Loading...
HomeMy WebLinkAboutContract 50956 CITYSEC ETARi r n "n BRACT NO. l L/ Received Date: July 10,2018 Received Time: 11:44 am Developer and Project Information Cover Sheet: Developer Company Name: March Forward Property 1,LLC 0 Address, State,Zip Code: 1675 B South Main. St. Phone&Email: 817-562-2292,douga@fwcivcon.com Authorized Signatory,Title: Doug Alumbaugh, Managing Member Project Name: March Forward Property 1 Brief Description: Water, Sewer,Paving Project Location: SE of intersection at Mark IV Pkwy and Great SW Pkwy Plat Case Number:I None I Plat Name: None Mapsco: Council District: 6 CFA Number: 2018-016 City Project Number: 101426 City of Fort Worth,Texas Standard Community Facilities Agreement-March Forward Property 1 ffWORTH9 ORD CFA Official Release Date:02.20.2017 Page 1 of 11 ARY TX STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 50956 WHEREAS, March Forward Property 1, 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 March Forward Property 1 ("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 t Project. NOW,THEREFORE,for and in consideration of the covenants and conditions contained herein,the City and the Developer do hereby agree as follows: t 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 contractor(s) City of Fort Worth,Texas Standard Community Facilities Agreement-March Forward Property 1 CFA Official Release Date:02.20.2017 Page 2 of 11 to submit a signed affidavit of bills paid and consent of Surety signed by its surety to ensure the contractor has paid any sub-contractor(s) and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full by Developer for all the services provided under this contract. C. Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City-approved construction plans, specifications and cost estimates provided for the Project and the exhibits attached hereto. D. The following checked exhibits describe the Improvements and are incorporated herein: Water(A) ®, Sewer(A-1) ®,Paving(B) f4, Storm Drain(B-1) El. Street Lights & Signs (C) E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section II,paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section II, of the Policy. Developer shall ensure its contractor(s)pays the then-current City-established wage rates. F. For all Improvements included in this Agreement for which the Developer awards construction contract(s), Developer agrees to the following: i. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to meet City's requirements for being prequalified, insured, licensed and bonded to do work in public ways and/or prequalified to perform water/wastewater construction as the case may be. ii. To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent (100%) of the contract price of the infrastructure,and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the infrastructure for a period of two (2) years from the date of final acceptance insuring the maintenance and repair of the constructed infrastructure during the term of the maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253, Texas Government Code. City of Fort Worth,Texas Standard Community Facilities Agreement-March Forward Property 1 CFA Official Release Date:02.20.2017 Page 3 of 11 iii. To require the contractor(s) it hires to perform the construction work contemplated herein to provide insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer-awarded infrastructure construction contracts. The City shall be named as additional insured on all insurance required by said documents and same will be evidenced on the Certificate of Insurance (ACORD or other state-approved form) supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours advance notice of intent to commence construction to the City's Construction Services Division so that City inspection personnel will be available;to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces,to not install or relocate any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. V. To require its contractor to have fully executed contract documents submitted to the City in order to schedule a Pre-Construction Meeting. The submittal should occur no less than 10 working days prior to the desired date of the meeting. No construction will commence without a City-issued Notice to Proceed to the Developer's contractor. vi. To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement, if any, until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. G. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the improvements under this Agreement. H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the Improvements required herein. I. City shall not be responsible for payment of any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. City of Fort Worth,Texas Standard Community Facilities Agreement-March Forward Property 1 CFA Official Release Date:02.20.2017 Page 4 of 11 J. Developer hereby releases and agrees to indemnify, defend and hold the City harmless for any inadequacies in the preliminary plans,specifications and cost estimates supplied by the Developer for this Agreement. K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer and required for the construction of the current and future improvements provided for by this Agreement. L. The Developer further covenants and agrees to, and by these presents does hereby, fully indemnify, hold harmless and defend the City, its officers, agents and employees from all suits,actions or claims of any character,whether real or asserted,brought for or on account of any injuries or damages sustained by any persons (including death) or to any property, resulting from or in connection with the construction, design, performance or completion of any work to be performed by said Developer, its contractors, subcontractors, officers, agents or employees, or in consequence of any failure to properly safeguard the work, or on account of any act, intentional or otherwise, neglect or misconduct of said Developer, its contractors, sub-contractors, officers, agents or employees, whether or not such iniuries, death or damages are caused, in whole or in Part, by the alleged negligence of the City of Fort Worth, its officers,servants, or employees. M. Developer will further require its contractors to indemnify, defend and hold harmless the City, its officers, agents and employees from and against any and all claims,suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from,or in any way connected with,the construction of the infrastructure contemplated herein, whether or not such injuries, death or damages are caused, in whole or in Part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. Further,Developer will require its contractors to indemnify,and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and construct the improvements in a good and workmanlike manner, free from defects, in conformance with the Policy, and in accordance with all plans and specifications. City of Fort Worth,Texas Standard Community Facilities Agreement-March Forward Property 1 CFA Official Release Date:02.20.2017 Page 5 of 11 N. Upon completion of all work associated with the construction of the Improvements,. Developer will assign to the City a non-exclusive right to enforce the contracts entered into by the Developer with its contractor along with an assignment of all warranties given by the contractor,whether express or implied. Further,Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. O. Inspection and material testing fees are required as follows: i. Developer shall pay in cash water and wastewater inspection fees and material testing fees equal to two percent(2%) for a total of 4% of the developer's share of the total construction cost as stated in the construction contract. ii. Developer shall pay in cash paving and storm drain inspection fees equal to four percent (4%) and material testing fees equal to two percent (2%) for a total of 6% of the developer's share of the total construction cost as stated in the construction contract. iii. Developer shall pay in cash the total cost of streetlights or if the city is not installing the streetlights, inspection fees equal to four percent(4%) of the developer's share of the streetlight construction cost as stated in the construction contract. iv. Developer shall pay in cash the total cost of street signs. P. COMPLETION WITHIN 2 YEARS i. Developer shall complete the Improvements within two (2) years, provided, however, if construction of the Improvements has started within the two year period,the developer may request that the CFA be extended for one additional year. ii. Nothing contained herein is intended to limit the Developer's obligations under the Policy, this Agreement, its financial guarantee, its agreement with its contractor or other related agreements. iii. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the construction of the Improvements if at the end of two(2)years from the date of this Agreement(and any extension period) the Improvements have not been completed and accepted. iv. The City may utilize the Developer's financial guarantee to cause the completion of the construction of the Improvements or to cause the payment of costs for City of Fort Worth,Texas Standard Community Facilities Agreement-March Forward Property 1 CFA Official Release Date:02.20.2017 Page 6 of 11 construction of same before the expiration of two (2) years if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction, the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement. 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. IMMIGRATION AND NATIONALITY ACT R. Developer shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (1-9). Upon request by City, Developer shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Developer shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Developer employee who is not legally eligible to perform such services. DEVELOPER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY DEVELOPER, DEVELOPER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Developer, shall have the right to immediately terminate this Agreement for violations of this provision by Developer. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth,Texas Standard Community Facilities Agreement-March Forward Property I CFA Official Release Date:02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name: March Forward Property 1 CFA No.: 2018-016 City Project No.: 101426 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. A. Water and Sewer Construction 1. Water Construction $ 16,756.00 2.Sewer Construction $ 26,815.00 Water and Sewer Construction Total $ 43,571.00 B. TPW Construction 1,Street $ 19,047.20 2.Storm Drain $ - 3.Street Lights Installed by Developer $ 4. Signals $ TPW Construction Cost Total $ 19,047.20 Total Construction Cost(excluding the fees): $ 62,618.20 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 871.42 D. Water/Sewer Material Testing Fee(2%) $ 871.42 Sub-Total for Water Construction Fees $ 1,742.84 E. TPW Inspection Fee(4%) $ 761.89 F. TPW Material Testing(2%) $ 380.94 G. Street Light Inspsection Cost $ - H. Signals Inspection Cost $ H. Street Signs Installation Cost $ Sub-Total for TPW Construction Fees $ 1,142.83 Total Construction Fees: $ 2,885.67 Choice Financial Guarantee Options,choose one Amount mark one Bond=100% $ 62,618.20 x Completion Agreement=100%/Holds Plat $ 62,618.20 Cash Escrow Water/Sanitary Sewer=125% $ 54 463.75 Cash Escrow Paving/Storm Drain=125% $ 23,809.00 Letter of Credit=125%w/2 r expiration period $ 78,272.75 City of Fort Worth,Texas Standard Community Facilities Agreement-March Forward Property 1 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 March Forward Property 1,LLC Jesus J.Chapa(Jun 18,20131 Jesus J. Chapt Citya Assista�un 18,2018Manager Dg bAgh( ,24k Date: Name: Doug Alumbaugh Recommended by: Title: Managing Member Date: dun 11,2018 Evelyn Robe SIJ—11,2018) Evelyn Roberts/Jennifer Ezernack Project Assistant Planning and Development Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and Approved as to Form & Legality: administration of this contract, including ensuring all performance and reporting requirements. Richard A.McCracken(Jun 18,2018) Richard A. McCracken Janie Scarkl f Morales Assistant City Attorney Janie Scarlett Morales(Jun 11,2018) M&C No. N/A Name: Janie Morales Date: Title: Development Manager Form 1295: N/A ATTEST: Ma/r�ayse�� Mary J. Kayser/Ronald Gonzales OFFICIAL.RECORD City Secretary/Assistant City Secretary CITY$11CRiTARY IIT.WORTH,TX City of Fort Worth,Texas Standard Community Facilities Agreement-March Forward Property 1 CFA Official Release Date:02.20.2017 Page 9of11 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 ® Exhibit A-1: Sewer Improvements ® Water and Sewer Cost Estimates ® Exhibit B: Paving Improvements ® Paving Cost Estimate [ Exhibit 13-1: Storm Drain Improvements Storm Drain Cost Estimate ❑ Exhibit C: Street Lights and Signs Improvements G Street Lights and Signs Cost Estimate (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement-March Forward Property 1 CFA Official Release Date:02.20.2017 Page 10 of 11 ATTACHMENT"I" Changes to Standard Agreement Community Facilities Agreement City Project No. 101426 None. City of Fort Worth,Texas Standard Community Facilities Agreement-March Forward Property 1 CFA Official Release Date:02.20.2017 Page 11 of 11 OWNER/DEVELOPER: FORT WORTH CIVIL CONSTRUCTORS, LLC 16758 S.Main St. Keller,TX 76248 O PHONE: (817)562-2292 Z O d U LOOP 820 0 m 0 0 m J 'O Q 9E:: l4 E C �U l4 l4 a Xx m GREATLr) XLl N W (0 � U � N x PROJECT w °' SITE ¢ z LT Y C [if N Q C � c C � Y to ftf Q EIE] ti O f6 Q N LL C f6 lT f6 C l4 LL U N N Q' T m a ti M HARRIS coKOCHER M SMITH EXHIBIT AA 0 101 Summit Avenue, Suite 1014 LOCATION MAP for 3 Fort Worth, Texas 76102 P: 817.769.6279 F: 817.769.6298 HarrisKocherSmith.com MARCH FORWARD PROPERTY 1 a TBPE Firm No. F-15501 SCALE: 1"=1000' OWNER/DEVELOPER: I FORT WORTH CIVIL CONSTRUCTORS, LLC SITE 1, BLOCK 6 ZONE X:::(SHAIDED)` 16758 S.Main St. ::...:.:::::.......................: PKeller,HONE: : (817)e GREAT SOUTHWEST INDUSTRIAL ADJACENT PHONE: (617)562-2292 Z PARK OF FORT WORTH- C.S.C. Q MARK IV ADDITION LOT LINE o VOL. 388-46, PG. 26 (TYP) a ............................... O.P.R.T.C.T. irk%ir1 / / —OH E 0 EE 81 IE ` t�#1f• H. —�— — --------——------- <- .. —Q.. rn i I I PROPOSER TWO PROPOSED i I ( STORY STORY WAREHO4E : OFFICE BUILDING BUILDING (SEE PRIVATE PLAN SST);:: ' ; :, ESMT i SEE PRIVATE PLAN SET) \ . Q i INSTALL: Q o I �� 1-FIRE HYDRANT APPROXIMATE pi 1-1 LIMITS OF IRR TAP & METER - � — _.o � i I 1-2" DOM TAP & METER 100-YEAR FLOOD �� I : L � = i ZONE AE (TY P) ,l > v Y mI .. ::: W EXISTING BLDG (CLUB l CAR) i Q � ��IY• I �/7// //77T///7TH//�l/T�// ///7Tl//llT///I7T7// � (n \: LOT 4, BLOCK 6R i I GREAT SOUTHWEST INDUSTRIAL rn PARK OF FORT WORTH GSA MARK OP SANITAR� i �j IV ADDITION SEWER (SEL / D203072421 / EXHIBIT A-1 CAB. A, SLIDE 8190 / I) O.P.R.T.C.T. iiiiiiiiiiiiiiiiLLLI//LLLI//1LL///1LL///111///111//ll� I �I r' PROP SIDEWALK & RAMPS (SEE I I rn EXHIBIT B) L o � I I EX PROP , 1 BNDY (TYP) i HARRIS KOCHER SMITH EXHIBIT A 101 Summit Avenue, Suite 1014 WATER IMPROVEMENTS for Fort Worth, Texas 76102 P: 816279 F: 817.769.6298 HarrisMARCH FORWARD PROPERTY 1 — HarrisKocherSmith.com TBPE Firm No. F-15501 SCALE: 1"=50' OWNER/DEVELOPER: _...... ..........................I.................... FORT WORTH CIVIL CONSTRUCTORS, LLCSITE 1, BLOCK 6 ZONE XX::(SHADFD) 1675B S.Main St. :.::....::.:.:.......................... Keller,TX76248 GREAT SOUTHWEST INDUSTRIAL PHONE: (817)562-2292 ADJACENT Z PARK OF FORT WORTH- G.S.C. = MARK IV ADDITION :: LOT LINE o VOL. 388-46, PG. 26 (TYP) a O.P.R.T.C.T. i✓ —OHE E— U (�m I I . PROPOSER TWO PROPOSED C� E; l .... :: STORY VVAREHO SE: ::: i ._A P`A1N i I ( STORY ... .\ ......... EX I OFFICE . ... BUILDING \:::::: � ::: BUILDING (SEE PRIVATE PLAN SM::::: SEE PRIVATE PLAN SET) PROPOSED WATER ( � : o I TE :; : \ (SEE EXHIBIT A) — — — �- LIMITS OF : :::::.: ` .. N = 100-YEAR FLOOD Q o i I I ZONE AE TYP > � � m I (TYP) � :: elf i I EXISTING = i I BLDG (CLUB � CAR) LOT 4, BLOCK 6R I i �j. GREAT SOUTHWEST INDUSTRIAL ' LI / PARK OF FORT WORTH-GSA MARK r_ -.i OP SANITAR� Nil IV ADDI110ND203072421 SE R LINE (TYPI) ` CAB. A, SLIDE 8190 i I`� O.P.R.T.C.T. PROP SIDEWALK C, �� & RAMPS (SEE M I`" EXHIBIT B) L l PROP SANITARY o i l I EX PROP SEWER MANN i B N D Y (TYP) ( i HARRIS KOCHER SMITH EXHIBIT A-1 LU a 101 Summit Avenue, Suite 1014 SEWER IMPROVEMENTS for P: 817.769.6279 F: 817.7669.9.6298 Fort worth, Texas 76MARCH FORWARD PROPERTY 1 HarrisKocherSmith.com SCALE:1"=50' a TBPE Firm No. F-15501 OWNER/DEVELOPER: FORT WORTH CIVIL CONSTRUCTORS, LLC SITE 1, BLOCK 6 ZONE X (SHADED). .......`.. 1675B S.Main St. ::.......:::......................... Keller,TX762481 GREAT SOUTHWEST INDUSTRIAL ADJACENT PHONE: (817)562-2292 —/ PARK OF FORT WORTH- G.S.C. 4 z Q MARK IV ADDITION LOT LINE o m VOL. 388-46, PG. 26 (TYP) a 0.P.R.T.C.T. 111�rC/ / OHE 0 E E -91fE d. .... H ----- — - ----------------- �-:� - -. .. U ... ..... I20POSEI3 \ 1 :::: . :. PROPOSED E STORY STORY WAREHOI SSE..:: :�; I OFFICE BUILDING \: F�QODp� BUILDING (SEE PRIVATE PLAN SEAT) , ESM1 >: SEE PRIVATE `. PLAN SET) PROPOSED WATER o � I ( I APPROXIMATE Q 0 o I �i IMPROVEMENTS Y I i I (SEE EXHIBIT A) _ — — LIMITS OF :: \: ctf CD Q I i I I 100—YEAR FLOOD ZONE AE (TYP) .. .. Q I:- EXISTING BLDG (CLUB CAR) //T177//7TT///TITT// ///TTl//ITT///ITlI// LOT 4, BLOCK 6R ( i GREAT SOUTHWEST INDUSTRIAL i PARK OF FORT WORTH-GSA MARK _ t_ OP SANITAR� i IV ADDITION SEWER (SEE D203072421 -1 EXHIBIT A CABI) co . A, SLIDE 8190 �j i �1 I O.P.R.T.C.T. PROP SIDEWALK i & RAMPS 1. r L � o CL EX PROP J / 8 BNDY (TYP) Ir OL ro HARRIS I�OC HER SMITH EXHIBIT B 101 Summit Avenue, Suite 1014 PAVING IMPROVEMENTS for Fort Worth, Texas 761022 P: 817.769.6279 F: 817.769.6298 MARCH FORWARD PROPERTY 1 HarrisKocherSmith.com SCALE: 1"-50' TBPE Firm No. F-15501 - 004143 4343 DAP•00 PROPORM. Pep 1 Ke SECTION 00 42 43 Developer Awarded Prgade-PROPOSAL FORM UNIT PRICE BID Bidder's Application PAjus km kronnoim Bidden hap" � Deeaiplfen Speciaalioe Seedm No. Unit orMotn Bid Q 1i9, Unit Price Bid Value UNIT 1:WAI ER WPROYEVANT3 1 3312.0001 Fire Hydrant _ .._.. _ 33 1240 EA 1 $5,175.00 SS 175.00 2 3312.2004 1'Pdlarie WaWSeMee 33 12 10 EA 1 $2,440.00 $2,440.00 3 3312.2204 2'Prlvala Water Servke 331210 LF 1 $2,750.00 52,760.00 4 3311.0151 rDIP Water 331110 LF 14 $126.00 $1,764.00 5 3312.3002 r Gate Veto 331220 EA 1 $692.00 5662.00 6 3312.4106 1Y x 6'Tappuq Slane 6 Vahro 33 12 25 EA 1 $3,745.00 $3,745.00 7 6 9 10 11 12 13 14 is 17 19 20 21. _22 23 24 25 �e z7 28 , 30 3� 32 35 36 37 3e 39 40 41 42 43 M .. 45 TOTAL UNIT 1 NTS $16,756.00 CRYOPreRTNORia RAWSUVOCONVO "W INSC!'f CATION DOLLRIMU-CKVKM0t AWARIM WoaCi7 Fw vr�egrsYr I.lols m47�IRe Ry�l_DAP.N. 004143 DAP.an PROPM1. Pp2.F0 SECTION 00 42 43 Developer Awarded Protects-PROPOSAL FORM UNIT PRICE BID Bidder's Application ".tl Ram lark"N im Btrr.re Pmpw.l Bid Item No. 0esaii4m Sp.tiatalift S.ainl No. Unit of Mealw Q b hail hie. Bir Value UNIT Lly=' 1 3301.0002 Post-CCTV Inspection 33 01 31 LF 240 $1A0 $240.00 2 3301. a 0101 Manhole Vaaart Testkt0 33 01 30 EA 3 $215.00 $645.00 3 3305.0109 Trench Safety 33 0510 LF 240 $1.00 $240.00 4 3331.4115 6'Sewer Plpe 33 11 10,33 31 12,33 31 20 LF 230 $58.00 $13,340.00 5 3331.4106 6'Sewer Pipe 33 11 10,33 31 12,33 31 20 EA 10 $57.00 $570.00 6 3339.0001 Epoxy Manhole Liner 333960 VF 19 $155.00 $2,945.00 7 3339.10014-Manhole 33 39 10,33 39 20 EA 3 $2.945.00 $6,635.00 e 9 10 11 12 13 14 15 16 17 16 19 20 21 22 23 24 25 26 27 2e 29 30 31 32 33 34 35 36 37 36 39 40 41 42 43 44 45 TOTAL UNIT If:SANITARY SEWER IMPROVEMENTS! $26.615.00 CRY OF FAIT WORTH STANDARD CONSTRUM011 SPECUICATx1N DOUGUNIS.DEYFI.OPPJI A WARDED PROJECTS Fu v'A�LPtiOe 1.2015 0414kMM P,op-O_DM b to"" nAP-I111 PROAL Pge3e(e SECTION 00 42 43 Developer Awarded Pra)eds-PROPOSAL FORM UNIT PRICE BID Bidder's Application P140d um Infwedien Bidders PAp" mma D--dpd- Spedaer- section me. unit ermemm Bid iy unit mee Bio v due WROWMENTS 1 — 2 _ r 3 4 - S e e 10 —`12 13 14 15 17 1e 19 20 21 22 23 - 24 - 25 - 26 27 — - — — - 20 29 3133 _ 34 35 35 - �- 37 _ 35 39 — 40 —» 41 42 43 44 ---- 45 — - 1AENTS CIT Or POST rvosnt STAMMRD CONSTIUXTV11 SPECIFICATION MUNI.'EMS-MVEtAr.tt AwAeOM PROJEM P..Im t.pwiw 1.xis OO 43419W hmpmdnk"s m 47 47 W.M PROMA FW4e(6 SECTION 00 42 43 Developer Awarded"cls PROPOSAL FORM UNIT PRICE BID Bidder's Application Pwjeet hem 4tro mal6R N WNr pmpw hem 1No. D66aip lan BP6dB@@OAW 119WOR No. URA or Munnow Unit Mea BN Vdv6 1 0241.1300 Remove Cone Curb&Gutter 02 41 15 LF 24 $16.00 $364.00 2 3213.0301 4'Cone Sldervalt 32 13 20 SF 1456 $5.95 $6,563.20 3 3471.0001 Traffic Conlrol 3471 13 MO 1 $1,200.00 $1,200.00 4 3213.0506 Barrier Free Ramp,Type P-1 32 13 20 EA 4 $2,200.00 $6,600.00 5 6 7 e 9� 1ti 12 13 14 1s 16 17 16 19 20 21 22 23 24 25 26 27 26 29 30 31 32 33 34 35 36 37 36 39 40 41 _42 43 44 45 TOTAL UNIT IV:PAyQG imFV6'yr;mENTs $19.047.20 CITYOF FORT WORTH STANMRDCONSTRUCTIONSPE WICA"M DOCUMENTS.DEVELOP19l AMARDIU)MOWZD Fa,w va w.2 , 1.7617 004241_RM F1w.d_OV.d. W42 iJ OAP-MD PROAL Phe S ef6 SECTION 00 42 43 DevelopwAwttdded Pmjede-PROPOSAL FORM UNIT PRICE BID Bidder's Application project Item wamebon Bidden P2opww Daaipuam 3pdeedon Section No. Unit orMaeun Bd Unit Prim Bid Value IMPROVEMENTS �n 1 2 3 4 s e 7 e e 10 11 12 13 14 15 to 17 1t 19 20 _ 21 22 23. 24 —— 25 26 27 28 29 _ 30 31 32 33 34 35 3e 37 35 39 40 41 42 43 44 45 TOTAL UNIT V:STREET LIGHTING IMPROVEMENTSI ctTY aP PaaT WORIII STAWMMCONITRWCMN!1p WATCMnOCYMRMT -rAr4m1WP.m AWAaO®PWBCif P—V.ermahudo t.2N! M424 awlAge�l_CMP.w 69324} DAP.M PROM" Pyreere SECTION 00 42 43 Developer Awarded Projects•PROPOSAL FORM UNIT PRICE BID Bidder's Application Project hem Infalmmion Diddafs Proposal Didlisl hem No. Dmaiption spedacadan Swim No. unit orMemma QWnuN Bid unit slue. Bios Value Bid Summary UNIT I:WATER IMPROVEMENTS $16,756.00 UNIT D:SANITARY SEWER IMPROVEMENTS 1125,11MDO UNIT IN:DRAINAGE IMPROVEMENTS UNIT IV:PAVING IMPROVEMENTS $19,0.47.20 UNIT V:STREET LIGHTING IMPROVEMENTS Tetel Couuer Tien Bid $62,614.20 The Bid Is submitled by dw eneey named below: BY: as in Alum au BIDDER: Fort Worth Civil Constructors,LLC —U 16758 S.Main SL TAIn President Keller,TX 76248 Date:04mmols Conlraetor agrees to cemplere WORK for FINAL ACCEPTANCE widda 37 caloedar days alter We dace when the CONTRACT comawm es to run as Provided In she General Cmdglom. END OF SECTION CnY OF PORT WORTH eTAnDARO COMMUCTM MEWICATI014 DMUW->M•lRiYi*"M AWAROBD PROXCTa raw Yaia i.dei} 48 42 4)_W PwPsi_DAP.Ah