Loading...
HomeMy WebLinkAboutContract 49766 Developer and Project Information Cover Sheet: Developer Company Name: SP FWT Cantrell Sansom, LLC Address, State,Zip Code: 8801 River Crossing Blvd.,Suite 300,Indianapolis,Indiana 46240 Phone&Email: 317-218-1662,bobs@scwmellproperites.com Authorized Signatory,Title: James C.Carlino ,Manager Project Name: Park 820&Groendyke Trucking Public Improvements Brief Description: Water, Sewer Project Location: 1100 Cantrell Sansom Rd. Plat Case Number: FS-17-028 Plat Name: Groendyke Transport&Craine Industrial Park Mapsco: 48-H Council District: 2 CFA Number: 2017-121 City Project Number: 101071 To be completed b staff Received by: Z ZoDate: —/0/2-7 7 OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX City of Fort Worth,Texas i Standard Community Facilities Agreement-Park 820&Groendyke Trucking Public Improvements CFA Official Release Date: 02.20.2017 Page 1 of 11 STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary E {{ -- COUNTY OF TARRANT § Contract No. WHEREAS, SP FWT Cantrell Sansom, LLC, ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Park 820 & Groendyke Trucking Public Improvements ("Project") within the City or the extraterritorial jurisdiction of Fort Worth, Texas("City"); and WHEREAS, the City has no obligation to participate in the cost of the Improvements or Project; and WHEREAS, any future City participation in this CFA is subject to the availability of City funds and approval by the Fort Worth City Council and shall be memorialized as an amendment to this Agreement; and WHEREAS, the Developer and the City desire to enter into this Community Facilities Agreement ("CFA" or "Agreement") in connection with the collective Improvements for the Project. NOW, THEREFORE, for and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: General Requirements A. The Policy for the Installation of Community Facilities ("Policy") dated March 2001, approved by the City Council of the City of Fort Worth, as amended, is hereby incorporated into this Agreement as if copied herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. B. Developer shall provide financial security in conformance with paragraph 6, Section II, of the Policy and recognizes that there shall be no reduction in the collateral until the Project has been completed and the City has officially accepted the Improvements. Developer further acknowledges that said acceptance process requires the Developer's co City of Fort Worth,Texas Standard Community Facilities Agreement-Park 820 Z uFoUnMyTeTru"Mft'Puhlic Improvements CFA Official Release Date:02.20.2017 C Page 2 of 11 OFFICIAL RECORD c j CITY SECRETARY FT.WORTH,TX le 9.. to submit a signed affidavit of bills paid and consent of Surety signed by its surety to ensure the contractor has paid any sub-contractor(s) and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full by Developer for all the services provided under this contract. C. Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City-approved construction plans, specifications and cost estimates provided for the Project and the exhibits attached hereto. D. The following checked exhibits describe the Improvements and are incorporated herein: Water (A) ®, Sewer (A-1) ®, Paving (B) ❑, Storm Drain (B-1) ❑, Street Lights & Signs (C) M. E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section II, paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section II, of the Policy. Developer shall ensure its contractor(s)pays the then-current City-established wage rates. F. For all Improvements included in this Agreement for which the Developer awards construction contract(s), Developer agrees to the following: i. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to meet City's requirements for being prequalified, insured, licensed and bonded to do work in public ways and/or prequalified to perform water/wastewater construction as the case may be. ii. To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent (100%) of the contract price of the infrastructure, and a maintenance bond in the name of the City for one hundred percent(100%) of the contract price of the infrastructure for a period of two (2) years from the date of final acceptance insuring the maintenance and repair of the constructed infrastructure during the term of the City of Fort Worth,Texas Standard Community Facilities Agreement-Park 820&Groendyke Trucking Public Improvements CFA Official Release Date: 02.20.2017 Page 3 of 11 maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253, Texas Government Code. iii. To require the contractor(s) it hires to perform the construction work contemplated herein to provide insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer-awarded infrastructure construction contracts. The City shall be named as additional insured on all insurance required by said documents and same will be evidenced on the Certificate of Insurance (ACORD or other state- approved form) supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours advance notice of intent to commence construction to the City's Construction Services Division so that City inspection personnel will be available; to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces, to not install or relocate any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. V. To require its contractor to have fully executed contract documents submitted to the City in order to schedule a Pre-Construction Meeting. The submittal should occur no less than 10 working days prior to the desired date of the meeting. No construction will commence without a City-issued Notice to Proceed to the Developer's contractor. vi. To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement, if any, until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. G. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the improvements under this Agreement. H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the Improvements required herein. City of Fort Worth,Texas Standard Community Facilities Agreement-Park 820&Groendyke Trucking Public Improvements CFA Official Release Date:02.20.2017 Page 4 of 11 I. City shall not be responsible for payment of any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. J. Developer hereby releases and agrees to indemnify, defend and hold the City harmless for any inadequacies in the preliminary plans, specifications and cost estimates supplied by the Developer for this Agreement. K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer and required for the construction of the current and future improvements provided for by this Agreement. L. The Developer further covenants and agrees to, and by these presents does hereby, fully indemnify, hold harmless and defend the City, its officers, agents and employees from all suits, actions or claims of any character, whether real or asserted, brought for or on account of any injuries or damages sustained by any persons (including death) or to any property, resulting from or in connection with the construction, design, performance or completion of any work to be performed by said Developer, its contractors, subcontractors, officers, agents or employees, or in consequence of any failure to properly safeguard the work, or on account of any act, intentional or otherwise, neglect or misconduct of said Developer, its contractors, sub-contractors, officers, agents or employees, whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers,servants, or employees. M. Developer will further require its contractors to indemnify, defend and hold harmless the City, its officers, agents and employees from and against any and all claims, suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from, or in any way connected with, the construction of the infrastructure contemplated herein, whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. Further, Developer will require its contractors to indemnify, and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and City of Fort Worth,Texas Standard Community Facilities Agreement-Park 820&Groendyke Trucking Public Improvements CFA Official Release Date:02.20.2017 Page 5 of 11 construct the improvements in a good and workmanlike manner, free from defects, in conformance with the Policy, and in accordance with all plans and specifications. N. Upon completion of all work associated with the construction of the Improvements, Developer will assign to the City a non-exclusive right to enforce the contracts entered into by the Developer with its contractor along with an assignment of all warranties given by the contractor, whether express or implied. Further, Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. O. Inspection and material testing fees are required as follows: i. Developer shall pay in cash water and wastewater inspection fees and material testing fees equal to two percent (2%) for a total of 4% of the developer's share of the total construction cost as stated in the construction contract. ii. Developer shall pay in cash paving and storm drain inspection fees equal to four percent (4%) and material testing fees equal to two percent (2%) for a total of 6% of the developer's share of the total construction cost as stated in the construction contract. iii. Developer shall pay in cash the total cost of streetlights or if the city is not installing the streetlights, inspection fees equal to four percent (4%) of the developer's share of the streetlight construction cost as stated in the construction contract. iv. Developer shall pay in cash the total cost of street signs. P. COMPLETION WITHIN 2 YEARS i. Developer shall complete the Improvements within two (2) years, provided, however, if construction of the Improvements has started within the two year period, the developer may request that the CFA be extended for one additional year. ii. Nothing contained herein is intended to limit the Developer's obligations under the Policy, this Agreement, its financial guarantee, its agreement with its contractor or other related agreements. iii. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the construction of the Improvements if at City of Fort Worth,Texas Standard Community Facilities Agreement-Park 820&Groendyke Trucking Public Improvements CFA Official Release Date: 02.20.2017 Page 6 of 11 the end of two (2) years from the date of this Agreement (and any extension period)the Improvements have not been completed and accepted. iv. The City may utilize the Developer's financial guarantee to cause the completion of the construction of the Improvements or to cause the payment of costs for construction of same before the expiration of two (2) years if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction, the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement. Q. Developer acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not boycott Israel; and (2)will not boycott Israel during the term of the contract. (REMAINDER OF PAGE INTENTIONALLY LEFT BLAND City of Fort Worth,Texas Standard Community Facilities Agreement-Park 820&Groendyke Trucking Public Improvements CFA Official Release Date:02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name: Park 820&Groendyke Trucking Public Improvements CFA No.: 2017-121 City Project No.: ' '_)1 U An Engineer's Estimate of Probable Cost is acceptable. However, the construction contract price will ultimately determine the amount of CFA fees and financial guarantee. The bid price and any additional CFA payments will be required prior to scheduling a pre-construction meeting. An itemized estimate corresponding to each project-specific exhibit is required to support the following information. Items Developers Cost A. Water and Sewer Construction 1. Water Construction $ 124,052.20 2.Sewer Construction $ 116,033.00 Water and Sewer Construction Total $ 240,085.20 B. TPW Construction 1 Street $ - 2. Storm Drain $ 3.Street Lights Installed by Developer $ 4. Signals $ TPW Construction Cost Total $ - Total Construction Cost(excluding the fees): $ 240,085.20 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 4,801.70 D. Water/Sewer Material Testing Fee(2%) $ 4,801.70 Sub-Total for Water Construction Fees $ 9,603.40 E. TPW Inspection Fee(4%) $ - F. TPW Material Testing(2%) $ G. Street Light Inspsection Cost $ H. Signals Inspection Cost $ H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ - Total Construction Fees: $ 9,603.40 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 240,085.20 x Completion Agreement= 100%/Holds Plat $ 240,085.20 Cash Escrow Water/Sanity Sewer=125% $ 300,106.50 Cash Escrow Paving/Storm Drain=125% $ - Letter of Credit=125%w/2yr expiration period $ 300,106.50 City of Fort Worth,Texas Standard Community Facilities Agreement-Park 820&Groendyke Trucking Public Improvements CFA Official Release Date:02.20.2017 Page 8 of 11 ACCORDINGLY,the City of Fort Worth and Developer have each caused this instrument to be executed in quadruplicate in each entity's respective name by its duly authorized signatories effective as of the date executed by the City's City Manager or his/her designee. CITY OF FORT WORTH DEVELOPER SP FWT Cantrell Sansom,LLC Jesus J. Chaps Assistant CT�9 Manager Date: ' ame: Jame C.Carlino Recommended by: Title: Manage ate: 9 17 Wendy C t-Babulal, EMBA, P.E. ATTEST: (Only if required by Developer) Development Engineering Manager Water Department Signature Douglas . Wiersig, P.E. Name: Director Transportation &Public Works Department Contract Compliance Manager: Approved as to Form &Legality: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting Richard A. McCracken requirements. Assistant City Attorney M&C No. Date: L Form 1295: 1V�� Name: Janie Morales Title: Development Manager ATTEST: O�.FORT�O ary . Kayser City Secretary City of Fort Worth,Texas 7E% OFFICIAL RECORD Standard Community Facilities Agreement-Park 820&Groendyke' Trucking Public Improvements CITY SECRETARY CFA Official Release Date: 02.20.2017 FT.WORTI'I,TX Page 9 of 11 Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment ® Attachment 1 -Changes to Standard Community Facilities Agreement ® Location Map ® Exhibit A: Water Improvements ® Water Cost Estimate ® Exhibit A-1: Sewer Improvements ® Sewer Cost Estimate ❑ Exhibit B: Paving Improvements ❑ Paving Cost Estimate ❑ Exhibit B-1: Storm Drain Improvements ❑ Storm Drain Cost Estimate ❑ Exhibit C: Street Lights and Signs Improvements ❑ Street Lights and Signs Cost Estimate (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement-Park 820&Groendyke Trucking Public Improvements CFA Official Release Date: 02.20.2017 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 101071 None City of Fort Worth,Texas Standard Community Facilities Agreement-Park 820&Groendyke Trucking Public Improvements CFA Official Release Date:02.20.2017 Page 11 of 11 WATER EXHIBIT HEARTHSTONE PROPERTIES,LLC HEARTHSTONE PROPERTIES, JBC LAND AND CATTLE COMPANYI (INST.NO.D204339208) (INST.DELAWARE.LLC}}) I (INST.N0.D20B239145) N0.02113117 EX. F.H. EX. 24" BUTTERFLY _ _ =CANTRELL SANSOM ROAD_ VALVE & VAULT _- -_ - -- nlrc�1 (VARIABLE R.O.W.) 24' rr _ -+ � 24M ES 2 2 I• - X-09276, PROJECT N0: 051-024011 CONNECT TO EX. 48" BUTTERFLY EX. 24" EX. F.H. VALVE & VAULT CONCRETE v CANTRELL SANSOM WATER MAIN PUMP STATION --- -- I Z PRIVATE WATERLINE 9 I CONNECTIONS DOMESTIC AND ° N IRRIGATION GROENDYKE TRANSPORT z METERS LOT 1,BLOCK 1 C==========AILLER DISTRIBUTING FORT WORTH,INC;:-G� 12" WATER (INST.N0. 2445) 2D.11111 AC.AC. I MAIN 37.5' (876,037 SF) I WEST OF PL ZONED: K-HEAINDUSTRIAL FF= W INW670.25 EX. 48" WATER X-17954 \ DOE: 3637 & 4089 \ W.R.MEADOM6.INC. \ � (INST.NO.D215157470) \ I I LOT 1,BLOCK 1 \ W CRANE INDUSTRIAL PARK (CAB.A.SL.12803) \ MILLER DGM LING FDRT-RTR,NC. (CAB.NO.D210032445) PRIVATE WATERLINE I F=-- G F=- r- o CONNECTIONS - EXISTING WATER LINE DOMESTIC PROPOSED WATER LINE I AND PROPOSED GATE VALVE I IRRIGATION PROPOSED FIRE HYDRANT METERS ♦ EXISTING FIRE HYDRANT NS 7214PRESSURE PLANE I.D. x EXISTING VALVE �1 WATERLINE Rz CONNECTION 0 100 200 400 INSTALL jz HYDRANT END WATER GRAPHIC SCALE IN FEET MAIN I� JlPacheco Koch o c h 7557 RAMBLER ROAD, SUITE 1400 DALLAS, ENGINEERING FIRM253t F469 TXGROENDYKE TRANSPORT N,'; FIRM LS-10008000 INC. DRAWN BY CHECKED BY SCALE DATE ✓OB NUMBER j0 ECS =200' 09/09/201,7 3861-16.513 WATER EXHIBIT i SANITARY SEWER EXHIBIT HEARTHSTONE PROPERTIES, HEARTHSTONE PROPERTIES,LLL DELAWARE.LLC UBC LAND AND CATTLE COMPANY (INST.NO.D20433920B) (INST.NO.D211311733) I (INST.N0.D208239145) LCANTRELL SANSOM ROAD_ T (VARIABLE R.O.W.) EX. SANITARY F W 2380, X-23441 CP# 1001100 I _ \-CONNECT TO ------ EX. MANHOLE I Ei I 8" SANITARY SEWER MAIN. 0 INSTALL 7 _ MANHOLES. I GROEYKE TRANSPORT 65' WEST OF LOTOT1,BLOCK 1 PROPERTY LINE �LIILLER DISTRIBUTING FORT WORTH,INC�o (INST.N0.0210032445) 20.111 AC. (878,037 SF) ZONED: K-HEAVY INDUSTRIAL FF 870.25 I \\ I END Q\ SANITARY W.R.MEADOWS,INC. � (INST.NO.D2151574]0) SEWER MAIN \� I I I LOT 1,BLOCK 1 CRANE INDUSTRIAL PARK (CAB.A,SL.12803) MILLER DISTMBDTMG FDRT MC .INC. (LAB.N0.1)110032M3) \ 8" SANITARY SEWER MAIN. L_ F--= GF--= 5' NORTH OF PROPERTY LINE EXISTING SEWER MAIN PROPOSED SEWER MAIN o EXISTING S.S. MANHOLE O PROPOSED S.S. MANHOLE l� 0 100 200 400 GRAPHIC SCALE IN FEET JI Pacheco Koch AER 'ALL RAMBLER ROAD, SUITE 1400 AS, 75231 972.235.3031 GROENDYKE TRANSPORT EN X REG. ENGINEERING FIRM F-469 S,I7,E`YING FIRM LS-10008000 INC.DRAWN BY CHECKED BY SCALE JOB NUMBEy R JQ ECS 1"=200 3861-16.513 SANITARY SEWER EXHIBIT 00 42 43 DAP-BrD PROPOSAL Page 1 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unir of Bid No. Description Section No. Measure Quantity Unit Price Bid Value UNIT I:WATER IMPROVEMENTS _1 3305.0109 Trench Safety 33 05 10 LF 1748 _ $1.00 $1,748.00 2 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 TON — 1.9 $3,158.00 $6,000.20 3 3311.0241 8"Water Pipe 3311 10,33 LF 96 $26.00 $2,496.00 4 3311.0441 12"Water Pipe 3311 10,33 LF 1652 $37.00 $61,124.00 5 3311.0442 12"Water Pipe,CSS Backfill33 11 10,33 LF 196_ $54.0_0 $10,584.00 6 3312.0001 Fire Hydrant — 33 12 40 EA 1 $2,900.00 $2,900.00 7 3312.4211 24"x 12"Tapping Sleeve&Valve 33 12 25 EA 1 $6,900.00 $6,900.00 8 3312.2203 2"Water Service 331210 EA 6 $2,650.00 $15,900.00 9 3312.3003 8"Gate Valve —_ 33 12 20 EA 2 $1,000.00 $2,000.00 .10 3312.3005 12"Gate Valve 331220. EA 8 $1,800.00 $14,400.00 11 12 13 14 15 16 17 18 19 20 21 ^ 22 23 24 25 26 27 28 29 —�— — 30—- --- ------ 31 32 33 34- - 35 36 37 38 39 40 41 43 44 45 TOTAL UNIT is WATER IMPROVEMENTS $124,052.20 CITY Of FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September I,2015 00 42 43 Bid ProposaLDAP 004243 DAP-BID PROPOSAL Page 2 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. I Measure Quantity Unit Price Bid Value UNIT Il:SANITARY SEWER IMPROVEMENTS 13301.0002 Post-CCN Inspection _ _ 330131 LF 1968 $1.00 $1,968.00 2 _ 3301.0101 Manhole Vacuum Testing 33 01 30 EA 8 $125.00 _ $1,000.00 3 3305.0109 Trench Safety 33 05 10 LF 1968 $1.00 $1,968.00 4 3305.0112 Concrete Collar _ 33 05 17 EA 7 $1,000.00 $7,000.00 5 3331.3201 6"Sewer Service _33 31 50 EA 2 $700.00 $1,400.00 6 3331.3301 8"Sewer Service — — 33 31 50 EA 2 $750.00 $1,500.00 7 3331.4115 8"Sewer Pipe 3311 10,33 LF 1968 $32.00 $62,976.00 a 3331.4116 8"Sewer Pipe,CSS Backfill 3311 10,33 LF 90 $54.00 $4,860.00 9 3339.0001 Epoxy Manhole Liner_ _33 39 60 VF 36_ $176.00 $6,336.00 10.. 3339.1001 4'Manhole 33 39 10,33 EA 7 $3,175.00 $22,225.00 11 3339.1002 4'Drop Manhole 33 39 10,33 EA 1 _ $4,300.00 $4,300.00 12 3339.1003 4'Extra Depth Manhole 33 39 10,33 VF 5 $100.00 $500.00 _ 13 14 15 16 - 17 18 19 20 21 22 23 24 25 -- 26 27 _ 28 29 30 31 32 33 34 35 36 _ 37 38 39 40 41 42 - — •--- 43 44 _ 45 TOTAL UNIT Il:SANITARY SEWER IMPROVEMENT $116,033.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROTECTS Form Version September 1,2015 00 42 43 Bid Proposal DAP 00 42 43 DAP-BTD PROPOSAL Page 3 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM - i UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value UNIT III:DRAINAGE IMPROVEMENTS 2 3 4 5 ---- _ — 7 8 9 10 11 12 13 14 15 16 17 _ 18 19 20 _ 21 22 23 24 25 26 27 28 29 30.— 31 32 33 _- 34 l 35 36 -- I 37 38— -- - 39 i 40 _ 41 I 42 - --� 43 44 45 — TOTAL UNIT III:DRAINAGE IMPROVEMENT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 00 42 43—Bid Proposal—DAP 00 42 43 DAP.BID PROPOSAL Page 4 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Hid No. DescriptionSpecification No. Measure Quantity Unit Price Bid Valuc UNIT IV:PAVING IMPROVEMENTS 1 2 3 4 5 --- 7 8 10 9 11 _ 12 13 14 _.. -- 15 16 _17 _ 18 19 20 21 21 J �— — — --- — 23 24 25 26 27 _ 28 29 30 —— — --- - — —- 31 _ 32 33 _ 34 — 35 36 37 38 39 40 41 43 44 45 — —!— TOTAL UNIT IV:PAVING IMPROVEMENT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 00 42 43Bid Proposal_DAP 00 42 43 DAP-BID PROPOSAL Page S or7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Specification Unit of Bid No. Description Section No. I Measure Quantity Unit Price Bid Value UNIT V:STREET LIGHTING IMPROVEMENTS 2 — - - 3 4 5 — 5 -- — — 7 8 10 11 12 13 14 15 16 17 -- 18 — — 19 20 21 23 24 25 - 26 27 28 i -- - 29 30 31 32 _ 33 34 35 _ 36 37 —38 — -- 39 40 41 43 44 _ 45 TOTAL UNIT V:STREET LIGHTING IMPROVEMENT CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROTECTS Fomi Version September 1,2015 0042 43_13id Pmpossl_DAP .00 42 4] DAP-BID PROPOSAL Page 6 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposat Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS 1 3 4 5 7 8 9 10 11 12 13 _ 14 15 16 17 18 19 20 21 _ 22 23 24 25 26 27 28 29 30 - 31 32 33 34 35 36 37 38 39 40 41 42 - — — - 43 44 45 TOTAL UNIT VI:TRAFFIC SIGNAL IMPROVEMENT CITY OFFORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROTECTS Form Version September 1,2015 0042 43 Bid Proposal DAP 00 42 43 DAP-BID PROPOSAL Page 7 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No Description Section No. Measure Quantity Unit Price Hid Value Bid Summary UNIT I:WATER IMPROVEMENTS $124,052.20 UNIT II:SANITARY SEWER IMPROVEMENTS $116,033.00 UNIT III:DRAINAGE IMPROVEMENTS UNIT IV:PAVING IMPROVEMENTS UNIT V:STREET LIGHTING IMPROVEMENTS UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS Total Cons ction Bid $240,085.20 �+ 17/(tom-�p2 �Fc fwc> SVC-, Contractor agrees to complete WORK for FINAL ACCEPTANCE within OWN.Qj calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. 4,44 Al. Comer ST. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 0042 43_Bid P,oposal DAP