Loading...
HomeMy WebLinkAboutContract 52244 Received Date: 04/30/19 Received Time: 1:13 PM Developer and Project Information Cover Sheet: Developer Company Name: CRP/CHI MARK IV OWNER,L.P., Address, State,Zip Code: 3819 Maple Avenue,Dallas,TX 75219 Phone&Email: 214-661-8341,wmundingerOchindustrial.com Authorized Signatory,Title: William G. Mundinger III,Vice President Project Name: Mark IV Commerce Park Brief Description: Water, Sewer,Paving, Storm Drain Project Location: Great Southwest Parkway&Mark IV Parkway Plat Case Number: FP-18-129 Plat Name: Mark IV Commerce Park Addition Mapsco: Council District: 2 CFA Number: CFA19-0002 City Project Number: 101911 City of Fort Worth,Texas OFFICIAL RECORL Standard Community Facilities Agreement-Mark IV Commerce Park CITY SECRETARY r CFA Official Release Date:02.20.2017 Page 1 of 12 FT. WORTH,TXL STANDARD COMMUNITY FACILITIES,AGREEMENT THE STATE OF TEXAS § Cite Secretary COUNTY OF TARRANT § Contract No. 52244 WHEREAS,CRP/CHI MARK IV OWNER,L.P.,,("Developer"),desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Mark IV Commerce Park ("Project")within the City or the extraterritorial jurisdiction of Fort Worth, Texas("City"); an;i 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 co,,enants 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 t:he Improvements. Developer further acknowledges that said acceptance process requires the Developer's contractor(s) City of Fort Worth,Texas Standard Community Facilities Agreement-Mark IV Commerce Park CFA Official Release Date:02.20.2017 i 1 d 'd' t` ECOLRU I Page 2 of 12 cn y SECRET � FT. 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) M_. Sewer(A-1) 0. Paving(B)l Storm Drain(13-1) �, Street Lights & Signs (C) ' E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section H,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-Mark IV Commerce Park CFA Official Release Date:02.20.2017 Page 3 of 12 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 tunes 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-Mark IV Commerce Park CFA Official Release Date:02.20.2017 Page 4 of 12 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 damag-es are caused, in whole or in part, by the allezed nealizence 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 dama,-es are caused, in whole or in part, by the allezed neklikence 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-Mark IV Commerce Park CFA Official Release Date:02.20.2017 Page 5 of 12 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 1.wo 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 lias 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-Mark IV Commerce Park CFA Official Release Date:02.20.2017 Page 6 of 12 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 (I-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-Mark IV Commerce Park CFA Official Release Date:02.20.2017 Page 7 of 12 Cost Summary Sheet Project Name: Mark N Commerce Park CFA No.: CFA19-0002 City Project No.: 101911 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 $ 540,024.50 2.Sewer Construction $ 403,365.00 Water and Sewer Construction Total $ 943,389.50 B. TPW Construction 1.Street $ 222,425.00 2.Storm Drain $ 3,003,977.65 3.Street Lights Installed by Developer $ - 4. Signals $ TPW Construction Cost Total $ 3,226,402.65 Total Construction Cost(excluding the fees): $ 4,169,792.15 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 18,867.79 D. Water/Sewer Material Testing Fee(2%) $ 18,867.79 Sub-Total for Water Construction Fees $ 37,735.58 E. TPW Inspection Fee(4%) $ 129,056.11 F. TPW Material Testing(2%) $ 64,528.05 G. Street Light Inspsection Cost $ - H. Signals Inspection Cost $ H. Street Signs Installation Cost $ Sub-Total for TPW Construction Fees $ 193,584.16 Total Construction Fees: $ 231,319.74 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 4,169,792.15 x Completion Agreement=100%/Holds Plat $ 4,169,79 .15 Cash Escrow Water/Sanitary Sewer—125% $ 1,179,23 .88 Cash Escrow Paving/Storm Drain=125% $ 4,033,00 .31 Letter of Credit=125%w/2 r expiration period $ 5,212,240.19 City of Fort Worth,Texas Standard Community Facilities Agreement-Mark IV Commerce Park CFA Official Release Date: 02.20.2017 Page 8 of 12 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 CRP/CHI MARK IV OWNER,L.P., Sc�44 Jesus J.Chapa(Apr 29,2019) Jesus J. Chapa By: Assistant City Manager CRP/CHI Mark IV GP, L.L.C., a Date: Apr 29,2019 Delaware limited liability company, its Recommended by: general partner By: CRP/CHI Mark IV Venture, L.L.C., Evelyn Robe &(Apr 25,2019) a Delaware limited liability company, its Evelyn Roberts/Jennifer Ezernack sole member Project Assistant By: Planning and Development CHI North Texas 105 Mark IV, L.P., a Delaware limited partnership, its administrative member By: Approved as to Form &Legality: CHI Development GP, L.L.C., a Delaware limited liability company, its general partner Richard A.McCracken(Apr 29,2019) Richard A. McCracken Wii�dinger(Apr 25, 9) Assistant City Attorney Name: William G. Mundinger, III M&C No. N/A Title: Vice President Date: Date: Apr 25,2019 Form 1295: N/A FFOR7* ATTEST: ' A. /1'lGL`Lf �. LtGfS�y Jj Mary J. ayser(Apr 29, 019) *•• •. Mary J. Kayser/Ronald Gonzales .............. City Secretary/Assistant City Secreta° PO City of Fort Worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement-Mark IV Commerce Park CITY SECRETARY CFA Official Release Date:02.20.2017 Page 9 of 12 FT.WORTHo TX 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 requirements. Tanie scariet-f Nloraies Janie Srarlatt Morales(Apr29,2019) Name: Janie Morales Title: Development Manager City of Fort worth,Texas OFFICIAL:RECORD Standard Community Facilities Agreement-Mark IV Commerce Park CITY SECETARY CFA Official Release Date:02.20.2017 W0 Ii TX Page 10 of 12 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 B-1: Storm Drain Improvements ® Storm Drain Cost Estimate ❑ Exhibit C: Street Lights and Signs Improvements d Street Lights and Signs Cost Estimate (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement-Mark IV Commerce Park CFA Official Release Date:02.20.2017 Page 11 of 12 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 101911 None. City of Fort Worth,Texas Standard Community Facilities Agreement-Mark IV Commerce Park CFA Official Release Date:02.20.2017 Page 12 of 12 00 42 43 DAP-BID PROPOSAL Page 1 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 Unit of Bid No. Description Specification Section No. Measure Quantity Unit Price Bid Value UNIT I:WATER IMPROVEMENTS 1 0241.1000 Remove Conc Pvmt 0241 15 _ SY 6 $54.00 $324.00 2 0241.1100 Remove As halt Pvmt 0241 15 SY 120 $45.00 $5,400.00 3 0241.1300 Remove Conc Curb&Gutter �v 02 41 15 LF 40 $12.00 $480.00 4 3201.0133 6'Wide Asphalt Pvmt Repair,Industrial 32 01 17 LF 160 $90.00 $14,400.00 5 3201.0616 Conc Pvmt Re air,Arterial/Industrial 32 01 29 SY 6 $360.00 $2,160.00 6 3216.0101 6"Conc Curb and Gutter 32 16 13 LF _ 40 $29.00 $1,160.00 7 3305.0109 Trench Safety 33 05 10 LF 3568 _ $1.00 $3,568.00 8 3305.1104 24"Casingb Other than O en Cut 33 05 22 LF 53 $500.00 $26,500.00 9 3305.2004 12"Carrier Pie 33 05 24 LF 68 $127.00 $8 636.00 10 3311.0001 Ductile Iron Water Fittin s w/Restraint 3311 11 TON 5.7 $6 900.00 $39 330.00 11 3311.0161 6"PVC Water Pie 31 11 12 _LF 240 $43.00 $10 320.00 12 3311.0361 10"PVC Water Pie 3311 12 LF 73 $52.00 $3,796.00 13 3311.0461 12"PVC Water Pie 3311 12 LF 3285 $59.30 $194,800.50 14 3312.0001 Fire Hydrant 331240 EA 7 $4,500.00 $31,500.00 15 3312.0117 Connection to Existing12"Water Main 33 12 25 EA 7 $15,000.00 $105,000.00 16 3312.1002 2"Combination Air Valve Assembly for Water 33 12 30 EA 1 $8,500.00 $8,500.00 17 3312.2203 2"Water Service 33 12 10 EA 6 $3,500.00 $21,000.00 18 3312.3002 6"Gate Valve 33 12 20 EA 7 $1,550.00 $10 850.00 19 3312.3005 10"Gate Valve 32 12 20 EA 2 $2,900.00 $5,800.00 20 3312.3005 12"Gate Valve 33 12 20 EA 15 $3 100.00 $46 500.00 TOTAL UNIT I:WATER IMPROVEMENTS $540,024.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 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 Description Specification Section No. L'init of Bid Unit Price Bid Value No. Measure Quantity UNIT 11:SANITARY SEWER IMPROVEMENTS 1 _0241.1100 Remove Asphalt Pvmt _ 0241 15 SY 233.5 $45.00 $10,507.50 2 0241.1300 Remove Conc Curb&Gutter 02 41 15 LF 5 - $12.00 $60.00 3 0241.2013 Remove 8"Sewer Line 02 41 14 LF 189 $55A0 $10,395.00 4 0241.2014 Remove 10"Sewer Line 02 41 14 LF 76 _ $55.00 $4,180.00 5 0241.2202 Remove Existing Manhole _ 02 41 14 EA 3 $2.500.00 $7,500.00 6 3301.0001 Pre-CCTV Inspection 33 01 31 LF 265 _$1.00 v $265.00 7 3301.0002 Post-CCTV Inspection 3301 31 �v LF 1575 $1.00 $1,575.00 _ 8 3201.0133 6'Wide Asphalt Pvmt Repair,Industrial 32 01 17 LF 700 Y$90.00 $63,000.00 9 3216.0101 6"Conc Curb and Gutter 32 16 13 LF 90 _ _ _ $29.00 �$2,610.00 10 3305.0109 Trench Safety 33 05 10 LF_ 1575 _ $1.00 $1 575.00 11 3305.1003 20"Casing by Open Cut i 33 05 22 _m LF 178 $360.00 $64,080.00 12 3305.3002 8"Sewer Carrier Pipe 33 05 24 LF 53 _ $127.00 $6 731.00 13 3305.3003 10"Sewer Carrier Pipe 33 05 24 _ LF 125 $200.00 $25,000.00 14 33 11 10,33 31 12, _ 3331.4115 8"Sewer Pie _ 3331 20 LF 884 $47.50 $41,990.00 15 33 11 10,33 31 12, 3331.4201 10"Sewer Pie _ 3331 20 LF _ _ 588 _ $63.50 $37,338.00 16 3339.0001 Epoxy Manhole Liner _ 33 39 60 VF-- 149 $240.00 $35,760.00 17 3339.1001 4'Manhole 33 39 10,33 39 20 EA 4 ....._._...._...._....................................._._.-.- ��______ _ $2 125.00 $S 500.00 18 3339.1003 4'Extra Depth Manhole 33 39 10,33 39 20 VF 3.5 _ $310.00 $1,085.00 19 3339.1101 5'Manhole 33 39 10,33 39 20 EA 8 $5,422.00 $43 376.00 20 3339.1103 5'Extra Depth Manhole 33 39 10,33 39 20 VF 73.5 $425.00 $31,237.50 21 19999.0100 Connect to Existing Sanitary Sewer Line 3331 50 F_A 2 $3 300.00 $6,600.00 TOTAL UNIT II:SANITARY SEWER IMPROVEMENTS $403,365.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 00 42 43 DAP-BID PROPOSAL Page 3 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 Description Specification Section No. Unit r Bide Quantity No. Measur Unit Price Bid Value N UNIT III:DRAINAGE IMPROVEMENTS 1 0241.0800 Remove Rip Rap 0241 13 SF 842 $12.00 $10,104.00 2 0241.0900 Remove Misc Cone Structure 0241 13 LS 3 $3,500.00 $10,500.00 3 0241.1100 Remove Asphalt Pvmt 02 41 15 SY 1970 $45.00 $88,650.00 4 0241.1300 Remove Cone Curb&GUtter 0241 15 LF 90 $12.00 $1,080.00 5 0241.4001 Remove 10'Curb Inlet 0241 14 EA 1 $1,500.00 $1,500.00 6 0241.4401 Remove Headwall 0241 14 EA 3 $2,000.00 $6,000.00 7 3125.0101 SWPP;-,1 acre 31 2500 LS 1 $115.00 $115.00 8 3137.0101 Concrete Riprap 31 3700 SY 117 $225.00 $26,325.00 9 3137.0105 Medium Stone Riprap,grouted 31 3700 SY 2668 $100.00 $266 800.00 10 3201.0133 6'Wide Asphalt Pvmt Repair,Industrial 32 01 17 LF 2955 $90.00 $265 950.00 11 3216.0101 6"Gone Curb and Gutter 32 16 13 LF 90 $29.00 $2 610.00 12 3291.0100 Topsoil 3291 19 CY 2767 $3.00 $8,301.00 13 3292.0450 Seeding,Hydromulch with binding agent 32 92 13 SY 327 $1.00 _ $327.00 14 3292.0500 Seeding,Soil Retention Blanket 32 92 13 SY 24571 $2.15 $52,827.65 15 3292.0600 Mowing 32 92 13 EA 1 $500.00 $500.00 16 3305.0109 Trench Safety 33 05 10 LF 2335 $1.00 $2 335.00 17 3305.0112 Concrete Collar 33 05 17 EA 6 $5,198.00 $31,188.00 18 3341.0201 21"RCP 3341 10 LF 3 $72.00 �$216.00 19 3341.0409 48"RCP 3341 10 LF 16 $175.00 $2,800.00 20 3341.1402 7'x4'Concrete Box Culvert 3341 10 LF 38 $425.00 $16 150.00 21 3341.1502 8'x5'Concrete Box Culvert 3341 10 LF 147 $475.00 $69 825.00 22 3341.1603 9'x6'Concrete Box Culvert 3341 10 LF 171 $569.00 $97,299.00 23 3341.2103 11'x6'Concrete Box Culvert 3341 10 LF 194 $726.00 $140,844.00 24 3341.2203 12'x6'Concrete Box Culvert 3341 10 LF 732 $821.00 $600,972.00 25 3341.2204 12'x7'Concrete Box Culvert 3341 10 LF 599 $878.00 $525,922.00 26 3341.2205 12'x8'Concrete Box Culvert 3341 10 LF 489 $883.00 $431,787.00 27 3349.0006 Junction Box 33 49 10 LS 1 $40,000.00 $40,000.00 28 3349.0103 5'Mahole Riser 33 49 10 EA 4 $2,8_50.00 $_11,400.00 29 3349.5001 10'Curb Inlet 33 49 20 EA 1 $4,200.00 $4,200.00 30 3471.0001 Traffic Control 3471 13 MO 6 $4 500.00 $27,000.00 V3231 9999.0000 Scourstop 999900 SY 150 $18.00 $2,700.00 9999.0020 Concrete Bridge Rail 999920 LF 19 $250.00 $44 750.00 9999.0110 TxDOT Headwall PW-1 33 49 40 EA 4 $4472 50_00 $189,000.009999.0120 TxDOT Headwall SETB-SW-O 3:1 33 49 40 EA 1 $16,000.00 $16,000.00 9999.0130 TxDOT Headwall SETB-SW-O 4:1 33 49 40 EA 3 $16,000.00 $48,000.00 TOTAL UNIT III:DRAINAGE IMPROVEMENTS $3,003,077.65 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 00 42 43 DAP-BIDPROPOSAL Page 4 of 5 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Propos,' Bidlist Item L nit of Bid No Description Specification Section No. M1 asure Quantity Unit Price Bid Value UNIT IV:PAVING IMPROVEMENTS 1 0241.1000 Remove Asphalt Pavement 0241 15 SY_ 324 $54.00 _ $17,496.00 2 0241.1300 Remove Conc CurbBGutter 0241 15 LF 938 $12.00 $11,256.00 3 3212.0302 2"As .--.---.._._............_.__............._�_ _ _. _ _ __ _ Asphalt Pvmt Type D 33 12 16 SY_ 535 µ $36.00 $19,260.00 4 3212.0501 4"Asphalt Base Type B 32 12 16 SY 535 $54.00_ $28,890.00 5 3213.0303 5"Concrete Sidewalk 32 13 20 SY_ 1369 $59.00 $80,771.00 6 3213.0402 7"Concrete Driveway 32 13 20 _ SF _4363 _ $5.00 $21,815.00 ~_ 7 3213.0503 Barrier Free Ramp,Type M-1 v 32 13 20 EA 1 $700.00 $700.00 8 3213.0506 Barrier Free Ramp,Type P-1 _ 32 13 20 EA _ 6 $700.00 $4,200.00 9 3216.0101 6"Conc Curb and Gutter 32 16 13_ L_F_ 780 _ $29.00 $22,620.00 _ 10 3291.0100 Topsoil 3291 19 CY 36 _ ^ $3.00_ $108.00 11 3292.0450 Seeding,Hydromulch with binding agent 32 92 13 SY 321 $1.00 $321.00 12 3292.0600 Mowing _ 32 92 13 EA 1 $500.00 $500.00 13 3305.0107 Manhole Adjustment,Minor 33 05 14 _ d=A 1 $1,500.00 $1,500.00 14 3471.0001 Traffic Control _ _ 3471 13 MO 2 $4,500.00 $9,000.00 15 9999.0010 Gravel Paving Removal - 99 99 10 �SY 1994 $2.00 $3,988.00 TOTAL UNIT IV:PAVING IMPROVEMENTS $222,425.00 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 00 42 43 DAP-BID PROPOSAL Page 5 of 5 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidtist Item Unit of Bid No. Description Specification Section No. Measure Quantity Unit Price Bid Value Bid Summary UNIT I:WATER IMPROVEMENTS $540,024.50 UNIT II:SANITARY SEWER IMPROVEMENTS $403,365.00 UNIT III: DRAINAGE IMPROVEMENTS $3,003,977.65 UNIT IV:PAVING IMPROVEMENTS $222,425.00 Total Construction Bid $4,169,792.15 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 185 calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September I,2015 BID SUMMARY TOTAL AMOUNT BID WATER $540,024.50 TOTAL AMOUNT BID SEWER $403,365.00 TOTAL AMOUNT BID DRAINAGE 3 003 977.65 TOTAL AMOUNT BID PAVING $222,425.00 GRAND TOTAL AMOUNT BID $4,169,792.15 This bid is submitted on 3/2 6/2 019 by the entity named below. Respectfully submitted, By:, i ature) John Kolb (Printed Name) Title: President Company: Wildstone Construction, LLC Address: 12850 Highway 287 Fort Worth, TX 76502-2616 State of Incorporation: Texas Email: ikolb(d_)wildstoneconstruction.com Phone: 817-847-8660 N 35W 81 CLU GATE 0 300' 600' W O O GRAPHIC SCALE-I"=300' Z S EETWOOD o 287 W Ld ~ W Z cn O w co�0� CHADWICK o �� F9� McAD00 DANCY �G r� BLUE MOUND C NTR L o 0 FO G N H NEYCOMB FOSSIL CREEK SA SOM Q Y (r Q (L QPROPOSED 820 SITE 820 w r w a NORT�{EAS m T -, NORTHEAST O a N c� } � Q O Q Q o T pp� Y � � MELODY HILLS �y Q MI DL TO GREAT SOUTHWEST PARKWAY J } Q J O Z O �j O O L' LEAMSIDE FRANKLIN POLARIS MEACHAM E � HALFF VICINITY MAP MARK IV COMMERCE PARK ■'f■ 4000 FOSSIL CREEK BLVD FORT WORTH,TEXAS 761 3 7-27 20 DATE: 03/15/2019 AVO: 34292 FORT WORTH,TEXAS TEL(817)847-1422 TBPE FIRM#F,312 N PROPOSED SITE • u 0 300' 600' �' r saulBrc3T w GRAPHIC SCALE-V=300' Y Q LOCATION MAP CONNECT TO EX. N.T.S. a 12"WA'iER LINE PRIVATE WATER LINEfvimwl - -- 12"WATER LINE — BUILDING 3 12"WATER LINE BUILDING 2 239,000 SF 15'WATER 2a.soo PRIVATE WATER LINE EASEMENT I I n o PRIVATE WATER LINE PRIVATE WATER LINE I .q m 15'WATER - x EASEMENT �'J~ 12"WATER LINE I Y 15'WATER a 12"WATER LINE —EASEMENT > YY 24'EMERGENCY ACCESS AND WATER EASEMENT CONNECT T I EX. n 12"WATER LINE II EXISTING 20" WATER LINE X DING I z ;.000 SF LEGEND: EXISTING 12" sn WATER LINE _ 9 E GREAT SOUTHWEST PARKWAY -- PROPOSED WATER "—'—'— EXISTING WATER MENWATER EXHIBIT°A" MARK IV COMMERCE PARK HALFF" FF�FWoOSIL ORTH,T-7BD37-2720 FORT WORTH,TEXAS TEL(817)847_1422 DATE: 03/15/2019 AVO: 34292 TBPE FIRM#F-312 n PROPOSED SITE • u T sumll[8! CONNECTTO EX.8"SS@MH01 a w 0" W _ _ LOCATION MAP PRIVATE SS LINE n _s fy-7 N.T.S. 8"SS LINE _U —PRIVATE SS BUILDING 2 - — 204,500 SF 15'SANITARY SEWER EASEMENT I I ' 2i.>:M z21�1IIIIIIIIIiIII!IIIIIIIIII� Illllllllllllllltlllllllllll _ 0 300' 600' — GRAPHIC SCALE-1"=300' I —L = Q' _ Q - a - _1 BUILDING 1 580,000 SF i EXISTING 10"SS LINE — - - J PRIVATE SS LINE CONNECT TO - PRIVATE SS LINE EX.24"SS @ MH 8"SS LINE i-. 0"SS LINEEXISTING 8"SS LINE — GREAT SOUTHWEST PARKWAY 8"SS LINE 10"SS LINE LEGEND: EXISTING e"SS LINE PROPOSED SS EXISTING SS m x C3 MEN " SEWER EXHIBIT"A-1" MARK IV COMMERCE PARK HALFF FORT WORTH.TOM CREEK M137-2720 FORT WORTH,TEXAS TEL(817)847-1422 DATE: 03/15/2019 =AVO: 34292 TBPE FIRM MF312 F N �I $ ' I I I - FL I 0 200' 400' GRAPHIC SCALE-1"=200' u PROPOSED —SITE " m I T EAST — — P-1 RAMPS LOCATION MAP N.T.S. -- FL Ft-- F� LEGEND: - �x'yic PROPOSED SIDEWALK 'r� ;, ■ r r r r r PROPOSED TURNLANE PROPOSED ASPHALT&CURB AND GUTTER REMOVAL f� 6'SIDEWALK PROPOSED CONCRETE II BUILDING 1 580,000 SF i Y 120'R.O.W. » I � } 60'R.O.W. -FL- FL _ F1 FL M-1 RAMP P-1 RAMPS 6'SIDEWALK P-1 RAMPS ---.-------GREAT SOUTHWEST PKWY I mom HALFF. PAVING EXHIBIT"B" MARK IV COMMERCE PARK 4000 FOSSIL CREEK BLVD FORT WORTH,TEXAS 76137.2720 FORT WORTH,TEXAS TEL(8171847-1422 DATE: Q3/15/2019 AVO: 3429?_ TBPE FIRM CF312 0 300' 600' GRAPHIC SCALE-1"=300' PROPOSED SITE co 8oBMEW co PRIVATE STORM x IDRAIN Lu T SOUTIfIlM z < C) LOCATION MAP BUILDING 3 2 N.T.S. tl 23%000 SF 10� PRIVATE STORM 0 LEGEND: RAJN F- Lu Lu PROPOSED STORM PRIVATE STORM DRAIN EXISTING STORM HEADWALL Lu z .. ......... FLUME FLUME �ME 85'DRAINAGE EASEMENT MEN HALFF- F-STORM DRAIN EXHIBIT"Bl-l" MARK IV COMMERCE PARK 40M FOSSIL CREEK BLVD FORT WORTH, TEXAS M137-2720 FORT WORTH,TEXAS TEL(817)847-1422 DATE: 0/15/2019 =AVO: 34292 TBPE FIRM#F312 PROPOSED SITE • L AST 0 [t w BE BE 4 T SMnHKST ai BE w 4 ar U w PRIVATE STORM DRAIN _-__.. co LOCATION MAP _. .._. N.T.S. __. / 11 J BUILDING 2 204,500 SF T EXISTING DRAINAGE f EASEMENT HEADWALLS HEADWALLS 600' 9'X8'STORM 11'X8'STORM GRAPHIC SCALE-1"=300' m = FLUME DRAIN DRAIN W 100'DRAINAGE EASEMENT PRIVATE STORM DRAIN '' a W Ir (� a Y LLI w Z PRIVATE STORM J DRAIN PRIVATE STORM DRAIN W BUILDING 1 W Q I 580M0 SF yQ�+ ULL i J J DRAINAGE I EASEMENT 12'X8'STORM __ DRAIN I--- 12'XT STOR L 12'X8'STORM DRAIN DRAIN GREAT SOUTHWEST PARKWAY _ 10'CURB INLET n HEADWALL LEGEND: _ PROPOSED STORM — —�— d EXISTING STORM HALFF. F STORM DRAIN EXHIBIT"B1-2" MARK IV COMMERCE PARK 4000 FOSSIL CREEK BLVD FORT WORTH,TEXAS 76137-2720 FORT WORTH,TEXAS TEl(8177 e47-1422 DATE: 03/15/2019 AVO: 34292 TBPE FIRM NF312 IF