Loading...
HomeMy WebLinkAboutContract 51169 Received Date:8/31/2018 Received Time: 11:31 a.m. Developer and Project Information Cover Sheet: Developer Company Name: MPC Stanley,LLC Address, State,Zip Code: 1900 Airport Frwy,Bedford, TX 76022 Phone&Email: 972-850-0929,randy@mperes.com Authorized Signatory, Title: Randy Primrose,Owner Project Name: Magnolia Stanley Apartments Brief Description: Water, Sewer,Paving, Street Lights Project Location: Stanley Ave/East of Lowden St Plat Case Number: FS-08-174 Plat Name: S.S.S. Tenancy Addition Mapsco: 035ABF Council District: 2 CFA Number: 2017-210 City Project Number: 101370 OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX City of Fort Worth,Texas Standard Community Facilities Agreement-Magnolia Stanley Apartments CFA Official Release Date: 02.20.2017 Page 1 of 11 STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 51169 WHEREAS, Magnolia Property Company, ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Magnolia Stanley Apartments ("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 Devel City of Fort Worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement-Magnolia Stanley Apartments CITY S�CR�A CFA Official Release Date:02.20.2017 Page 2 of 11 F ',WORTH$TX 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) Z, Sewer(A-1) X_ Paving(B) Ill. Storm Drain(B-1) ❑. Street Lights & Signs (C) Z. E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section II,paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section II, of the Policy. Developer shall ensure its contractor(s)pays the then-current City-established wage rates. F. For all Improvements included in this Agreement for which the Developer awards construction contract(s), Developer agrees to the following: i. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to meet City's requirements for being prequalified,insured, licensed and bonded to do work in public ways and/or prequalified to perform water/wastewater construction as the case may be. ii. To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent (100%) of the contract price of the infrastructure, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the infrastructure for a period of two (2)years from the date of final acceptance insuring the maintenance and repair of the constructed infrastructure during the term of the maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253, Texas Government Code. City of Fort Worth,Texas Standard Community Facilities Agreement-Magnolia Stanley Apartments CFA Official Release Date:02.20.2017 Page 3 of 11 iii. To require the contractor(s) it hires to perform the construction work contemplated herein to provide insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer-awarded infrastructure construction contracts. The City shall be named as additional insured on all insurance required by said documents and same will be evidenced on the Certificate of Insurance (ACORD or other state-approved form) supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours advance notice of intent to commence construction to the City's Construction Services Division so that City inspection personnel will be available;to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces,to not install or relocate any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. V.. To require its contractor to have fully executed contract documents submitted to the City in order to schedule a Pre-Construction Meeting. The submittal should occur no less than 10 working days prior to the desired date of the meeting. No construction will commence without a City-issued Notice to Proceed to the Developer's contractor. vi. To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement, if any, until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. G. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the improvements under this Agreement. H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the Improvements required herein. I. City shall not be responsible for payment of any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. City of Fort Worth,Texas Standard Community Facilities Agreement-Magnolia Stanley Apartments CFA Official Release Date:02.20.2017 Page 4 of 11 J. Developer hereby releases and agrees to indemnify, defend and hold the City harmless for any inadequacies in the preliminary plans,specifications and cost estimates supplied by the Developer for this Agreement. K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer and required for the construction of the current and future improvements provided for by this Agreement. L. The Developer further covenants and agrees to, and by these presents does hereby, fully indemnify, hold harmless and defend the City, its officers, agents and employees from all suits,actions or claims of any character,whether real or asserted,brought for or on account of any injuries or damages sustained by any persons (including death) or to any property, resulting from or in connection with the construction, design, performance or completion of any work to be performed by said Developer, its contractors, subcontractors, officers, agents or employees, or in consequence of any failure to properly safeguard the work, or on account of any act, intentional or otherwise, neglect or misconduct of said Developer, its contractors, sub-contractors, officers, agents or employees, whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. M. Developer will further require its contractors to indemnify, defend and hold harmless the City, its officers, agents and employees from and against any and all claims, suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from,or in any way connected with,the construction of the infrastructure contemplated herein,whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. Further,Developer will require its contractors to indemnify,and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and construct the improvements in a good and workmanlike manner, free from defects, in conformance with the Policy, and in accordance with all plans and specifications. City of Fort Worth,Texas Standard Community Facilities Agreement-Magnolia Stanley Apartments CFA Official Release Date:02.20.2017 Page 5 of 11 N. Upon completion of all work associated with the construction of the Improvements, Developer will assign to the City a non-exclusive right to enforce the contracts entered into by the Developer with its contractor along with an assignment of all warranties given by the contractor,whether express or implied. Further,Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. O. Inspection and material testing fees are required as follows: i. Developer shall pay in cash water and wastewater inspection fees and material testing fees equal to two percent (2%) for a total of 4% of the developer's share of the total construction cost as stated in the construction contract. ii. Developer shall pay in cash paving and storm drain inspection fees equal to four percent (4%) and material testing fees equal to two percent (2%) for a total of 6% of the developer's share of the total construction cost as stated in the construction contract. iii. Developer shall pay in cash the total cost of streetlights or if the city is not installing the streetlights, inspection fees equal to four percent(4%) of the developer's share of the streetlight construction cost as stated in the construction contract. iv. Developer shall pay in cash the total cost of street signs. P. COMPLETION WITHIN 2 YEARS i. Developer shall complete the Improvements within two (2) years, provided, however, if construction of the Improvements has started within the two year period,the developer may request that the CFA be extended for one additional year. ii. Nothing contained herein is intended to limit the Developer's obligations under the Policy, this Agreement, its financial guarantee, its agreement with its contractor or other related agreements. iii. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the construction of the Improvements if at the end of two(2)years from the date of this Agreement(and any extension period) the Improvements have not been completed and accepted. iv. The City may utilize the Developer's financial guarantee to cause the completion of the construction of the Improvements or to cause the payment of costs for City of Fort Worth,Texas Standard Community Facilities Agreement-Magnolia Stanley Apartments 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. City of Fort Worth,Texas Standard Community Facilities Agreement-Magnolia Stanley Apartments CFA Official Release Date:02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name: Magnolia Stanley Apartments CFA No.: 2017-210 City Project No.: 101370 An Engineer's Estimate of Probable Cost is acceptable. However,the construction contract price will ultimately determine the amount of CFA fees and financial guarantee. The bid price and any additional CFA payments will be required prior to scheduling a pre-construction meeting. An itemized estimate corresponding to each project-specific exhibit is required to support the following information. Items Developer's Cost A. Water and Sewer Construction 1. Water Construction $ 72,932.00 2.Sewer Construction $ 52,938.00 Water and Sewer Construction Total $ 125,870.00 B. TPW Construction 1.Street $ 120,650.50 2.Storm Drain $ - 3.Street Lights Installed by Developer $ 34,225.00 4. Signals $ - TPW Construction Cost Total $ 154,875.50 Total Construction Cost(excluding the fees): $ 280,745.50 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 2,517.40 D. Water/Sewer Material Testing Fee(2%) $ 2,517.40 Sub-Total for Water Construction Fees $ 5,034.80 E. TPW Inspection Fee(4%) $ 4,826.02 F. TPW Material Testing(2%) $ 2,413.01 G. Street Light Inspsection Cost $ 1,369.00 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ Sub-Total for TPW Construction Fees $ 8,608.03 Total Construction Fees: $ 13,642.83 Choice Financial Guarantee Options,choose one Amount Mark one' Bond=100% $ 280,745.50 Completion Agreement=100%/Holds Plat $ 280,745.50 Cash Escrow Water/Sanitary Sewer-125% $ 157,337.50 Cash Escrow Paving/Storm Drain=125% $ 193,594.38 Letter of Credit=125%w/2yr expiration period $ 350,931.88 1 X City of Fort Worth,Texas Standard Community Facilities Agreement-Magnolia Stanley Apartments 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 MPC Stanley,LLC Jesus.J.Chapa(Aug 30,2018) Jesus J. Chapa Assistant City Managers p� Date: Aug 30, 2018 Randy Prmrose(Aug 24,2018) Name: Randy Primrose Recommended by: Title: Owner Date: Aug 24,2018 Evelyn Robe 5(Aug 24,2018) 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 X- �� requirements. Richard A.McCracken(Aug 30.s.., Richard A. McCracken Tranie soatlopf morale's Assistant City Attorney Janie Scarlett Morales(Aug 30,2018) M&C No. N/A Name: Janie Morales Date: Title: Development Manager Form 1295: N/A FOR... p ATTEST: U _ M$1"Gf es Mary J.Xayser(Aug 31,2018)8) Mary J. Kayser/Ronald G City Secretary/Assistant City Secretary OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX City of Fort Worth,Texas Standard Community Facilities Agreement-Magnolia Stanley Apartments CFA Official Release Date: 02.20.2017 Page 9 of l 1 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 Exhibit B: Paving Improvements ❑ Exhibit 13-1: Storm Drain Improvements Exhibit C: Street Lights and Signs Improvements Final Construction Costs (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement-Magnolia Stanley Apartments CFA Official Release Date:02.20.2017 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 101370 None. City of Fort Worth,Texas Standard Community Facilities Agreement-Magnolia Stanley Apartments CFA Official Release Date:02.20.2017 Page 11 of 11 TEXAS REGISTRATION#14199 C.3 _ Z_ \ ( r e w 2 5 w g /x.\ Z of Lu �\\\ Lu § T . \ @ \ � ® \ e \ X \ § ° / w / » z 4 2 i / b e E \ / ]av HI 4 / 4 ]av 9NMI @ DAV NV a / � ]av H1 \ 4 . ]av S AV / O ]av AEII Nd S a 9 � \ �� ] v NOl SNan \ * 2 ]av NOOR100 \ \ 0 O ON SNMOI � w \ w / < u ]av]GS vM ¥ t GA-19>Hvd IS]HOJ \ k ]av 1 vDO m \ \ \ � U a«cJVM E--90-910Z\eeWGv\i eHX3\oa,\.AmwJ 3SOa a tcc \s.L3 3roa«si3 3ro aA:z EVW, TEXAS REGISTRATION#14199 m 7 ZB Wp a — c W Q W Z W y t V W ° W W a J r2 w Z o�mo U ~ Q r N Lu w I �^ � �Q}Q W ? Z co1.� Z aD J ] O �y Q W w V LLI V D m 0 I W °imoa (+ �J/�.J� BW Z W co C-4 r- CZ ll01 ? 2 Lu Lu W o00 iol E �—W a o 0 0 o I W as L` v aaa J h CL Q cb w -OH Q�E O E E 0 d, W W !. g 3m1 ]AV Al IINViS m � Z W w J-t—j Z_ W � Z J w a J .W >_0Y W rl a ~¢ a ~ °° w LU `� F" a 0 LU o d I � o0 � a o 0J_ 1 E I I 69'0d' O z w I z l SJ HJI3H J ° 0 U U O J bZ Ez zz w Z ww w w I a w w oa ~ ~c 3 3 i o z z z — — o m g OMO'lIBIHX3 HMVM VNMOICO VAD\-L1AIHX3\100"\J.31NVi% 3SO2119RId Wf-ZWeV&13 I`08d\S1.5-Y0UA.Z :NOLLV001 TEXAS REGISTRATION#14199 Lo Z ;9 O LU U F- C7 I.LJU Z U ^w pN�W J m + 0 0 1� D � U' t'�/ �xc�i0 w L z�mg 2 J J z W iU Z m Ill mm= U) W U) co Z U.1 o a cn a O w a ~ 10 CL CL J P�Gy o a a W � L) �C WP-4 CL d ¢ w (D v E OHE diE OHE W I I II w W w 3NIl 2131VM.8'X3 I I 2 II m 3nN3AV A31N` iS W ISI II j — m � a — — —-WO ro I I I r7 mtwo 14 ~ II Z O m� I W II z uj m�z< 1�1 W F Z lI �` z II m W I I o0 LL II O II J p w rn J IIco w II 2 U ISI w j Z ww w w II m a z z >Ej11 O I a I I a w w a w w ow I I a I Cl- cn z Q Q o II a � Z z l �Z cn z z z I w 2 I I CLU)U) U) U) uwi *o I I a $ a I I O w I I (S£ZLZ X) SS m f J 4 314Il 133M38,.g W 9M1OUIBIH(3 M3%M L'y\s4tg!MQ 3SOMMINd G97L-1L0Z\&lNVHA 7V&o --Z WOUY901 TEXAS REGISTRATION#14199 Lo z o ILU ts U 50' Wcn OW VARG46 I Z o o m0 F LLJ O — — UpwU �U U Z MOO 3 I- a° Clvvq �� — - W oma Oa Fz o f who xa w§ M Y p In ayo oou OF w C� a M wD F Z QLL= U� m 3 r a s 3 Y a 00-0 Z L� e �P�G� wa any M Ox C7 Q ✓� Or aQ Uw `z H V 2 y C rn y Z QW C C Q x 3: Q oM a. o s" D� Z UZ— U �./ wm aN I .g. aQ C7 Q Tnw b w I J ;'e,• H Z y '• �] Q •.T Qi � Y_ in 1.5' }. 3 co M oo- o ~ - - O^ w �' 'n(n U, Fa Z _ Z w Y� >�> aM OM O J L I �O F ,4 K 7 c — z "r'' c O p a aa LU M O y z a a w C� o a E• U ¢m C W Owj z O J ti U T: ��- x .i; of 0 LuW 0 p 3s n w a wac �j ass.j j Y _ J a I zo N N m 3:2 Q U 1. c7a F¢ oa •r. oim �WF- 3Fp Q Z r y o� �C Y� 0C3 zu.p am �Q �w aa�a '_ ¢�a•Uz LU wz� LL= �8 f 'T. Boz U3y w w �� YQ aN Uw §ZQ 2Z f • U Z � F 00 �zN O W w w W Z 3 Cf y D MoLL 8 z a�' amw D H O Ye z W w tl w O O o O 3.5 a a a 1.5' Ix a a ILL d 3N I� Clb'W TYP. }r? 47.9' ROW VAIN S (l SMIO'IIBIHX3 JNIAVd 0%S119Ha0 V-0\LMHX3\W+3\,kT fLS 3SOMIMI8d ISI-£IO S103OM S133PO :NOLLVOOI l TEXAS REGISTRATION#14199 N^ I I m I W 3 11H VN_ I Z o ---- — 0r 0 m w H � O LU w w w as W �oou Ja r3 C) 0 d W C7 wo QXNo X X =L) Z p J Iz w0wU2 LLJ a 0 I U,Z 2SS$$ Q w m W maS W f f J Z g — F LLI v ~ U) N r a, Mfr W x d Q MJ I aapF I Wro J0 V LL, CD 2 Dao J w w p a ��0 3�� U . a- -JT (Doz L9 pro¢ IL > J¢~ z Z Z x O> w J p N $ I F W W U L`Z3^ ¢E K00 p3 w ou Ir J I mQ w �r Lt— Luww = J N p m ap ol ar zLU Q 7Oz �XQO�Cr Cr J JQ~ CIS m�orrr a azU) z ozZ000 IrZ Q m O Z Z Z 3 2 $ �U F O p 0 0 0 0 I O w m it j w c7 �-�- a Ir O 5- 0 m U U U X O OF LU p >>zzz I W 0 wa F�000 0 mU --U UU I z W '> O J d d m - O I W N W a� x W3 W Jo 0 oW ma a x IARI( I W a H I W W w x �¢ w� �� M07 �0 3 0 'o, w N J w O w $I I r z am x00 }Cl _O p m J J W m J O Q 2 w w I J O N W �' 0U) — 3H0—m— 3H0 a-a \3N Z U v J J> S z 0 W0 U' O Z ...D w — J a0 ter¢ N0 d ~W Cfca ¢z 3 X0 A zo oiF £w (� d W UScor n UX-X01& 0 t r J LU K m p p 7 5 L H 0 Z z 0 0 ¢ Q p 0 oo 0 X00 a U p m O r F O O N Q t/�^ w 0 m U U Q_ W Q J X 7 N O w iY ¢ d z Z a "am�� F0 ~ 700 L X00 mN_p» n1 I Y �_ x -00 Z J o loz°°p �o I m LL J I = 0 Co w w w (Da $ I mEl I H dW Lu azz ---- — --- �zz -00 O Z m !- Q oma'llel s1Hon 133a s o\s imm v-b\lieiwo\aovo\AmNvls 3sounim Let-ctoz\uo3%md\sla3rosd\:z :1147� 00 42 43 DAP-BID PROPOSAL Page t of 5 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. DescriptionSpecification No. I Measure Quantity Unit Price Bid Value UNIT I:WATER IMPROVEMENTS 1 0241.1218 4"-12"Water Abandonment Plug 0241 14 EA 1 $2,793.00 $2,793.00 2 0241.1510 Salvage Fire Hydrant 10241 14 EA 1 $500.00 $500.00 3 0241.1514 Salvage 2"Water Meter 0241 14 EA 1 $14,369.00 $14,369.00 4 3305.0109 Trench Safety 33 05 10 LF 16 $52.50 $840.00 5 3311.0001 Ductile Iron Water Fittings w/Restraint 33 11 11 TON 1.5 $2,400.00 $3,600.00 6 3311.0143 6"Water Pipe,Select Backfill 12 11 10,33 11 LF 16 $765.00 $12,240.00 7 3312.0117 Connection to Existing 4"-12"Water Main 33 1225 EA 1 $7,350.00 $7,350.00 8 3312.2802 4"Water Meter and Vault 33 12 10 EA 1 $25,000.00 $25,000.00 9 3312.4004 8"x 6"Tapping Sleeve&Valve 33 1225 EA 1 $6,240.00 $6,240.00 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 I:WATER IMPROVEMENTS1 $72,932.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September I.2015 Magnolia Stanlav Apamnent-00 42 43 Bid Proposal_DAP 00 42 43 DAP-BID PROPOSAL Page 2 of 5 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 Bid Value UNIT 11:SANITARY SEWER IMPROVEMENTS 1 3201.0614 Conc Pvmt Repair,Residential 32 01 29 Sy 115 $170.00 $19,550.00 2 3301.0002 Post-CCTV Inspection 33 01 31 LF 172 $4.00 $688.00 3 3301.0101 Manhole Vacuum Testing 3301 30 FA 1 $1,500.00 $1,500.00 4 3305.0109 Trench Safety 3305 10 LF 172 $8.00 $1,376.00 5 3305.0110 UtilityMarkers 33 05 26 I'S 1 $500.00 $500.00 6 3305.0112 Concrete Collar 3305 17 EA 1 $725.00 $725.00 7 3331.32016"Sewer Service 33 31 50 EA 1 $1,200.00 $1,200.00 8 3331.4115 8"Sewer Pipe 33 11 10,33 31 LF 12 $135.00 $1,620.00 12,333120 9 3331.4116 8"Sewer Pipe,CSS Backfill 33 11 10,33 31 LF 160 $100.00 $16,000.00 12,333120 10 3339.1001 4'Manhole 330 39 10,33 39 EA 1 $8,379.00 $8,379.00 11 3339.1003 4'Extra Depth Manhole 20 39 10,33 39 VF 4 $350.00 $1,400.00 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 TOTAL UNIT II:SANITARY SEWER IMPROVEMENTS $52,338.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Forth Version September 1,2015 Magnolia Stanley Apartment-00 42 43 Bid Proposal_DAP DAP-BID PROPOSAL -1 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 Bid Value UNIT IV:PAVING IMPROVEMENTS 1 0241.1300 Remove Conc Curb&Gutter 10241 15 LF 550 $10.00 $5,500.00 2 3211.0113 8"Flexible Base,Type A,GR-1 32 1123 SY 697 $40.00 $27,880.00 3 3212.0401 HMAC Transition 32 12 16 TN 1100 $12.00 $13,200.00 4 3213.0101 6"Cone Pvmt 32 13 13 SY 680 $42.30 $28,764.00 5 3213.0312 5"Conc Sidewalk,Adjacent to Curb 32 13 20 SF 2750 $4.75 $13,062.50 6 3213.0401 6"Concrete Driveway 32 13 20 SF 588 $10.50 $6,174.00 7 13213.0506 Barrier Free Ramp,Type P-1 32 1320 EA 2 $850.00 $1,700.00 8 3216.0101 6"Conc Curb and Gutter 32 16 13 LF 645 $6.00 $3,870.00 9 3292.0101 Utility Service Surface Restoration Sodding 3292 13 SY 500 $20.00 $10,000.00 10 3471.0001 Traffic Control 3471 13 MO 1 $10,000.00 $10,000.00 11 3471.0003 Traffic Control Details 3471 13 EA 1 $500.00 $500.00 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 IV:PAVING IMPROVEMENTS $120,650.50 CrIY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 Magnolia Stanley Apartment-00 42 43_Bid Pmposal_DAP 4243 DAP-BID PROPOSAL 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 Bid Value UNIT V:STREET LIGHTING IMPROVEMENTS 1 2605.3018 2"CONDT PVC SCH 80,Open Cut 26 05 33 LF 221 $25.00 $5,525.00 2 2605.2101 Conduit Box 26 05 33 EA 3 $500.00 $1,500.00 3 2605.0101 Electrical Facilities 26 05 00 LS 1 $7,200.00 $7,200.00 4 2605.0131 Salvage Electrical Equipment 26 05 10 LS 1 $7,500.00 $7,500.00 5 2605.0121 Furnish/Install Elec Sery Pole Milt 26 05 00 EA 5 $2,500.00 $12,500.00 6 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 V:STREET LIGHTING IMPROVEMENTS $34,225.00 CI Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Foran Version September 1,2015 Magnolia Stanley Apartment-00 42 43—Bid Proposal—DAP 114)!],3 UAP-BID PROPOSAL P,¢a 9 ural SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Proicet(tern Inlortnalion Bidder's Propos-d Bldllst Item Ikscriplion Spccilication linil ol" Bid Unit Price Bid Value No Section No. Measure Quantily Bid Summan UNIT I:WATER IMPROVEMENTS $72.932.00 UNIT II:SANITARY SEWER IMPROVEMENTS $52,938.00 UNIT IV:PAVING IMPROVEMENTS $120,650.50 UNIT V:STREET LIGHTING IMPROVEMENTS $34,225.00 Total Construction Bid $280,745.50 5011f- Contractor agrees to complete WORN for FINAL ACCEPTANCE within N days calendar CONTRACT commences to run as provided in the Genera)Conditions. END OF SECTION t! r' �C lj 7'ftL C T7-p un5y� ,3rXl.vsr\w 6 C04JPAN; CtrY or FORT VV RT14 STANDARDC{NSTR{It:IION SPVC(FtCATION tx:MMEIN17S t)EVLI.()PERAWARDEDPROJECTS Fcxm\'rtsim Sgxanlxr I."t)It c'oPy of Escrit�-xsn,t-fI'A Vafani,xw RnncJ-i.IU IF ISANSAa.Ai