HomeMy WebLinkAboutContract 47021 MY
Developer and Project Information Cover Sheet:
* „ Developed” mpany Name: Exel Inc.
R t
Address, State,Zip Code: 570 Polaris Parkway, Westerville , Ohio, 43082
Phone &Email: 614-865-8646, steve.hess @exel.com
Authorized Signatory, Title: Scot Hofacker, CFO
Project Name and Brief Project Carlsbad
Description:
Project Location: SE Corner of Mark IV and Cantrell Sansom
Plat Case Number: FP-15-061 Plat Name: Carlsbad Addition
Mapsco: 49F Council District: 2 City Project Number: #
CFA Number: 2015-066 DOE Number: #
To be completed by staff
Received by ' �� � � -., Date:
O TICIA F HECORF's"
Y
City of Fort Worth,Texas
Standard Community Facilities Agreement
CFA Official Release Date: 07.30.2015
Page 1 of 11
STANDARD COMMUNITY FACILITIES AGREEMENT
THE STATE OF TEXAS § City Secretary
COUNTY OF TARRANT § Contract No.
WHEREAS, the undersigned Developer ("Developer") desires to make certain specific
improvements as described below and on the exhibits attached hereto ("Improvements") related
to a project generally described as Project Carlsbad ("Project") within the City 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 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, 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
acknowledges that the said acceptance process requires the Developer's contractor(s) to
submit an affidavit of bills paid signed by its contractor and consent of surety signed by
City of Fort Worth,Texas
Standard Community Facilities Agreement
CFA Official Release Date: 07.30.2015
Page 2 of 11
its surety to ensure the contractor has paid any sub-contractors and suppliers in full.
Additionally, the contractor must also provide in writing that the contractor has been paid
in full by Developer for all the services provided under their contract.
C. Developer agrees to cause the construction of the Improvements contemplated by this
Agreement and that said construction shall be completed in a good and workmanlike
manner and in accordance with all City standards and the City-approved construction plans,
specifications and cost estimates provided for the Project and the exhibits attached hereto.
D. The following checked exhibits describe the Improvements and are incorporated herein:
Water (A) ®, Sewer (A-1) itd, Paving (B) I Storm Drain (B-1) �', Street Lights & Signs
(C)0.
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.
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 streets and/or 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 Improvements, and a maintenance bond in the name of the
City for one hundred percent (100%) of the contract price of the Improvements
valid 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.
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
City of Fort Worth,Texas
Standard Community Facilities Agreement
CFA Official Release Date: 07.30.2015
Page 3 of 11
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 at least 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 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, 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 contemplated herein.
I. City shall not be responsible for 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
CFA Official Release Date:07.30.2015
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, 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, whether or not such injuries, death or
damages are caused, in whole or in part, by the alleged negligence of the City of
F_ort 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
CFA Official Release Date: 07.30.2015
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.
City of Fort Worth,Texas
Standard Community Facilities Agreement
CFA Official Release Date: 07.30.2015
Page 6 of 11
iv. The City may utilize the Developer's financial guarantee to cause the completion
of the construction of the Improvements or to cause the payment of costs for
construction of same before the expiration of two (2) years if the Developer
breaches this Agreement, becomes insolvent or fails to pay costs of construction
and the financial guarantee is not a Completion Agreement. If the financial
guarantee is a Completion Agreement and the Developer's contractors and/or
suppliers are not paid for the costs of supplies and/or construction, the contractors
and/or suppliers may put a lien upon the property which is the subject of the
Completion Agreement.
(REMAINDER OF PAGE INTENTIONALLY LEFT BLANK)
City of Fort Worth,Texas
Standard Community Facilities Agreement
CFA Official Release Date: 07.30.2015
Page 7 of 11
Cost Summary Sheet
Project Name Projecl Carlsbad
CFA No.: 2015-066 DOE No.: #
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 $ 60,799.00
2.Sewer Construction $ 1811738.50
Water and Sewer Construction Total $ 242,537.50
B. TPW Construction
1.Street $ 1,119,360.40
2.Storm Drain $ 181,641:.00
3.Street Lights Installed by Developer $ 127,173 50
4. Signals
TPW Construction Cost Total $ 1,378,174.90
Total Construction Cost(excluding the fees): $ 1,620,712.40
Construction Fees:
C. Water/Sewer Inspection Fee(2%) $ 4,850.75
D. Water/Sewer Material Testing Fee(2%) $ 4,850.75
Sub-Total for Water Construction Fees $ 9,701.50
E. TPW Inspection Fee(4%) $ 50,040.06
F. TPW Material Testing(2%) $ 25,020.03
G. Street Light Inspsection Cost $ 5,086.94
H. Signals Inspection Cost $ -
H. Street Signs Installation Cost
Sub-Total for TPW Construction Fees $ 80,147.02
Total Construction Fees: $ 89,848.52
Choice
Financial Guarantee Options,choose one Amount Mark one
Letter of Credit=125%based on$1.7M w/2 r expiration period $ 2,1251000.00 x
City of Fort Worth,Texas
Standard Community Facilities Agreement
CFA Official Release Date: 07.30.2015
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
Exel Inc.
Jesus J. Chapa e
Assistant City Manager Name: Scot facker
Title: CFO
Date: ���"�, �
Date: f b-3 _
Recommended by:
ATTEST: (Only if required by Developer)
Wendy Chi Babulal, EMBA, P.E.
Development Engineering Manager Signature
Water Department Name:
'b , L.
Douglas . Wiersig, P.E. YZ
Director
Transportation&Public Works Department � � WOO
OC
0
Approved as to Form &Legality: ATTEST: ti ®Q
g
yy
La b
Douglas W. Black M y J. Kayser
Assistant City Attorney City Secretary
M&C No.
Date:
' FFICIAL REC0,i1,1F
CITY !SECFIETAOVf
City of Fort Worth,Texas o it r °'1%
Standard Community Facilities Agreement
CFA Official Release Date: 07.30.2015
Page 9 of 11
Check items associated with the project being undertaken; checked items must be
included as Attachments to this Agreement
Included Attachment
Attachment 1 - Changes to Standard Community Facilities Agreement
Location Map
_..........
Exhibit A: Water Improvments
Water Cost Estimate
®,- Exhibit A-1: Sewer Improvements
Sewer Cost Estimate
Exhibit B: Paving Improvements
Paving Cost Estimate
Exhibit B-1: Storm Drain Improvements
Storm Drain Cost Estimate
Exhibit C: Street Lights and Signs Improvements
Street Lights and Signs Cost Estimate
(Remainder of Page Intentionally Left Blank)
City of Fort Worth,Texas
Standard Community Facilities Agreement
CFA Official Release Date: 07.30.2015
Page 10 of 11
ATTACHMENT"1"
Changes to Standard Agreement
Community Facilities Agreement
City Project No.02676
City and Developer acknowledge that the water and sewer alignments and quantities shown in
the exhibits are based on preliminary engineering and are subject to change with the final
construction plans.
City of Fort Worth,Texas
Standard Community Facilities Agreement
CFA Official Release Date:07.30.2015
Page 11 of 11
35w O CLUgCA-�E ss/i
81
SWEETW OD 287
o s
ADWICK z �Q
cAD00 �' s
ANCY y�
C NTREL
H NEYCOMB FOSSIL CREEK
CANTRE L SANSOM
PROPOSEDN
:D
LU F-
a
SITE
a a
o'
= cn
> F
N � Z
a
820
�•8
O NORTHEAST
cn
c P�
o N RTHERN
0:� a o
w
cn Z
n N CD �
ELODY HILLS
o a
ID L T N
G EAT SOUTHWES
a
LL
U
Q
LL
U
V N
0
U
F
0
°o
LL
LL
2
A
N
C
W
a NOT TO SCALE
N
r
• ■ HALFFSM DGN: CFA-EXHIBIT-LOCATION MAP.dgn AVO: 30817
■E■
0 18 0 TBPE FIRM#F312 DATE: 8/18/2015 PAGE NO.: 1 OF 1
1201 NORTH DOWSER RD.RICHARDSON,TEXAS 75081-TEL(214)346520
' � Is i I
N I I,
ii
----------- --
, _..__._. n o 1 v T
LO
d' o j _�----- ---------- -=----i�_ O O
01 ----�;----- O
II I ♦ I th Z
O i- I `♦ I I W
CD
Q i
U i T � \�♦ i I � Q D-
Ln
a I
i
w I
CD I I w
to w Z Lu ♦ I
I oW O E-
0 ` I
> W �Zo
�¢ ~ ��
as W
I .= m�UQ �pQNNti ( ♦� Z
I �7 ^�� 3�CUp� , I`♦`♦ Q
Q-C'Q2p 1 ♦ n
❑F p�N Q �� I ♦ 1
I F_-
cwn w I J`� W 1D 3 I I \�♦ m
d I L I `♦ Ln
Q I O I I `♦♦ r
a s ( i `♦ W N
� , `♦ Q o0
I `
100
Ir
iz
kn
1 I I F--
yz I I I I o 0
I ( I I
( N
Q �
W 0Y o
1
F
new I I ( L ■
N
Z I j
�
w , IZ
0
Nw
� 1 1
=F-W
ZT ISM
PL I
1
I �
II
I ui
0
t
1 1 0_fn
II
I
I
I I
r
1-820
u P'E)NIAVd-1191HX3•Vd0\VdOkslae4S\OOVDILL£o£\S0000£GI ddlVH LM40 Wd£UF£ 9WISUS
CD
C) (D
U') N
00 0
C) z
(Y)
Q
C)
co
CD
Lo
CZ)
U-kn �wN
In u -;zc Qzn�l-;:E LA c3
QUO Q
C)
W 04
00
Lj-
00
mill i i i
LL ul
l
LL
� 1 i �z
I ► � ' I Quo
MEN
=T
all m IM
ONO m
10
QQI
U)
0
ow
t
L-------------- -
1-820
UbP')rdVYY3AVd-1191HX3-VziOkV:IOXSIG84SkeaVOU 90SAS0000EVI :l:l-lVHLSULl9 VYd6Z:LVC gLougVe
I
o I
N '
3 ,—'r-�..4T r--.-�s..T^c.-^i-FM1.Ta—.r--eR-. -+.��4���--•=v—T—,---+•--r——— O
CD I I _LO
I�Y o _ �----- \r-----------
O
(Y)
p Z
II I CO
O W
00 J I ' `�` I I o O
� � Q
O
LO I
I
C) I I I
Lu 4z)
Q� I
oIn Q�QVQi00 Q; I ` I 1—uj
o
IQ
°Ln Q -`n�;°
co
in
o
Q 00
I C) co
z
I
z I
al ,
z �I
LLW
L
1
LL o I I z
I b I I KN
All
\ W Q
oW MEN of
o� I I ------ MEN
La.u~i __= o
I I z
I o
I I
I I
i I co
1
O
e a
! � Ow
a v>
I � t
i
I I
I _ �
—V20
u P'SLH`Jtl-LI91HX3-tldo\tldo\S1ae4Sx0civo U80£1S000OHKI ddltlH L4Zt48 Wd06:LM MZIOV9
I `\
O w w I 3 ^ \
CD N \
o z
0�
ao I 1 � ..
I
0 0 I M Z
N I
II I' W
O
N
a , ICI
tl a I
W
LLJ Q
N
II = 1 I yW
LL,
w A o
p t
UO� Z�UW
w ®®® p�UQ
`3
co
Nq
I -47 m p�
ZQ "ll
f—Z I I gyp' �Q .6 r
X� 1 I ! pto Q M� p X O
wo $ ? Sri pro W N
00
'i ' V2 U 00
W
ww CI i II Z Q
IL z
°�� II I d 0
X
a0
ww> CI
Q 0 3 = a
w X fit: I i w
a m II LL
Fw- L N
n � g
i it I I w "o
/ F-Z LLo
_ •1 4 Z 0 t-�—a.
I
K
I ■■■ W
i y 0c ;
�... I I I �.d._......a mom o
LLI
I �
0 J LL'w I ( I a
Z� Q 1
I=U a?
ui m a❑ I I I
Ljj
VV I 0
a
O w
Z I F
EL in
w❑ I it
I I
m I
i d
I
I� IsI
I
I
u P'3E)VNIVii4-1181HX3-Vd0\tldD\Stea4S10a1/DtLG80E\S0000EYI ddTdH L5ZL4B Wd tE:LVE 5LOZ/8t19
O
CD
U-
CD
co
CD
oo 0
0 CY)
0 6i
C\I
CD
a-
L
C) U)
ow
W 0
0 W &N
C) ,CL>w
ow ow
ca LLJ
:3
n
t
o(O
w
If
U)
EL w 0
0 U)
tL
0 z
o in
w<
0-U)
>
a <
W OL LLJ U)
W L)
0 FL
w
U)
k:0
EL w �z LLJ co
U)
tz(z) LO
2L. Q
EL cD V—
X
LL.
I-- Cc LU C%4
U�3 cc Z�(—Q Q ca 6
Q)Ln(
(.5-,q co
co
Q.
0
Q)
V)
w
co U II
12
w U,
0 z 11 U.
w<
z
ow - I imp
W L)
MEN
>
owOf i mm w
CL Zo MEN
w
0
U)
00
cn z
w
UO)
O(L
w
_4 CaL.
W 0
0
CL ED
I 1 I ( 0
I
LL
tL Do
VqdZC:LL:C 91.0ZIBIrd
ubp,H;3Mg&,kl4VIINVs-iiglHx3-v:jo%vzjL)%-;--45%uuVO\Ltooe\SOOOOEA:I =IJWH Zg—ZtLM
CD I ,
N o LL
N
I € I a
r
1 00 O
Z
LO _...... _._......
_._F.............___ ,r
L
M
I w
O 1 W CD
O �
W �gtZO
LO I ^ti
O Q�
N
1 I OcnV �t0¢INOU
co Go
CD
m 3�coo�
_ Z I I 4 s M W ptp00 /
N W k '- [[ - --f 3 `� cl�
Ln
W
I f
Y!
1 ( X o
1
NL! ;a 1
Q 00
i I j LL
C)
I � I w
yy( w �f a
OZ & 1 I V L
!I I W O I mo
U)E-- b LL n
I O� 1 n
0
� I E ��
I@ s`
r
ci
2 MEN "
1 BEM 3
MEN
I I I o
f� F
K
w
W
r. I I w
W rl
ca 1 OO
O
( s � O w
CL W >� S 1 I a to
w O I > 1
I B !
I ' LY AYdMd N IM11
� I)
_ _. .__..,. u p�a31tlM-1191FIX3'Vd0\tld0lslaayg�ppy��LL£OE1S0000£FI jdNH L5ZL4g Wd EE�Lt�£ 4LOZ/BL/£
00 42 43
BID PROPOSAL
Page 1 of 2
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID Bidder's Application
Project Item Information Bidde2s Proposal
Bidlist Item Description Specification Section No. Unit of Bid Unit Price Bid Value
No. Measure Quantity
Unit[;Water Improvements
1 0241.1118 4"-12"Pressure Plug 0241 14 EA 1 _ $2,000.00 $2,000.00
_ 2 0241.1514 Salva a 2"Water Meter 02 41 14 EA 1 _$500.00 $500.00
3 3201.0121 4'Wide Asphalt Pvmt Repair,Arterial 32 01 17 LF 30 $30.00 $900.0_0
4 3305.0003 8"Waterline Lowering _ 33 05 12 - EA 1 $3500.00__$3,5 00.00
5 3305.0103_ Exploratory Excavation of Existing Utilities 33 05 30 T EA 1 $800.00 $800.00
6 3305.0108 Miscellaneous Structure Adjustment-_Vault 33 05 14 _ EA 1 $4,0.00.00 _ _$4 000.00
7 3305.0108 Miscellaneous Structure_Adjustment-Vault^ 33 05 14 EA 1 2500.00 $2,500.00
8 3305.0109_Trench Safety 33 05 10 LF 53 _ 3.00 $159.00
9 3305.0111 Valve Box Adjustment 33 05 14 100.00 $500.00
10_3305.0114 Manhole Adjustment,Ma r w/Cover 33 05 14_ _ EA 1 1 000.00 $1,000.00
11 3311.0041 4"Water Pipe_ 33 11 10,33 11 12 LF_ 15 60_00 _$900.00
12 3311.0441 12"Water Pipe 33 1110,33 11 12 _LF 38 _ 85.00 $3 230.00
13 3312.2201 2"Water Service,Meter Reconnection _--_ 33 12 10 EA _ 1 4,200.00 $4 200.00
14^ 3312.2203 2"Water Service_ � 33 12 10 EA ___1 3,200.00 $3 200.00
15 3312.2802 4"Water Meter and Vault 33 12 11 EA 1 18 500.00 $18 500.00
16 3312.3001 4"Gate Valve _ 33 12 20 EA 1 850.00 $850.00
17 3312.4115 18"x 4"1a!ppmq§leeve&Valve _ v 33 12 25 EA _ 1 6,500_00 $6,500.00
18 3312.4205 20"x 12"Tapping Sleeve&Valve 331225 �_ _ EA _ 1 7,500.00 $7500.00
19 9999.0001 Remove 2"Waterline 99 99 01 LF 40 1.50 $60.00
TOTAL BID FOR WATER $60,799.00
Unit II;Sewer Improvements
1 3301.0002 Post-CCTV Inspection 33 01 31 LF 2637 _,$2_00 $5,274.00
2 3301.0101 Manhole Vacuum Testinc_____, 33 01 30� EA _ _ 10 $100.00 $1 000.00
3 3305.0109 Trench Safety 33 05 10 _ LF 2637 $1.00 $2,637.00
4 3331.3202 6"2-way Cleanout _ .3331 50 EA _ 5 _ $500.00 $2500.00
5 3331.4108 6"Sewer Pipe _ _ 33 11 10,33 11 12 33 31 20 LF 120 $38.00 $4,560.00
6 3331.4115 8"Sewer Pi e 33 11 10 33 11 12,33 31 20 LF _2522 $40.00 $100.880.00
7 3339.1101 5'Manhole 33 39 10 33 39 20 EA - 6 $4,200.00 $25,200.00
8 3339.1102 5'Drop Manhole _ 33 39 10 33 39 20 EA 4 _$5'000.00 $20,000.00
9 3339.1103 5'Extra Depth Manhole 33 39 10 33 39 20 VF __92.5 $175.00 6,187.50
10 9999.0002 Remove Plug L&Connect to Existi�e� 99 99 02 ___ __EA _ 1 ____$1,500.00 $1 500.00
11 9999.0003 8"Sewer Access Chamber 99 99 03 EA 1 $2,000.00 $2,000.00
TOTAL BID FOR SEWER $181,738.50
Unit IV;Drainage Improvements
1 0241.3018 Remove 33"Storm Line_ _ 0241 14 _ LF 15 $20.00 $300.00
2 0241.3201 Remove Storm Sewer Box 02 41 14 LF _- 59 $40.00__5_2369,00
3 0241.4201 Remove 4'DroPlnlet _0241 14 _ EA 1-$1000 00 $1,000.00
4 3341.0205 24"RCP Class 111 33 41 10 _ LF _i 1363 $52.00 $70,876.00
5 3341.0207 24"RCP,Class IV _ 33 4110 _ LF 109 $65.00 $7 085.00
6 3341.1403 7X5 Box Culvert 33 41 10 LF v 64 $280.00 $17 920.00
7 3349.00014'Storm Junction Box Y 33 49 10 EA 1 $4 000.00 $4,000.00
8 3349.4105 24"SET 1 Pie 33 49 40 _ EA 1 $1 500.00 $1 500.00
9 3349.6002 15'Recessed Inlet _i 33 49 20 EA _ 1 $3,600.00_ $3 600.00
10 3349.6003 20'Recessed Inlet _33 49 20 EA _ 4 $4,500.00 $18,000.00
11 9999.0004 TxDOT F Type 1-C 4'Manhole 99 99 04 EA 1 $5,000.00 $5,000.00
TOTAL BID FOR DRAINAGE $131,641.00
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 20120120 OD 42 43 Hiddds Applicatioax
Form ls
DO 42 43
HID PROPOSAL
Page 2 or2
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID Bidder's Application
Project Item Information Bidder's Proposal
Bidlist Item Description Specification Section No. Unit of Bid Unit Price Bid Value
No. Measure Quantity
Unft III;Paving Improvements
1 0241.0401 Remove Concrete Drive i 0241 13 SF 1387 $2.00 $2 774.00
2 0241.0500 Remove Fence y 024113 _ LF 222_ $1`00 $222.00
3 0241.1000 Remove ConcPvmt_ 024115 _ SY_ 165 __$10.00 _$1,650.00
4 0241.1100 Remove Asph Pvmt -----2241 15__ ^_ SY 1526 _ $8.00 $12,208.00
5 0241.1300 Remove Conc Curb&Gutter 02 41 15 _ LF 22 $15.00 $330.00
6 3110.0101 Site Clearing 31 10 00 LS _ 1 $20,000.00___$20,000.00
7 3110.0102 6"-12"Tree Removal _ ^ 31 10 00 _ EA 92 $100.00 $9_200.00
8 3110.0103 12"-18"Tree Removal _ _ 31 1000 _ EA 23 $200.00 $4,600.00
9 3110.0104 18"-24"Tree Removal 31 1000 EA 7 $300.00____I?100.00
10 3123.0101 Unclassified Excavation b Plan 31 23 16 CY_ _3776 _$15.00 _ $56 640.00
_ 11 3124.0101 Embankment by Pfan 31 24 00__ CY 1172 $8.00 $9 376.00
12 3125.0101 SWPPP 2 1 acre 4 31 25 00 _ LS 1 $15,000.00 $15_000.00
13 3211.0400 HXdrated Lime _32 1129 ^i TON 232 $190.00 $44,080.00
14 3211.0502 8"Lime Treatment(48LBS/SY) 32 11 29 _ SY 9505 $3.50 _ $33,267;50
15 3212.0302 2"Asphalt Pvmt Type D a 32 12 16 SY 571 _ $14.00__ $7,994.00
16 3213.0106 11"Conc Pvmt _ _ _ 32 13 13 i_ _ SY _ 8954 `$68.50 $613,349.00
17 _3213.0301 4"Conc Sidewalk 32 13 20 SF Y 21218 $4.00 $84.872.00
18 3213.0403 _8"Concrete Driveway 32 13 20 _ SF~ 2282 $12.00 $27384.00
19 3213.0506 Barrier Free Ramp,Type P-1 32 13 20 EA 4 $1 200.00 _$4,500.00
20 3216.0101 6"Conc Curb and Gutter _ 32 16 13 _ LF 115 $25.00 $2,875.00
21 3217.0003 4"BRK Pvmt Marking HAS(W) 32 17 23,�� ^LF 4606 $1.30 _$5,987.80
22 3217.0201 8"SLD Pvmt Marking HAS�W 32 17 23 _ EA 476 $1.85 $880.60
23 3217.1002 Lane Legend Arrow _32 17 23_ _EA 7 $125.00 $875.00
24 3217.2001 Raised MarkerTY W _32 17 23 ,EA _ 138 $4.00 $552.00
25 3217.2002 Raised MarkerTYY _ _32 17 23 EA '68 $400_ $272.00
26 3217.2102 RE_FL Raised Marker TY-1-C _ 32 17 23 EA 26 $4.25 $110.50
27 3217.2103 RE FL Raised Marker TY-II-A-A 32 17 23 _ EA 110 $3.25 $357.50
28 3217.2104 REFL Raised Marker TY-II-C-R . 321723 EA 118---- $3.25 $383.50
29 3217.4307 Remove Raised Marker 321723 EA 347 $1`00 $347.00
30 3217.4402 Remove Lane Legend Arrow _32 17 23 EA 1 50.00 _$50_00
31 3291.0100 Topsoil 32 91 19 CY 2614 $18.50_ $48,359.00
32 _ 3292.0100 Block Sod Placement 32 92 13 SY 9635 $4.00 $38,540.00
33 3441.3501 Salvage Street L i- hg t Pole 34 41 20 EA 3 500.00 $1 500.00
34 3441.4003 Fumish/Install Alum Sign Ground Mount City Std 3441 30 EA 2 $550.00 $1,100.00
35 3471.0001 Traffic Control 3471 13 LS _ 1 $20,000.00 $20,000;00
36 9999.0005 Landscape-Maintenance 999905. LS 1 $20,000.00 $20,000.00
_ 36 9999.0006 11"Asphalt Base Type B .999906_ _ SY 571 _. 44.00 $25,124.00
�37 9999.0007 Salvage Street Light Arm and Fixture 1999907 EA _ 4 400.00 $1 600.00
38 19999.0008 Remove Existing Street Sin 1999908 EA 6 .100.00 $600.00
TOTAL BID FOR PAVING $1,119,360.40
_ Unit V;Lighting Improvements
1 2605.0112 Install Elec Sery Pedestal 26 05 00 EA _ 1 $7,500.00 $7,500.00
2 2605.3015 2"CONDT PVC SCH 80 26 05 33 LF 2298 _ $12.00 $27,576.00
3 2605.3016 2"CONDT PVC SCH 80(B) 26 05 33 _ LF 50 $32.00 $1,600.00
4 3441.1502 Ground Box Type B,w/Apron 34 41 10 EA 3 $500.00 $1,500.00
5 3441.3002 RdwV Illum Assemt!yTY 8,11,D-25 and D-30 34 41 20 EA 14 $2 500500.00 $35,Oo0.OD
6 3441.3201 137w led Light Fixture 34 41 20 EA 28 $1 250.00 $35,0 00.00
7 3441.3301 Rd Illum Foundation TY 1 2 and 4 34 41 20 EA 14 $900.00 _ $12,600.00
8 3441.3404 2-2-2-4 Quad lex A m Elec Conductor 1344120 LF 2559 $2.50 $6 397.50
TOTAL BID FOR LIGHTING $127,173.50
Bid Summary
T.tlBidl $1,620,712.40
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
I-Revised 20120120 00 42 43 Biddds Applimfi-Is
BID SUMMARY
TOTAL AMOUNT BID WATER $60,799.00
TOTAL AMOUNT BID SEWER $181,738.50
TOTAL AMOUNT BID PAVING $1,119,360.40
TOTAL AMOUNT BID DRAINAGE $131,641.00
TOTAL AMOUNT BID LIGHTING $127,173.50
GRAND TOTAL AMOUNT BID $1,620,712.40
This Bid is submitted on by the entity named below.
Respectfully submitted, Receipt is acknowledged of Initial
the following Addenda:
By; Addendum No. 1:
(Si ure) Addendum No. 2:
Addendum No. 3:
Brock Huggins Addendum No. 4:
(Printed Name)
Title: Vice President
Company: Conatser Construction Tx, L.P. Corporate Seal:
Address: 5327 Wichita Street
Fort Worth,TX 76119
State of Incorporation: Texas
Email: brock cDconatserconstruction.com
Phone: 817-534-1743
END SECTION