...(.88%of C) % 0.88% $ 36,941.45 General Contractor's Bond(.9%of C) % 0.90% $ 37,781.03 C Subtotal-Bond/Insurance S 4,272,614.20 Contractor's Fee(8%of C) % 8.00% $ 341,809.14 D Subtotal-Fee $ 4,614,423.33 Contractor's Contingency % 1.5% $ 71,048.68 E Subtotal-Contingency $ 4,685,472.01 F GMP EAH $ 4,685,472.01 Cn7r0FFORTW0R7rH GNIPW AIONTGOMFRYSiRFx-r IMPROV MENr3 STANDARDCONMUC ONSMCMCATIONDOCU.FN CITY PROTECT NO.02435,DOE NO-7399 Pam Reid 50150120 A�!zO® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 6/5/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Jackie Wanta Lovitt&Touche'Inc-Phoenix PHONE 602-956-2250 FAX No,, 6D2-956-2258 P. O. Box 64985 Phoenix AZ 85082 EMAIL ,jwanta@lovitt-touche.com INSURERS AFFORDING COVERAGE NAIC# INSURERA:Zurich American Ins Co 16535 INSURED HAYDO-1 INSURER B:XL Specialty Insurance Company Haydon Building Corp INSURER C: 4640 East Cotton Gin Loop Phoenix AZ 85040 INSURER D INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:460973056 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER MM/DD/YYYY MM/DD/YYYY A X COMMERCIAL GENERAL LIABILITY Y Y GL0388899605 5/1/2017 5/1/2018 EACH OCCURRENCE $1,000,000 DAMAGE CLAIMS-MADE XI OCCUR PREMISES(E.occu ence) $100,000 MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICYFX—]PRO-- I LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: JECT INGLE LIMIT $ A AUTOMOBILE LIABILITY Y Y BAP388899705 5/1/2017 5/1/2018 Eaacci'INdent $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ HIRED NON-OWNED PROPERTY DAMAGE X AUTOS ONLY X AUTOS ONLY Per accident $ B X UMBRELLA LIAB X OCCUR Y Y US00071075LI17A 5/1/2017 5/1/2018 EACH OCCURRENCE $20,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $20,000,000 DED X RETENTION$10,000 $ A WORKERS COMPENSATION Y WC388899506 5/1/2017 5/1/2018X PER OTH- AND EMPLOYERS'LIABILITY YSTATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE � NIA E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Certificate Holder&any other parties or entities identified in written contract are additional insureds as respects general liability, automobile liability, and excess liability. Includes Waiver of Subrogation for all policies if required in a written contract. The General Liability,Automobile and Excess liability policies are primary and non contributory if required in a written contract. GMP 1 for Montgomery CMAR Montgomery St from Camp Bowie Blvd to IH 30 West Freeway CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Fort Worth THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 200 Texas Street ACCORDANCE WITH THE POLICY PROVISIONS. Transportation&Public Works Dept Infrastructure Design and Construction Fort Worth TX 76102 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 9 Additional Insured —Automatic — Owners, Lessees Or ZURICH 3 Contractors Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer No. Add'1, Prem Return Prem. GL03888996-05 05-01-17 05-01-18 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, Named Insured: Haydon Building Corp Address(including ZIP Code): 4640 East Cotton Gin Loop Road Phoenix, AZ 85040 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section II—Who Is An Insured is amended to include as an additional insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement executed by you but only with respect to liability for"bodily injury", "property damage"or"personal and advertising injury"if: 1.The written contract or written agreement specifically requires that you provide that the person or organization be named as an additional insured under the Insurance Services Office (ISO) ISO CG20 10 10/01 edition or the ISO CG20 37 10/01 edition, then such party is an additional insured only to the extent that "bodily injury" "property damage" or "personal and advertising injury" arises out of your ongoing operations or "your work", which is the subject of the written contract or written agreement; or 2. Except at provided in 1. above, if the written contract or written agreement require that you provide that the person or organization be named as an additional insured such party is an additional insured only to the extent that "bodily injury""property damage" or"personal and advertising injury" is caused, in whole or in part by, a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf, in the performance of your ongoing operations or"your work"which is the subject of the written contract or written agreement; However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law 2. Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured; 3. Only applies if the"bodily injury", "property damage" or"personal and advertising injury"occur subsequent to your execution of the written contract or written agreement; and 4. Does not apply to"bodily injury"or"property damage" caused by"your work"and included within the"products- completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage. If the minimum time period for providing such coverage in the written contract or written U-GL-1114 A CW 1002 Page 1 of 3 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. agreement ends prior to or during the policy period, such coverage would not be available after that minimum time period. B. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to: "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services including: a. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the 'occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the tendering of or the failure to render any professional architectural, engineering or surveying services. C. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV — Commercial General Liability Conditions: The additional insured must see to it that: 1. We are notified as soon as practicable of an 'occurrence"or offense that may result in a claim; 2. We receive written notice of a claim or"suit"as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit"will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-contributory. D. For the purposes of the coverage provided by this endorsement: 1. The following is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV— Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same 'occurrence", offense, claim or"suit'. This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis. E. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. F. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to Section III —Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: U-GL-1114 A CW 1002 Page 2 of 3 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. 1. That is the least amount minimally required by the written contract or written agreement referenced in Paragraph A.of this endorsement; or 2. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. If the minimum amount of insurance required by the written contract or written agreement for General Liability coverage is less than the Limits of Insurance shown in the Declarations but the written contract or written agreement requires umbrella or excess coverage, we will include that requirement in our assessment of the minimum amount of insurance. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms and conditions of this policy remain unchanged. U-GL-1114 A CW 1002 Page 3 of 3 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. POLICY NUMBER: GLO 3888996-05 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: ANY PERSON OR ORGANIZATION THAT REQUIRES YOU TO WAIVE YOUR. RIGHTS OF RECOVERY, IN A WRITTEN CONTRACT OR AGREEMENT WITH THE NAMED INSURED THAT IS EXECUTED PRIOR TO THE ACCIDENT OR LOSS . Information required to complete this Schedule if not shown above will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or your work"done under a contract with that person or organization and included in the"products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 ©Insurance Services Office, Inc., 2008 Page 1 of 1 0 POLICY NUMBER: GLO 3888996-05 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): A GENERAL AGGREGATE LIMIT APPLIES TO EACH CONSTRUCTION PROJECT WHERE THE NAMED INSURED IS PERFORMING OPERATIONS, HOWEVER, A GENERAL AGGREGATE LIMIT DOES NOT APPLY TO ANY CONSTRUCTION PROJECT WHERE THE NAMED INSURED IS PERFORMING OPERATIONS THAT ARE INSURED UNDER A WRAP UP OR ANY OTHER CONSOLIDATED OR SIMILAR INSURANCE PROGRAM. Information required to complete this Schedule if not shown above will be shown in the Declarations. A. For all sums which the insured becomes legally 3. Any payments made under Coverage A for obligated to pay as damages caused by damages or under Coverage C for medical "occurrences"under Section I —Coverage A,and expenses shall reduce the Designated for all medical expenses caused by accidents Construction Project General Aggregate Limit under Section I —Coverage C, which can be for that designated construction project. Such attributed only to ongoing operations at a single payments shall not reduce the General designated construction project shown in the Aggregate Limit shown in the Declarations nor Schedule above: shall they reduce any other Designated 1. A separate Designated Construction Project Construction Project General Aggregate Limit General Aggregate Limit applies to each for any other designated construction project designated construction project, and that limit shown in the Schedule above. is equal to the amount of the General 4. The limits shown in the Declarations for Each Aggregate Limit shown in the Declarations. Occurrence, Damage To Premises Rented To 2. The Designated Construction Project General You and Medical Expense continue to apply. Aggregate Limit is the most we will pay for the However, instead of being subject to the sum of all damages under Coverage A,except General Aggregate Limit shown in the damages because of 'bodily injury"or Declarations, such limits will be subject to the 'property damage"included in the"products- applicable Designated Construction Project completed operations hazard",and for General Aggregate Limit. medical expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or "suits"brought; or c. Persons or organizations making claims or bringing "suits". CG 25 03 05 09 c0 Insurance Services Office, Inc., 2008 Page 1 of 2 ❑ B. For all sums which the insured becomes legally C. When coverage for liability arising out of the obligated to pay as damages caused by "products-completed operations hazard"is "occurrences"under Section I —Coverage A,and provided, any payments for damages because of for all medical expenses caused by accidents "bodily injury"or"property damage"included in under Section I —Coverage C, which cannot be the"products-completed operations hazard"will attributed only to ongoing operations at a single reduce the Products-completed Operations designated construction project shown in the Aggregate Limit, and not reduce the General Schedule above: Aggregate Limit nor the Designated Construction 1. Any payments made under Coverage A for Project General Aggregate Limit. damages or under Coverage C for medical D. If the applicable designated construction project expenses shall reduce the amount available has been abandoned, delayed, or abandoned under the General Aggregate Limit or the and then restarted, or if the authorized Products-completed Operations Aggregate contracting parties deviate from plans, blueprints, Limit, whichever is applicable;and designs, specifications or timetables, the project 2. Such payments shall not reduce any will still be deemed to be the same construction Designated Construction Project General project. Aggregate Limit. E. The provisions of Section III —Limits Of Insurance not otherwise modified by this endorsement shall continue to apply as stipulated. Page 2 of 2 ©Insurance Services Office, Inc., 2008 CG 25 03 05 09 ❑ Policy Number GLO 3888996-05 ENDORSEMENT ZURICH AMERICAN INSURANCE COMPANY Named Insured HAYDON BUILDING CORP . Effective Date: 05-01-17 12:01 A.M., Standard Time Agent Name LOVITT & TOUCHE INC Agent No. 09192-000 BLANKET NOTIFICATION TO OTHERS OF CANC THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. IF WE CANCEL THIS COVERAGE PART BY WRITTEN NOTICE TO THE FIRST NAMED INSURED FOR ANY REASON OTHER THAN NONPAYMENT OF PREMIUM, WE WILL DELIVER ELECTRONIC NOTIFICATION THAT SUCH COVERAGE PART HAS BEEN CANCELLED TO EACH PERSON OR ORGANIZATION SHOWN IN A SCHEDULE PROVIDED TO US BY THE FIRST NAMED INSURED. SUCH SCHEDULE: 1 . MUST BE INITIALLY PROVIDED TO US WITHIN 15 DAYS : A. AFTER THE BEGINNING OF THE POLICY PERIOD SHOWN IN THE DECLARATIONS; OR B. AFTER THIS ENDORSEMENT HAS BEEN ADDED TO POLICY; 2 . MUST CONTAIN THE NAMES AND E-MAIL ADDRESSES OF ONLY THE PERSONS OR ORGANIZATIONS REQUIRING NOTIFICATION THAT SUCH COVERAGE PART HAS BEEN CANCELLED; 3 . MUST BE IN AN ELECTRONIC FORMAT THAT IS ACCEPTABLE TO US; AND 4 . MUST BE ACCURATE . SUCH SCHEDULE MAY BE UPDATED AND PROVIDED TO US BY THE FIRST NAMED INSURED DURING THE POLICY PERIOD. SUCH UPDATED SCHEDULE MUST COMPLY WITH PARAGRAPHS 2 . 3 . AND 4 . ABOVE. B. OUR DELIVERY OF THE ELECTRONIC NOTIFICATION AS DESCRIBED IN PARAGRAPH A. OF THIS ENDORSEMENT WILL BE BASED ON THE MOST RECENT SCHEDULE IN OUR RECORDS AS OF THE DATE THE NOTICE OF CANCELLATION IS MAILED OR DELIVERED TO THE FIRST NAMED INSURED . DELIVERY OF THE NOTIFICATION AS DESCRIBED IN PARAGRAPH A. OF THIS ENDORSEMENT WILL BE COMPLETED AS SOON AS PRACTICABLE AFTER THE EFFECTIVE DATE OF CANCELLATION TO THE FIRST NAMED INSURED. C. PROOF OF EMAILING THE ELECTRONIC NOTIFICATION WILL BE SUFFICIENT PROOF THAT WE HAVE COMPLIED WITH PARAGRAPHS A. AND B . OF THIS ENDORSEMENT . D . OUR DELIVERY OF ELECTRONIC NOTIFICATION DESCRIBED IN PARAGRAPHS A. AND B . OF THIS ENDORSEMENT IS INTENDED AS A COURTESY ONLY. OUR FAILURE TO PROVIDE SUCH DELIVERY OF ELECTRONIC NOTIFICATION WILL NOT: 1 . EXTEND THE COVERAGE PART CANCELLATION DATE; 2 . NEGATE THE CANCELLATION; OR 3 . PROVIDE ANY ADDITIONAL INSURANCE THAT WOULD NOT HAVE BEEN PROVIDED IN THE ABSENCE OF THIS ENDORSEMENT. E. WE ARE NOT RESPONSIBLE FOR THE ACCURACY, INTEGRITY, TIMELINESS AND VALIDITY OF INFORMATION CONTAINED IN THE SCHEDULE PROVIDED TO US AS DESCRIBED IN PARAGRAPHS A. AND B. OF THIS ENDORSEMENT . ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. L.1-GL-1 11 4-A CW(110/02) POLICY NUMBER:+BAP 388899705 COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organizations) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Instred: Haydon Building Corp Endorsement Effective Date: 05-01-17 SCHEDULE Name Of Person(s) Or Organizations): ONLY WHERE YOU ARE REQUIRED TO PROVIDE ADDITIONAL INSURED STATUS OR ADDITIONAL INSURED STATUS ON A PRIMARY, NON-CONTRIBUTORY BASIS, IN A WRITTEN CONTRACT OR WRITTEN AGREEMENT EXECUTED PRIOR TO LOSS, EXCEPT WHERE SUCH CONTRACT OR AGREEMENT IS PROHIBITED BY LAW. Information required to complete this Schedule, if not shown above.will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 U Insurance Services Office, Inc., 2011 Page 1 of 1 Insurod Copy POLICY NUMBER:BAP388899705 COMMERCIAL AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: xaydon Building Corp Endorsement Effective Date: 05-01-17 SCHEDULE Name(s) Of Person(s) Or Organization(s): AS PER WRITTEN CONTRACT OR WRITTEN AGREEMENT Information required to complete this Schedule, if not shown above,will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the 'loss" under a contract with that person or organization. CA 04 441013C7 Insurance Services Office, Inc., 2011 Page 1 of 1 tnwrod Copy ENDORSEMENT Insurance for this coverage part provided by: Policy Number BAP388899705 ZURICH AMERICAN INSURANCE COMPANY BLANKET NOTIFICATION TO OTHERS OF CANC THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE: COMMERCIAL AUTO COVERAGE PART A. IF WE CANCEL THIS COVERAGE PART BY WRITTEN NOTICE TO THE FIRST NAMED INSURED FOR ANY REASON OTHER THAN NONPAYMENT OF PREMIUM, WE WILL DELIVER ELECTRONIC NOTIFICATION THAT SUCH COVERAGE PART HAS BEEN CANCELLED TO EACH PERSON OR ORGANIZATION SHOWN IN A SCHEDULE PROVIDED TO US BY THE FIRST NAMED INSURED. SUCH SCHEDULE: 1 . MUST BE INITIALLY PROVIDED TO US WITHIN 15 DAYS : A. AFTER THE BEGINNING OF THE POLICY PERIOD SHOWN IN THE DECLARATIONS; OR B. AFTER THIS ENDORSEMENT HAS BEEN ADDED TO POLICY; 2 . MUST CONTAIN THE NAMES AND E-MAIL ADDRESSES OF ONLY THE PERSONS OR ORGANIZATIONS REQUIRING NOTIFICATION THAT SUCH COVERAGE PART HAS BEEN CANCELLED; 3 . MUST BE IN AN ELECTRONIC FORMAT THAT IS ACCEPTABLE TO US; AND 4 . MUST BE ACCURATE. SUCH SCHEDULE MAY BE UPDATED AND PROVIDED TO US BY THE FIRST NAMED INSURED DURING THE POLICY PERIOD. SUCH UPDATED SCHEDULE MUST COMPLY WITH PARAGRAPHS 2 . 3 . AND 4 . ABOVE. B. OUR DELIVERY OF THE ELECTRONIC NOTIFICATION AS' DESC_RIBED IN PARAGRAPH A. OF THIS ENDORSEMENT WILL BE BASED ON THE MOST RECENT SCHEDULE IN OUR RECORDS AS OF THE DATE THE NOTICE OF CANCELLATION IS MAILED OR DELIVERED TO THE FIRST NAMED INSURED. DELIVERY OF THE NOTIFICATION AS DESCRIBED IN PARAGRAPH A. OF THIS ENDORSEMENT WILL BE COMPLETED AS SOON AS PRACTICABLE AFTER THE EFFECTIVE DATE OF CANCELLATION TO THE FIRST NAMED INSURED. C. PROOF OF EMAILING THE ELECTRONIC NOTIFICATION WILL BE SUFFICIENT PROOF THAT WE HAVE COMPLIED WITH PARAGRAPHS A. AND B. OF THIS ENDORSEMENT. D. OUR DELIVERY OF ELECTRONIC NOTIFICATION DESCRIBED IN PARAGRAPHS A. AND B. OF THIS ENDORSEMENT IS INTENDED AS A COURTESY ONLY. OUR FAILURE TO PROVIDE SUCH DELIVERY OF ELECTRONIC NOTIFICATION WILL NOT: 1 . EXTEND THE COVERAGE PART CANCELLATION DATE; 2 . NEGATE THE CANCELLATION; OR 3 . PROVIDE ANY ADDITIONAL INSURANCE THAT WOULD NOT HAVE BEEN PROVIDED IN THE ABSENCE OF THIS ENDORSEMENT. E. WE ARE NOT RESPONSIBLE FOR THE ACCURACY, INTEGRITY, TIMELINESS AND VALIDITY OF INFORMATION CONTAINED IN THE SCHEDULE PROVIDED TO US AS DESCRIBED IN PARAGRAPHS A. AND B. OF THIS ENDORSEMENT. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. U-CA-388-A(07-94) 4iwred Copy WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule ALL PERSONS OR ORGANIZATIONS WHEN REQUIRED BY A WRITTEN CONTRACT. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 5-1-17 Policy No. WC3888995-05 Endorsement No, Insured Haydon Building Corp Premium$ Insurance Company Countersigned By WC 00 03 13 (Ed. 4-84) Copyright 1983 National Council on Compensalion Insurance WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 A (Ed. 1-00) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (X ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL PROJECTS, WHEN REQUIRED BY A WRITTEN CONTRACT 3. Premium: INCLUDED The premium charge for this endorsement shall be 0 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: INCLUDED WC 42 03 04 A (Ed. 1-00) WORKERS COMPENSATION AND EMPLOYERS LIABILITY COMMERCIAL INSURANCE INSURANCE POLICY ENDORSEMENT Insurance for this coverage part provided by: ZURICH AMERICAN INSURANCE COMPANY lhisendorsement changes the insurance as is afforded by the policy relating to the following: Named Insured Policy Number HAYDON BUILDING CORP . WC 3888995-05 BLANKET NOTIFICATION TO OTHERS OF CANCELLATION ENDORSEMENT THIS ENDORSEMENT IS USED TO ADD THE FOLLOWING TO PART SIX OF THE POLICY. PART SIX - CONDITIONS F. NOTIFICATION TO OTHERS OF CANCELLATION 1 . IF WE CANCEL THIS POLICY BY WRITTEN NOTICE TO YOU FOR ANY REASON OTHER THAN NONPAYMENT OF' PREMIUM, WE WILL DELIVER ELECTRONIC NOTIFICATION TO EACH PERSON OR ORGANIZATION SHOWN IN A SCHEDULE PROVIDED TO US BY YOU. SUCH SCHEDULE: A. MUST BE INITIALLY PROVIDED TO US WITHIN 15 DAYS : AFTER THE BEGINNING OF THE POLICY PERIOD SHOWN IN THE DECLARATIONS; OR AFTER THIS ENDORSEMENT HAS BEEN ADDED TO POLICY; B. MUST CONTAIN THE NAMES AND E-MAIL ADDRESSES OF ONLY THE PERSONS OR ORGANIZATIONS REQUIRING NOTIFICATION THAT THIS POLICY HAS BEEN CANCELLED; C. MUST BE IN AN ELECTRONIC FORMAT THAT IS ACCEPTABLE TO US; AND D . MUST BE ACCURATE . SUCH SCHEDULE MAY BE UPDATED AND PROVIDED TO US BY YOU DURING THE POLICY PERIOD. SUCH UPDATED SCHEDULE MUST COMPLY WITH PARAGRAPHS B . C. AND D. ABOVE. 2 . OUR DELIVERY OF THE ELECTRONIC: NOTIFICATION AS DESCRIBED IN PARAGRAPH 1 . OF THIS ENDORSEMENT WILL BE BASED ON THE MOST RECENT SCHEDULE IN OUR RECORDS AS OF THE DATE THE NOTICE OF CANCELLATION IS MAILED OR DELIVERED TO YOU. DELIVERY OF THE NOTIFICATION AS DESCRIBED IN PARAGRAPH 1 . OF THIS ENDORSEMENT WILL BE COMPLETED AS SOON AS PRACTICABLE AFTER THE EFFECTIVE DATE OF CANCELLATION TO YOU. 3 . PROOF OF EMAILING THE ELECTRONIC NOTIFICATION WILL BE SUFFICIENT PROOF THAT WE HAVE COMPLIED WITH PARAGRAPHS 1 . AND 2 . OF THIS ENDORSEMENT. 4 . OUR DELIVERY OF ELECTRONIC NOTIFICATION DESCRIBED IN PARAGRAPHS 1 . AND 2 . OF THIS ENDORSEMENT IS INTENDED AS A COURTESY ONLY. OUR FAILURE TO PROVIDE SUCH DELIVERY OF ELECTRONIC NOTIFICATION WILL NOT: A. EXTEND THE POLICY CANCELLATION DATE; B. NEGATE THE CANCELLATION; OR C. PROVIDE ANY ADDITIONAL INSURANCE THAT WOULD NOT HAVE BEEN PROVIDED IN THE ABSENCE OF THIS ENDORSEMENT. 5 . WE ARE NOT RESPONSIBLE FOR THE ACCURACY, INTEGRITY, TIMELINESS AND VALIDITY OF INFORMATION CONTAINED IN THE SCHEDULE PROVIDED TO US AS DESCRIBED IN PARAGRAPHS 1 . AND 2 . OF THIS ENDORSEMENT. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. U-WC-332-A(07-94) Page 1 Last page (M) Other Insurance If other insurance applies to damages covered by this policy,this policy will apply excess of such other insurance. However, this provision will not apply: (1) If the other insurance is written to be excess of this policy. (2) With respect to Insuring Agreement A only, if you have agreed in a written contract with another person or organization that this policy shall be primary and non-contributory with such other person or entity's coverage, but only with respect to damages arising out of insured operations or work on your behalf performed under such written contract. When this Paragraph (2) applies, the coverage available to the other person or organization will be the lesser of the policy's Limits of Insurance or the minimum limits required by such written contract. In that case, other insurance of that person or organization will apply as excess and not contribute prior to the insurance afforded by this policy. (3) Nothing in this Condition (M) shall make this policy subject to the terms, conditions and limitations of such other insurance. (N) Premium (1) The first named insured shall be responsible for payment of all premiums when due. (2) The premium for this policy shall be computed on the basis set forth in Declarations Item 6. At the beginning of the policy period, the first named insured must pay us the Premium shown in Declarations Item 6. (3) When this policy expires or is cancelled, we will compute the earned premium for the time this policy was in force. If this policy is subject to audit adjustment, the actual exposure base will be used to compute the earned premium. If the earned premium is greater than the original premium paid, you will promptly pay us the difference. If the earned premium is less than the original premium paid, we will return the difference to you. But in any event, we shall retain the Minimum Premium as shown in Declarations Item 6 for each twelve(12) months of the policy period. (0) Separation of Insureds Except with respect to the Limits of Insurance of this policy and rights or duties specifically assigned to you, this insurance applies as if each insured were the only insured, and separately to each insured against whom claim is made or suit is brought. (P) Transfer of Rights of Recovery (1) If any insured has the right to recover all or part of any payment we have made under this policy, those rights are transferred to us. You must do nothing after loss to impair these rights and must help us enforce them. If, prior to the time of an occurrence, you and the insurer of scheduled underlying insurance waive any right of recovery against a specific person or organization for injury or damage as required under an insured contract, we also will waive any rights it may have against such person or organization. (2) Any recoveries shall be applied as follows: (a) Any person or organization, including you, that has paid an amount in excess of the applicable Limits of Insurance of this policy will be reimbursed first. XCU 050 0811 O 2011 X.L. America, Inc. All Rights Reserved. Page 25 of 26 May not be copied without permission. Includes copyrighted material of Insurance Services Offices,Inc.,with its permission. (b) We will then be reimbursed up to the amount we have paid. (c) Lastly, any person or organization, including you, that has paid an amount over which this policy is excess is entitled to claim the remainder. Expenses incurred in the exercise of rights of recovery shall be apportioned among the persons or organizations, including you, in the ratio of their respective recoveries as finally determined. (Q) Unintentional Failure to Disclose Your failure to disclose all hazards existing as of the inception date of this policy will not prejudice you with respect to the coverage afforded by this policy, provided that any such failure or omission is not intentional. XGU 050 0811 ©2011 X.L. America, Inc. All Rights Reserved. Page 26 of 26 May not be copied without permission. Includes copyrighted material of Insurance Services Offices,Inc.,with its permission. HP LaserJet P3015 Printers L 1.4103[/I Job Storage Status Page ; n v e Page 1 Error: Unable to store job at printer Reason: Disk is not present or is full. Solution: Add disk(RAM or EIO hard disk) or delete files. 0061 13-I PERFORMANCE BOND Page I of 3 SECTION 00 6113 PERFORMANCE BOND *3 ORIGINALS ISSUED* BOND NO. 106746958 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, Haydon Building Corp ,known as"Principal"herein and Travelers Casualty and Surety Company of America , a corporate surety(sureties, if more than one)duly authorized to do business in the State of Texas,known as"Surety"herein (whether one or more),are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City"herein, in the penal sum of, Seventeen Million Ninety-Two Thousand and 00/100ths----------------Dollars($17,092,000.00 ), lawful money of the United States,to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made,we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS,the Principal has entered into a certain written contract with the City awarded the 16th day of May, 2017,which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein,to furnish all materials, equipment labor and other accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as: Montgomery Street from Camp Bowie Boulevard to IH-30 West Freeway&Eastern Arlington Heights Drainage Component—CMAR; Contract No. 47328 NOW,THEREFORE,the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, according to the plans, specifications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the City,then this obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH MONTGOMERY STREET STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02432 0061 13-2 PERFORMANCE BOND Page 2 of 3 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code,as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 5th day of June, 2017. PRINCIPAL: Ha don Buil n or BY: Signature T T: res; dent (Prin ecretGarV T HaVrInn ,ta Name an Title Address: 8200 Springwood Drive, Suite 230 Irving,TX 75063 FritztRPhhnrst Witness as to Principal SURETY: Travelers Casualty and Surety Company of America BY: ignature Gregory P. Griffith,Attorney-in-Fact Name and Title Address: One Tower Square Harford,CT 06183 Witness s toSurety Telephone Number: (480)968-0100 Stephanie L.Bucholz *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH MONTGOMERY STREET STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02432 0061 13-3 PERFORMANCE BOND Page 3 of 3 CITY OF FORT WORTH MONTGOMERY STREET STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02432 0061 14-1 PAYMENT BOND Page 1 of 2 SECTION 00 6114 PAYMENT BOND *3 ORIGINALS ISSUED* BOND NO. 106746958 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, Haydon Building Corp known as "Principal" herein, and Travelers Casualty and Surety Company of America , a corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the penal sum of Seventeen Million Ninety-Two Thousand and 00/100ths---------------- Dollars ($17,092,000.00 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally,firmly by these presents: WHEREAS,Principal has entered into a certain written Contract with City, awarded the 16th day of May, 2017,which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein,to furnish all materials,equipment, labor and other accessories as defined by law, in the prosecution of the Work as provided for in said Contract and designated as: Montgomery Street from Camp Bowie Boulevard to IH-30 West Freeway& Eastern Arlington Heights Drainage Component—CMAR; Contract No. 47328 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. CITY OF FORT WORTH MONTGOMERY STREET STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02432 0061 14-2 PAYMENTBOND Page 2 of 2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 5th day of June, 2017. PRINCIPAL: Ha don Bui 2 Cor ATT BY: Si �ture Gary T Haydon, President (Prin i ) ecr ary Name and Title Address: 8200 Springwood Drive, Suite 230 Irving, TX 75063 Fritz Rahrhor-st Witness as to Principal SURETY: Travelers Casualty and Surety Company of America ATTEST: BY: *�Cp, :�igkilure Gregory P. Griffith,Attorney-in-Fact (Surety) Secretary Name and Title Address: One Tower Square Hartford, CT 06183 1 nes s to urety Stephanie L. Bucholz Telephone Number: (480)968-0100 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH MONTGOMERY STREET STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02432 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER IA POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 229283 Certificate No. 007083614 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company,St.Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Barry R.Farr,Andrew Farr,Gregory P.Griffith,Debra K.Williams,and Stephanie L.Bucholz of the City of Mesa ,State of Arizona their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 21st day of December 1 2016 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company IN.... •y . 0�... ..G,➢ +jP......,..Ry�4,- PJP SSG .C,11��9Upn 4\pQ� �}'DG, p��'f4j`b' n � ♦°��� wCMPORAiED o� 'i� of oRPOgA)Ftm .eo.`aAPORgTt;;�,i � 9�, MKFOgOY-1 t a 1951 ? +;SE11L CONN. n eg CGt � 7896 mOo \ ry� ,,N �.� *� sURMNccG \aj......H�a'(`r vl..n •eaD �`b +ate \+ od : State of Connecticut By: City of Hartford ss. Robert L.Raney,Senior Vice President On this the 21st day of December 2016 before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof,I hereunto set my hand and official seal. �A My Commission expires the 30th day of June,2021. j0il8UG * Marie C.Tetreault,Notary Public 58440-5-16 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER M&C Review Page 1 of 3 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FORT II COUNCIL ACTION: Approved on 5/16/2017 - Ordinance No. 22724-05-2017 & 22725-05-2017 DATE: 5/16/2017 REFERENCE C-28243 LOG NAME: 20MONTGOMERY CMAR NO.: CONSTRUCTION CODE: C TYPE: NOW PUBLIC CONSENT HEARING: NO SUBJECT: Authorize Amendment No. 1 to the Construction Manager-At-Risk Agreement with Haydon Building Corp. to Establish a Total Guaranteed Maximum Price of$17,092,000.00, Inclusive of a Construction Phase Fee of Eight Percent for the Construction Phase Portion of the Construction of Montgomery Street from Camp Bowie Boulevard to Interstate Highway 30 and the Construction of the Eastern Arlington Heights Drainage Improvements Along Bryce Avenue from Montgomery Street to Sutter Street, Authorize Funding for the Construction Phase Portion of the Project, as Amended, in the Amount of$17,092,000.00, Provide for Allowances and Additional Construction Services Costs for a Total Construction Cost in the Amount of$18,808,000.00 and Adopt Appropriation Ordinances (COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations of the Water Capital Projects Fund in the amount of$1,685,000.00 from available funds; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations of the Stormwater Capital Projects Legacy Fund in the amount of$2,000,000.00 from available funds; 3. Authorize the Construction Phase portion of the Construction Manager-at-Risk Agreement with Haydon Building Corp. (City Secretary No. 47328) including Amendment No. 1 to add additional scope for Eastern Arlington Heights Drainage Improvements, provide additional funding in the amount of$11,792,000.00 and establish a guaranteed maximum price of$17,092,000.00 inclusive of a Construction Phase fee of eight percent; and 4. Authorize funding for the Construction Phase Portion of the Montgomery Street Project (City Project No. 02432) in the amount of$18,808,000.00 inclusive of$1,716,000.00 for contingencies, allowances, and construction services. DISCUSSION: On August 25, 2015, Mayor and Council Communication (M&C C-27427) the City Council authorized the execution of a two-phase Construction Manager-at-Risk Agreement (CMAR Agreement) (City Secretary Contract No. 47328) with Haydon Building Corp. (Haydon), for Pre-Construction Services in the amount of $68,809.00 for construction of Montgomery Street from Camp Bowie Boulevard to IH-30 with a project budget of$5,300,000. During the preconstruction phase, the City determined that the Eastern Arlington Heights Storm Drain Improvements along Bryce Avenue from Montgomery Street to Sutter Street were necessary for the completion of the Montgomery Street Project. This Amendment No.1 adds that scope of work and related increased costs to the CMAR Agreement. This Mayor and Council Communication provides for Haydon to commence the construction portion of the CMAR Agreement. Haydon has structured the work into two separate Work Package, each with their own GMPs. Work Package No.1 with a Guaranteed Maximum Price in the amount of$12,407,000.00 (inclusive of CMAR fees and costs) is for the construction of Montgomery Street from Camp Bowie Boulevard to i.gPl:./Wei.s.M/T)nrnmPnt.s/Mnntonmery/C'.MAR/H;+vcinn/Cnnsh-nrtinn/C-2R243.htm 5/23/7.(117 M&C Review Page 2 of 3 Interstate Highway 30 and Work Package No. 2 with a Guaranteed Maximum Price in the amount of $4,685,000.00 (inclusive of CMAR fees and costs) is for the construction of the Eastern Arlington Heights Storm Drain Improvements along Bryce Avenue from Montgomery Street to Sutter Street. Haydon publicly advertised Work Packages Nos. 1 and 2 in the Fort Worth Star-Telegram on February 9, 2017 and February 16, 2017 as well as directly to the North Texas contracting community seeking I contractors capable of performing the work and who could provide the best value for the CMAR and City. Haydon engaged the services of construction project listing services including DBE-only listing services to advertise the project as well as reaching out to specialty contractors to solicit bids for the project. Haydon received bids on February 23, 2017. i After review of the bids and evaluation of critical factors such as ability to start and complete the project within the Project schedule, construction techniques and the capability to perform the work, Haydon has i recommended to Staff the following contractors: Where Haydon Building Corp is the recommended contractor, the Director of Transportation and Public Works has determined that Haydon Building Corp. provides the best value for the City. Contractor Unit Price Haydon Building Corp. 1 —General $ 1,822,546.52 JLB Contracting, LLC 2— Paving (Roadway) $ 2,431,139.00 Haydon Building Corp. 2— Paving (Sidewalks) $ 768,590.97 Haydon Building Corp. 3—Drainage $ 1,621,494.31 Total Highway Maintenance, LLC 4—Pavement Markings and Signs $ 48,679.37 Bean Electric, Inc. 5—Traffic Signals - $ 439,930.47 Bean Electric, Inc. 6— Illumination $ 541,925.55 Haydon Building Corp. 7 —Water $ 949,404.35 Haydon Building Corp. 8—Sanitary Sewer $ 261,486.46 Greenscape 9— Landscape and Irrigation $ 387,306.61 Bean Electric, Inc. 10—Franchise Utilities $ 734,011.28 Total $10,006,514.89 Eastern Arlington Heights Storm Drain Improvements from Montgomery Street to Sutter Street (Work Package No. 2) Contractor Unit Price McClendon Construction Company, Inc. 9—Paving $ 738,513.43 Woody Contractors, Inc. 2—Drainage $2,590,764.86 Woody Contractors, Inc. 3— Water $ 267,070.32 Woody Contractors, Inc. 4— Sanitary $ 509,543.19 Sewer Total $4,097,899.72 In addition to the construction costs for Work Packages Nos. 1 and 2, funding in the amount of $1,716,000.00 will be used for City contingencies, allowances, and construction services such as materials testing and inspection a project construction phase total in the amount of$18,808,000.00. Funding sources for this projects are as follows: 2014 Arterial Bond Funds in the amount of$8.000 million; 2014 Sidewalk Bond Funds in the amount of$0.124 million; 2004 Bond Program Residuals in the amount of$2.544 million, 2008 Bond Program Residuals in the amount of$3.406 million; Street Improvement Supplemental Funds in the amount of$1.00 million; Stormwater Capital Projects Fund in the amount of$5.524 million; and Water Capital Projects Funds in the amount of$1.685 million for a total of $22.283 million. This project will include reconstructed travel lanes, intersection, storm drainage, waterline, sanitary sewer, sidewalks, shared use path, traffic signals, and streetlight improvements. The construction activity is well-coordinated with the construction of the new parking garage and arena to avoid damage to new infrastructure. Haydon Building Corp., is in compliance with the City's BDE Ordinance by committing to 12 percent MBE participation on the construction phase services. The City's MBE goal on the construction phase services is I 12 percent. f;to.///r+•/TTnv,•o/�xTA;��riT/Tl..�,,,,,P„to/1�it.,,,trrnmP,v/('ALTAR/Aa�rrinn/('nnctr»ntinn/!'_7R74� htm 5/7.1/7017 M&C Review Page 3 of 3 The Montgomery Street project is located in COUNCIL DISTRICT 7. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the current capital budget of the Montgomery Street-Camp Bowie Project (CO2432) and the Montgomery/Eastern Arlington Heights Project (100218), as appropriated, of the 2014 Bond Fund, 2004 and 2008 Bond Residuals Program, Street Improvements Supplemental Fund, Water Capital Projects Funds, Stormwater Capital Project Bonds and Stormwater Capital Projects Fund. The Fiscal Year 2017 Water Operating Fund Budget includes appropriations of $21,060,000.00 for the purpose of providing Pay-As-You-Go funding for Water Capital Projects. After this transfer for Fiscal Year 2017, the balance will be $5,225,420.00. The Fiscal Year 2017 Water Operating Budget includes appropriations of$31,636,073.00 for the purpose of providing Pay-As-You-Go funding for Sewer Capital Projects. After this transfer for Fiscal Year 2017, the balance will be $11,126,797.00. TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Douglas Wiersig (7801) Additional Information Contact: Mike Weiss (8485) ATTACHMENTS 20MONTGOMERY CMAR CONSTRUCTION 59601 A017..docx 20MONTGOMERY CMAR CONSTRUCTION 59652 A017 FINALrev.docx Form 1295 for Mont St CMAR.pdf MONTGOMERY STREET CONSTRUCTION MAP.pdf lr•///(`•/i Tors•o/�x/riooT�T/Tlnrnmrntc/A/Tnntrtnmrry/('A/TAR/Na�r�nn/(`nncfrnrtinn/(�_7R7GL� htm 5/71/7017 �■r mm Fi3 35W am� al- �i•� �f� � ` CLiARKE ..j. _ ���`�-�� I�fii 1 - �� f ��� •�,AS ./" 1 �� Clre�f��tl�l�. ._' i fir'. v � j, ��� � �-�/4:■r � ., _ � (iii ,�" ��` �" ��.jP �� i - b:- :` 1 _ moo• , -6a � _ n g0 ..� \,. W -i -- � /,:'I' ■■ .' �,�.�.�, ues DC7- ��.> � �j i papapmW 4 no -'• �� O•q 'a'].' �, t(/) LANSF,ORD. ■�i ♦�t p'Y 1 11111 } 1 w4 .gpV o 3 W i ��:,O��7�'����,• ������I!ilii �.� �, ��. �'' .� , f��' O a. -�•r �♦ jiw ��. �' � -^-■ � � �*� CRESTLINE mill . • 11 Y1■ f S ku• �. WASHBNRN+ _ [r I W { ■ - 1 , � I 1 ' F�'•�`'r' I�r �r . ' ri i Y `rye 1 J •■1111. ' ,: - - - _ - a f _ - HAR\Y IN Owl aC -L'AFAYETTE �( ' � ��, � . l;l ��. at/�• �- • ,;_ � '.��3 - ..t�� I f r. s' EXrTE DEX 11 r f r�- ..4 � .�/■ � n�� i��t 1� • =�. '� r _7 _ rrffL 1Dp ����n .•'. 1 ! .� � '�� C ISyf'\t���r�i"� �" e� BRYCE, Wt ��`� i1 ►jw 5� " , .�� �� � —[BRYCE ._ / Ii e NO f= \ 6YERS JL EASTERN STORM DRAIN ARLINGTON •-• r� '�/� =������ iMii ����^�� LINDE{N{�■_• LINDEN rHl IMPROVEMENTS �T7 I� � Va• � \ '��+ • •�,,� ���V� /� i• FIPQCO LLINWOOD - �� 1 ►I '' �.• r� _■■�• r ,jet -rn,A'� - L° -■� r1��rl� ..'�"-" a� ,,' IrY ��. ,Tty .-ik3''f .il� 4 ' 1 I. EL�CAIIP�O� _ ��`�� `� ��♦" � �•1i1 ■may �-'. , • `'��r i''�i� , �k �f �,I! ���17 �'f'``,1�, 1�'� , � \ IN Grl 1F L5 PERSHING C fi�l�� �iTi �•'�„'7`, �w � V n Ike• k-tt � � BIRCHM1IAN •J ���C7~��,��� 1�, = i, #:.• p 5'Jul1'� - Flei, �� � •.� !r� e �� � 1 11 •11 CALM1IONT - Mi '^'71wI g Lei 0 1 Knel :• :• :' 1 -• 1 N C-28243 C CERTIFICATE OF INTERESTED PARTIES FORM 1295 101`1 Complete Nos.1-4 and 6 if there are Interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2017-193062 Haydon Building Corp Phoenix,AZ United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 04/17/2017 being filed. City of Fort Worth Date Ac wl ged: talc 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. 47328 GMP for Montgomery-Street, Project#02432,DOE#7389 Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary Behrhorrst,Fritz Phoenix,AZ United States X Keeble, Les Phoenix,AZ United States X Eklund, Mark Phoenx,AZ United States X Haydon,Gary Phoenix,AZ United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. Digitally signed by Mark D Eklund OFFICIAL SEALa Mark D E k l u n d DN:cn=Mark D Eklund,o,ou, M DEBBIE A. O'CONNER email=meklund@haydonbc.com,c=Us 0v(.0 Date:2017.04.17 07:51:22-07'00' Notary Public-State of Arizona MARICOPACOUNTY Signature of authorized agent of contracting business entity My Comm.Expires March 1,2016 AFFIX NOTARY STAMP/SEAL ABOVE — Sworn to and subscribed before me,by the said this the 7 day of 20to certify which,witness my hand and seal of offic . Signature of officer administering oath Printed name of officer administering oath Title of office administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0,883