Loading...
HomeMy WebLinkAboutContract 45532 COMMUNITY FACILITIES AGREEMEN O NO, - WITH CITY PARTICIPATION Developer and Project Information Cover Sheet: Developer Company Name: Jabez Development,L.P. Address, State,Zip Code: 9001 Airport Freeway, Suite 400 North Richland Hills,TX 76180 Phone,E-Mail: (817)507-1100,bruce.french @historymaker.com Authorized Signatory/Title: Bruce French,Vice President Project Name and Brief Description: Water, Sewer,Paving, Storm Drain& Street Light Improvements to serve Palmilla Springs Ph. 2 Project Location: West of the Intersection of Chapin Rd. &Chapel Creek Blvd. Plat Case No.: FP-013-071 Plat Name: Palmilla Springs Mapsco: Council District: 3 City Project No: 02221 CFA: 2014-008 DOE: 7180 To be completf by staff.• C Received by: �� Date: rn l r J I ( IJ J')McIAL RECOJR I wmuo aw�w � COMMUNITY FACILITIES AGREEMENT WITH CITY PARTICIPATION THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, Jabez Development, 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 Palmilla Springs Ph. 2 ("Project") within the City of Fort Worth, Texas ("City"); and WHEREAS, the City has reviewed and desires to;financially participate in the construction of certain Improvements in the Developer's Project in accordance with this Agreement as presented by the Cost Summary Table and Exhibits hereto and the currently adopted Unit Price Ordinance as provided by the Policy for the Installation of Community Facilities, Section 11, as amended; and WHEREAS, M&C G-17598, authorizes City participation in an amount less than $50,000 to be administratively approved; and WHEREAS, The City's cost participation shall be in an amount not to exceed $16,575.66_("Participation"); and WHEREAS, the City has requested the Developer to cause, and the Developer desires to cause, the design, permitting and construction of the Project for which the City will reimburse the Developer for the City's portion of the work after City's final acceptance of the project; and WHEREAS, the Developer and the City desire to enter into this Community Facilities Agreement ("CFA" or"Agreement") in connection with the Improvements and 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 and subsequently amended from time to time via a Mayor and Council Communication adopted by the City Council of the City of Fort Worth, is hereby incorporated into this Community Facilities Agreement ("CFA") 2 Palmilla Spgs. Ph.2 CFA w/City Participation 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, except as otherwise limited by or provided in this Agreement. B. Developer shall provide financial security in conformance with paragraph 6, Section Il, 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 infrastructure. Developer further acknowledges that said process requires it to submit an Affidavit of Bills paid signed by its contractor and consent of Surety signed by its surety to ensure the contractor has paid the sub-contractor and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full for all the services provided under this contract. C. Developer agrees to cause the construction of the improvements contemplated by this Agreement as described on the Exhibits attached hereto 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 are made a part hereof. Water(A) Sanitary Sewer (A-1) X_; Paving (B) X_; Storm Drain (B-1) X_; Street Lights and Signs (C)_X_. E. The Developer shall award all contracts for the construction of community facilities in accordance with Section 11, paragraph 7 of the Policy and the contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section I1, of the Policy. Developer shall ensure its contractor(s) pays the then-current City-established wage rates. F. For all infrastructure 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 3 Palmilla Spgs. Ph.2 CFA w/City Participation insured, licensed and bonded to do work in public streets and/or prequalified to perform water/waste water 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 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. 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 ACORD Certificate of Insurance supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours notice to the City's Construction Services Division of intent to commence construction so that City inspection personnel will be available; and to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces, and not to 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 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 4 Palmilla Spgs. Ph.2 CFA w/City Participation mains constructed under this Agreement until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. G. Developer agrees to provide, at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the improvements required by 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. Unless necessitated by the City's participation in this Agreement, 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. However, City will be responsible for the costs of utility relocation necessitated by the City's participation in this Agreement. 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, his 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, his contractors, sub-contractors, officers, agents or employees. 5 Palmilla Spgs. Ph.2 CFA w/City Participation M. The 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 neklizence 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 N. Upon completion of all work associated:with the construction of the infrastructure and 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 and further apportioned in the Cost Summary Table below 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 6 Palmilla Spgs. Ph.2 CFA w/City Participation 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 necessary for Developer's portion of the Project. P. COMPLETION WITHIN 1 YEAR i. The City's obligation to participate (exclusive of front foot charges) in the cost of the community facilities shall terminate if the facilities are not completed within one (1) year; provided, however, if construction of the community facilities has started within the one year period, the Developer may request that the CFA be extended for one additional year. If the community facilities are not completed within such extension period, there will be no further obligation of the City to participate. City participation in this CFA shall be subject to the annual availability of City funds as evidenced by the M&C cited above. 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 community facilities if at the end of one (1) year from the date of this Agreement the community facilities 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 community facilities or to cause the payment of costs for construction of same before the expiration of one (1) year 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. 7 Palmilla Spgs. Pb.2 CFA w/City Participation (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) 8 Palmilla Spgs. Ph.2 CFA w/City Participation COST SUMMARY TABLE Developer's Cost City's Cost Total Cost A. Water and Sewer Construction 1.Water $ 238,392.84 $ 16,575.66 $ 254,968.50 2. Sewer $ 182,743.05 $ - $ 182,743.05 Water Construction Cost Sub-Total $ 421,135.89 $ 16,575.66 $ 437,711.55 B.TPW Construction 1. Paving $ 614,512.35 $ - $ 614,512.35 2. Storm Drain $ 27,510.00 $ - $ 27,510.00 3. Street Lights $ 79,415.00 $ - $ 79,415.00 TPW Construction Cost Sub-Total $ 721,437.35 $ - $ 721,437.35 Total Construction Cost $ 1,142,573.24 $ 16,575.66 $ 1,159,148.90 Construction Fees: C.Water/Sewer Inspection Fee(2%) $ 8,422.72 $ 331.51 $ 8,754.23 D.Water/Sewer Material Testing Fee(2%) $ 8,422.72 $ 331.51 $ 8,754.23 Water Construction Fees Sub-Total $ 16,845.44 $ 663.03 $ 17,508.46 E.TPW Inspection Fee $ 25,680.89 $ - $ 25,680.89 F. TPW Material Testing Fee $ 12,840.45 $ - $ 12,840.45 G. Street Light Inspection Fee $ 3,176.60 $ - $ 3,176.60 H. Street Signs Installation Cost $ 1,225.00 $ - $ 1,225.00 I. Civil/Geotechnical Engineering&Survey(20%) $ - $ - $ - TPW Construction Fees Subtotal $ 42,922.94 $ - $ 42,922.94 Total Construction Fees $ 59,768.38 $ 663.03 $ 60,431.40 TOTAL PROJECT COST $ 1,202,341.62 $ 17,238.69 $ 1,219,580.30 Financial Gaurantee Options Amount Choice-Ck One Bond = 100% $ 1,142,573.24 Completion Agreement= 100%/Holds Plat $ 1,142,573.24 Cash Escrow Water/Sewer= 125% $ 526,419.86 Cash Escrow Paving/Drainage/St. Lights= 125% $ 901,796.69 Letter of Credit= 125%w/2 yr. Ex iration Period $ 1,428,216.55 Water Cost Share(The City pays for 2"air valve and 16"710"waterline) Item City Contractor Lower Price Total City No. Description Unit Qty Unit Price Unit Price Unit Price Percentage Cost 1 16"Waterline LF 409 $ 53.00 $ 63.00 $ 53.00 $ 20.14 $ 8,237.26 2 16"Gate Valve EA 1 $8,768.00 $15,600.00 $8,768.00 $3,331.84 $ 3,331.84 3 2"Air Valve EA 1 $3,900.00 $10,200.00 $3,900.00 $3,900.00 $ 3,900.00 4 Fittings for 16" TN 1.04 $6,330.00 $ 2,800.00 $2,800.00 $ 1,064.00 $ 1,106.56 Total $16,575.66 9 Palmilla Spgs. Ph.2 CFA w/City Participation Note: Since there is no alternate bid for 10" waterline, the percentage was used to calculate city participation. (16-10)/16=0.375,then 38% is city cost. The costs stated herein may be based upon construction estimates rather than actual cost. The City's portion of inspection and material testing fees are directly allocated to the City's accounts for charges and does not reimburse the Water Inspection and Material Testing Fees to the developer. The City's participation estimate shall be limited to the unit prices contained in City of Fort Worth Ordinance No. 19192-06-2010, as amended, ("Unit Price Ordinance") or as determined by public competitive bid. The City's reimbursement of the Participation (excluding inspection and material testing fees) is not a lump sum amount and may be less than stated above depending upon actual quantities from the Notice of Final Completion package (`Green sheet') and unit prices from the construction contract. In no event shall the City pay more per unit than as determined pursuant to the Unit Price Ordinance or public competitive bid. (SIGNATURE PAGE AND EXHIBITS TO FOLLOW) 10 Palmilla Spgs. Ph.2 CFA w/City Participation IN TESTIMONY WHEREOF, the City of Fort Worth has caused this instrument to be executed in quadruplicate in its name and on its behalf by its Assistant City Manager, attested by its City Secretary, with the corporate seal of the City affixed, and said Developer has executed this instrument in quadruplicate, at Fort Worth, Texas this day of ,r , 20 . Jabez Development, L.P. Approved by City Managers Once: By: BNMJR,Inc. Its: General Partner Fernando Costa Bruce French Assistant City Manager Vice President Date: "4 ��i Date: -"A Recommended By: Water Department Transportation&Public Works Wendy Chi-lXabulal, EMBA, P.E. Dougla W. Wiersig,P.E. Development Engineering Manager Director W S. Frank Crumb,P.E. Director Approved as to Form &Legality: ATTEST: Douglas W.Black Mary Assistant City Attorney City Secr ry M&C No.: p®o 000po Date: �$" g FFICIAL ro N", LO'i TY' E,��Palmilla Spgs. Ph.2 CFA w/City Pa t Ht TX 1, Check items associated with the project being undertaken; the checked items must be included as Attachments to this Agreement Included Attachment ® Location Map ® Exhibit A: Water Improvements ® Water Estimate ® Exhibit A-1: Sewer Improvements ® Sewer Estimate ® Exhibit B: Paving Improvements ® Paving Estimate ® Exhibit B-1: Storm Drain Improvements ® Storm Drain Estimate ® Exhibit C: Street Lights and Signs Improvements ® Street Lights and Signs Estimate 12 Palmilla Spgs. Ph.2 CFA w/City Participation 3f4V`YOl N ♦� x 00 00 oufus3M H N N B N N A33?J -13ddHD o` o g .0 a z "� C ° a ' RDWNG Q S .L aZZ OZ N _ - W Q. =� p O W Z d _ Z Z p 0 N WINDRING Q 'Zi t 0 LL N ni LL: a m 07 OrrQJ > 6. W W o Q Ei 5 01 CO t �o J' N D 2 U= N J . w V) J co CQ G Df 0� LO Of 00 i 0 12 F- �D p ��26 � N Q p DO y N ' 1444 N c C4 o s • d °. Z 1 !! �( C a •� o c ui Z i — U W ss cpP o � m �- o N !cn / F� \ o0 ! r2 tQ 1p V ` � v s ` Q Lu Go ! \ a y Y s O 2 \ 3 3 4 9 m X O_ 1 jy 3 O J N (D co W _==---- I 94 C4 o o r, to / / � 6! 1, ✓/ // c s e o SAC •� NN � oZ Q� Z ! 16. m m6LLa / / V W Q x uj io to ....� r �C)�5 fjo h " Ev) r V r� l!r . O Oz! a = j N Z d' m m in ! t ! $boy `s NpSE pR ! �y s LJ 4i ti oo l 1 1 1 � 1 1 1 = - i � 1 U Cl) co C-4 C4 0 10 0 b h N N J / / s �� �t a •� o o u!Z ZZO ?+ s \ q xr s mr rr LL to Lij / a r O 1 f 2 g g.61 1 r �� Jam` r'•if i2 , II \ I , O oz CL ti Z } } � cm �� z C4 N C*,N 4 C4 C4 00 CIO 10" 00 0. 110 CF) h 'n a K 0 dl N C4 z C; z LU cL E x 6 LJ! Z ZZO t t ci A 40 LL. #A LA. fl) ZO SJjb LU �pe dl T cla 2 /.........- C> IPA cli tat cr 19 7x Qt DR. HITETAIL p LLJ (ZI 04 v 0 Go W f C4 i C*4 o0 OM col .00 19 r N 0 z 6 z Lu CL 6 Z z z 4) x 16, Uj 0 0 42� Ao E S Jt ct. IL d� -pe ON k4l f co T, � � ��'`s`�'�`i' -.�::..�� �Nay � o J r . ........... ex cp .......... Z ........... L9 IN, IP, SE CHA IfTAJL .el Iz -elf N N C4 0 0 d m�/r/� �l ! or S •_CL 0 4) g —0 C4 14 e. z 0 Z Z LLI CL Z Z. Z. 4A 0 t v CO 1.1.1 c.a. 9L do- Jo / r r` r 4WO, —------- 1p c, 1p p DR. qtilTET IL CNA" W 00 41 00-1 BID FORM Page I of 3 SECTION 00 4100 BID FORM This proposal must not be removed from this book of Contract Documents. TO: Jabez Development, L.P. 9001 Airport Freeway, Suite 400 North Richland Hills, TX 76180 PROPOSAL FOR: Water, Sewer,Paving, Drainage and Street Light Improvements to serve Palmilla Springs, Phase 2 City Project No. 02221, Water Project No. P265-603140222183, Sewer Project No. P275-703130222183, DOE No. 7180, X No. X-22527 Includes the furnishing of all materials, except materials specified to be furnished by the City, equipment and labor for the installation of all facilities and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: WATER SEWER PAVING DRAINAGE AND STREET LIGHT IMPROVEMENTS TO SERVE PALMILLA SPRINGS, PHASE 2 Construction staking for this project shall be performed by the Owner. The Bidder acknowledges that all work types must be performed only by prequalified contractors and subcontractors. Pursuant to the foregoing 'Invitation to Bidders', the undersigned Bidder, having thoroughly examined the Contract Documents, including plans, the site of the project and understanding the amount of work to be done, and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment and material except as specified to be furnished by the City, which is necessary to fully complete the work as provided in the Plans and Contract Documents and subject to the inspection and approval of the City of Fort Worth, Texas; and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the work within the time stated and for the sum listed in the Proposal Form, Section 00 42 43. PALUILL4 SPRINGS,PHASE 2 CITY PROJECT NO.02221 004100-2 BID FORM Page 2 of 3 After acceptance of this Proposal, the undersigned will execute the formal contract and will deliver approved bonds as required by the Contract Documents, for the faithful performance of the Contract. The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete the contract within 120 calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. I (we) acknowledge receipt of the following addenda to the plans and specifications,all of the provisions and requirements of which have been taken into consideration on preparation of the foregoing bid: Addendum No. 1 (Initials) Addendum No. 3 (Initials) Addendum No. 2 (Initials) Addendum No. 4 (Initials) PALMILLA SPRINGS,PHASE 2 CITYPROJECT NO.02221 004100-3 BID FORM Page 3 d3 R s ectfully submitted, 4 By(Signature p.�c� �• �11r..t2��lr� By(Please Print or Type) Title ��t Cr��Y�2✓�c,T�yG I&SC, . Contractor 0331 5aL3r4+A'F6'1✓ foot-C�S�+2� t!r- Business Address Telephone Number FAX Number Indicate whether—Individual Partners u ATTEST: See i PALM.ULA SPRINGS PHASE 2 CITYPROJECT'NO.02221 00 42 43 BID PROPOSAL Page I of 3 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item htfonnation Bidders Proposal Bidlist Description Specification Unit of Bid Quantity Unit Price Bid Value Item No. Section No. Measure Unit I:Water Improvements I-01 3311.0561 16"PVC C905 Water Pipe 3311 12 LF 409 $63.00 $25,767.00 1-02 3311.0261 8"PVC Water Pipe 3311 12 LF 3636 $20.00 $72,720.00 1-03 3311.0161 6"PVC Water Pipe 3311 12 LF 20 $14.00 $280.00 1-04 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 TON 4.1 $2,800.00 $11,480.00 1-05 3312.3006 16"Gate Valve w/Vault 33 12 20 EA 1 $15,600.00 $15,600.00 1-06 3312.3003 8"Gate Valve 33 12 20 EA 10 $1,200.00 $12,000.00 1-07 3312.3002 6"Gate Valve 33 12 20 EA 5 $800.00 $4,000.00 i-08 3312.0001 Fire Hydrant 33 12 40 EA 5 $2,700.00 $13,500.00 1-09 3312.1002 2"Combination Air Valve Assembly for Water 33 12 30 EA 1 $10,200.00 $10,200.00 1-10 3312.2003 1"Water Service 33 12 10 EA 107 $770.00 $82,390.00 1-11 3312.0106 Connection to Existing 16"Water Main 33 12 25 EA 1 $2,200.00 $2,200.00 1-12 3312.0117 Connection to Existing 4"-12"Water Main 33 12 25 EA 3 $600.00 $1,800.00 1-13 0241.1106 16"Pressure Plug 0241 14 EA 1 $100.00 $100.00 1-14 0241.1118 4"-12"Pressure Plug 0241 14 EA 2 $50.00 $100.00 1-15 3305.0109 Trench Safety 33 05 10 LF 4045 $0.70 $2,831.50 Unit fl:Sanitary Sewer Improvements 3311 10, 11-01 3331.4115 8"Sewer Pipe 3331 12, LF 3201 $26.50 3331 20 $84,826.50 3311 10, 11-02 3331.4116 8"Sewer Pipe,CSS Backfill 3331 12, LF 80 $35.00 3331 20 $2,800.00 II-03 3339.1001 4'Manhole 33 39 10, EA 12 $2,205.00 33 39 20 $26,460.00 11-04 3339.1003 4'Extra Depth Manhole 333910 VF 23.8 $100.00 33 39 20 $2,380.00 11-05 3331.3101 4"Sewer Service 33 31 50 EA 106 $535.00 $56,710.00 II-06 3301.0002 Post-CCTV Inspection 3301 31 LF 3281 $1.40 $4,593.40 II-07 3301.0101 Manhole Vacuum Testing 33 01 30 EA 12 $100.00 $1,200.00 11-08 3305.0109 Trench Safety 33 05 10 LF 3281 $1.15 $3,773.15 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 (8142 43 Proposal Fonn(by Gilco-Bumsco).xls 0142 43 BID PROPOSAL Page 2 of 3 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Specification Unit of Item No. Description Section No. Measure Bid Quantity Unit Price Bid Value Unit III:Paving Improvements 111-01 3213.0104 9"Conc Pvmt 32 13 13 SY 2508 $36.65 $91,918.20 111-02 3213.0101 6"Conc Pvmt 32 13 13 SY 11815 $31.75 $375,126.25 III-03 3211.0502 8"Lime Treatment 3211 29 SY 15255 $2.20 $33,561.00 111-04 3211.0400 Hydrated Lime 32 11 29 TN 297 $140.00 $41,580.00 III-05 3213.0301 4"Conc Sidewalk 32 13 20 SF 3502 $3.95 $13,832.90 111-06 3213.0501 Barrier Free Ramp,Type R-1 32 13 20 EA 10 $1,500.00 $15,000.00 III-07 3213.0506 Barrier Free Ramp,Type P-1 32 13 20 EA 2 $1,000.00 $2,000.00 III-08 3212.0501 4"Asphalt Base Type B 32 12 16 SY 67 $50.00 $3,350.00 111-09 3212.0302 2"Asphalt Pvmt Type D 32 12 16 SY 67 $25.00 $1,675.00 III-10 3217.4307 Remove Raised Marker 32 17 23 EA 536 $1.50 $804.00 111-11 3217.0002 4"SLD Pvmt Marking HAS(Y) 32 17 23 LF 600 $2.00 $1,200.00 111-12 3217.0003 4"BRK Pvmt Marking HAS(W) 32 17 23 LF 600 $2.00 $1,200.00 111-13 3217.2001 Raised MarkerTY W 32 17 23 EA 64 $5.00 $320.00 111-14 32172102 REFL Raised MarkerTY I-C 32 17 23 EA 30 $5.00 $150.00 111-15 3217.2103 REFL Raised MarkerTY 11-A-A 32 17 23 EA 9 $5.00 $45.00 I11-16 3137.0104 Medium Stone Riprap,Dry 31 3700 SY 128 $75.00 $9,600.00 III-17 3471.0001 Traffic Control 3471 13 MO 4 $500.00 $2,000.00 III-18 3305.0107 Manhole Adjustment,Minor 33 05 14 EA 12 $250.00 $3,000.00 111-19 3441.4003 Furnish/Install Alum Sign Ground Mount City Std. 3441 30 EA 4 $500.00 $2,000.00 III-20 0241.1000 Remove Conc Pvmt 0241 15 SY 238 $20.00 $4,760.00 III-21 0241.1100 Remove Asphalt Pvmt 0241 15 SY 57 $20.00 $1,140.00 111-22 9999.9999 End of Road Barricade 3471 13 EA 6 $1,500.00 $9,000.00 111-23 9999.9999 Remove Signage/Barricade 0241 13 EA 5 $250.00 $1,250.00 Unit IV:Drainage Improvements IV-01 3341.0205 24"RCP,Class III 3341 10 LF 235 $47.00 $11,045.00 IV-02 3341.0201 21"RCP,Class III 3341 10 LF 18 $44.00 $792.00 IV-03 3349.5001 10'Curb Inlet 33 49 20 EA 1 $2,800.00 $2,800.00 IV-04 3349.6001 10'Recessed Inlet 33 49 20 EA 1 $2,900.00 $2,900.00 IV-05 3349.7001 4'Drop Inlet 33 49 20 EA 1 $3,000.00 $3,000.00 IV-06 3349.0001 4'Storm Junction Box 33 49 10 EA 1 $2,800.00 $2,800.00 IV-07 3349.1003 24"Flared Headwall,1 Pipe 33 49 40 EA 1 $1,700.00 $1,700.00 IV-08 3137.0104 Medium Stone Riprap,Dry 31 3700 SY 30 $51.00 $1,530.00 IV-09 0241.4201 Remove 4'Drop Inlet 0241 14 EA 1 $750.00 $750.00 IV-10 0241.3104 24"Storm Abandonment Plug 0241 14 EA 1 $50.00 $50.00 IV-11 3305.0109 Trench Safety 33 05 10 LF 284 $0.50 $142.00 IV-12 3125.0101 SWPPP>_1 Acre 31 2500 LS 1 $1.00 $1.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Raised 20120120 00 42 43 Proposal Form iby Gilco-Bumsco).xls 0)42 43 BID PROPOSAL Page 3 of 3 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Description Specification Unit of Bid Quantity Unit Price Bid Value Item No. Section No. Measure Unit V:Street Light Improvements V-01 3441.3002 Rdwy Ilium Assembly TY D-25 3441 20 EA 16 $1,885.00 $30,160.00 V-02 3441.3301 Rdwy Ilium Foundation TY 4 34 41 20 EA 16 $1,110.00 $17,760.00 V-03 3441.1502 Ground Box,Small,w/Lid Apron 3441 10 EA 3 $705.00 $2,115.00 V-04 3441.1410 NO 10 Insulated Elec Condr 3441 10 LF 5240 $0.75 $3,930.00 V-05 3441.1415 NO 10 Bare Elec Condr 3441 10 LF 2600 $0.75 $1,950.00 V-06 9999.9999 2"CONDT PVC SCH 80(T) 26 05 33 LF 2600 $8.75 $22,750.00 Unit VI:Miscellaneous Improvements VI-01 2605.3031 4"CONDT PVC SCH 40(T) 26 05 33 LF 75 $10.00 $750.00 Bid Summary Total Bidl $1,159,148.90 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -Form Revised 201211120 00 42 43 Proposal Forrn(by Gilco-Bumsco).xis