Loading...
HomeMy WebLinkAboutContract 48616 ((0-'6'9 CITY SECRETARY CONTRACT NO.Developer and Project Information Cover Sheet: Developer Company Name: Hillwood Alliance Services,LLC Address, State,Zip Code: 13600 Heritage Pkwy, Suite 200,Fort Worth,TX 76117 Phone&Email: 817-224-6000, Joe.Schneider@hillwood.com Authorized Signatory,Title: Russell Laughlin, Senior Vice President-Properties Division Project Name and Brief Westport 18 Description: Project Location: Intersection of FM 156 and Intermodal Parkway Plat Case Number: None Plat Name: None Mapsco: 6M Council District: 07 City Project Number: 100060 CFA Number: 2016-015 DOE Number: None To be completed by taff.- Received by: Date: v OFFICIAL RECORD Cityof Fort Worth,Texas CITY SECRETARY Standard Community Facilities Agreement FT' WoRTIi, TX 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, Hillwood Alliance Services LLC ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Westport 18 ("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 perfonnance of its duties and obligations hereunder and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. B. Developer shall provide financial security in conformance with paragraph 6, Section II, of the Policy and recognizes that there shall be no reduction in the collateral until the Project has been completed and the City has officially accepted the Improvements. Developer further acknowledges that said acceptance process requires the Developer's contractor(s) City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 2 of 11 to submit a signed affidavit of bills paid and consent of Surety signed by its surety to ensure the contractor has paid any sub-contractor(s) and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full by Developer for all the services provided under this contract. C. Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City-approved construction plans, specifications and cost estimates provided for the Project and the exhibits attached hereto. D. The following checked exhibits describe the Improvements and are incorporated herein: Water (A) 1,0�, Sewer (A-1) f( 1;, Paving (B) r[], Storm Drain (B-1) �, Street Lights & Signs (C) CP- 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 naive 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 City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 3 of 11 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 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. 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. City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 4 of 11 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. 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 dafnages are caused, in whole or in part, by the alleged nezlikence 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 damazes are caused, in whole or in part, by the alleged neali-ence 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 City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 5 of 11 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. 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 City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 6 of 11 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 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: 100060 CFA No.: 2016-015 DOE No.: NA An Engineer's Estimate of Probable Cost is acceptable. However, the construction contract price will ultimately detennine 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 $ 21,180.00 2.Sewer Construction $ 13,050.00 Water and Sewer Construction Total $ 34,230.00 B. TPW Construction 1.Street $ - 2.Storm Drain $ 984,853.00 3.Street Lights Installed by Developer $ - 4. Signals $ - TPW Construction Cost Total $ 984,853.00 Total Construction Cost(excluding the fees): $ 1,019,083.00 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 684.60 D. Water/Sewer Material Testing Fee(2%) $ 684.60 Sub-Total for Water Construction Fees $ 1,369.20 E. TPW Inspection Fee(4%) $ 39,394.12 F. TPW Material Testing(2%) $ 19,697.06 G. Street Light Inspsection Cost $ - H. Signals Inspection Cost $ H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 59,091.18 Total Construction Fees: $ 60,460.38 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 1,019,083.00 Completion Agreement=100%/Holds Plat $ 1,019,083.00 Cash Escrow Water/Sanitary Sewer=125% $ 42,787.50 Cash Escrow Paving/Storm Drain=125% $ 1,231,066.25 Letter of Credit= 125%w/2yr expiration period 1 $ 1,273,853.75 1 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 Hillwood Alliance Services,LLC 1 Jesus J. Chapa Assistant City Manager Name: L. 'Laughlin �' a Title: Senior Vice President-Properties Division Date: J Date: Reconnnended by: ATTEST: (Only if required by Developer) endy Chi- ulal, EMBA, P.E. e lopment Engineering Manager Signature Water Department Name: Do as . Wiersig, P.E. Director Transportation &Public Works Department Approved as to Form &Legality: by: Ronald P. Gonzales,Ass 'ty SecretaT­ D . Blac SW--44 Q. µ� � Assistant City Attorney M&C No. ►viii- OF FO Date: =.O OFFICIAL RECORD City of Fort Worth,Texas CITY SECRETARY Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 FT.WOMY TX 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 [h31 Sewer Cost Estimate Exhibit B: Paving Improvements Paving Cost Estimate Exhibit 13-1: 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 ATTACIEWENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 100060 None. City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 11 of 11 114 156 FM SITE 0 o �a W z 170 WESTPORT PKWY 377 156 FM 287 = --------------------- ---------------------------- ---------------------------------..----------------------...---------- --- ------- OWNER/ DEVELOPER: ENGINEER: WESTPORT 18 HILLWOOD ALLIANCE 11111 I' N. SOTON NORTH SERVICES, L.P. NOT TO SCALE 13600 HERITAGE PARKWAY,SUITE 200 5751 SUOEE DRIVE 8 FORT WORTH,TEXAS 76177 KELLER,TX 76244 DATE:FEBRUARY 2016 PHONE: (817) 224-6000 PHONE:817-562-3350 JC PENNEYPROPERTiES FNC \ EX 16"W WESTPORT ADON L :1 I ICV -- �-- INTERMODAL PARKWAY _ _ _ _ ---- ------ ---- _------------------------ --' r 3 EX 42"WL (2)2"WATER EX 12" WL 10" WL & SERVICES N (2) 2" SERVICES LL II EX 12"WL � Ilt6 6 � EX 16"WL t f EX 42" WL j I { 6 ALLLWCE WESBTPORT ADOITK)4 ALLW4CE WESBTP(( TTK)N ItI d s C 1 J ILII i 6 1 EX12"WL o 8" WL & <� 2" SERVICE IE C III 9 6 - CITY OF FORT WORTH CITY OF HASLET LEGEND PROPOSED WATER LINE EXIST WATER LINE PROPOSED FIRE HYDRANT NOTE:ALL PROPOSED WATER LINES ARE 8" UNLESS OTHERWISE NOTED EXHIBIT A - WATER = ------------- - ------------- ----------------- -------------------------- -----------------ENGINEER: ----------------- OWNER/ DEVELOPER: i 0 NORTH 300 WESTPORT 18 HILLWOOD ALLIANCE I'EL11 LAND6OTON SERVICES, L.P. 5751 KROGER DRIVE 13600 HERITAGE PARKWAY,SUITE 200 SUITE 185 FORT WORTH,TEXAS 76177 KELLER,TX 76244 GRAPHIC SCALE DATE:FEBRUARY 2016 PHONE: (817) 224-6000 PHONE:817-562-3350 K PEMNEY PROPERTIES M'G -, BLOCK 1,LOT 1 0-0 _ ID, k t _ -- –— ,L TERMODALPARKWAY__ -_ _ _-- --- — - - EX 12" SS EX 15" SS 8" SS 8" SS EX 18" SS EX 15" SS 1 1 ' 1 f i s 1 s t f ; 1 LOT 1 BLOCK 3 BLOC!( (! ALLLWCE NE�TPoRTAWIiION NUANCELOT\YE2�IPORT ADOI3TNJN p I . f 9 s �I 8 rcs 00 ��e 1 i 1 f 8 _ CIN OF FORT WORTH CITY OF HASLET LEGEND --♦- PROPOSED SEWER LINES — 0 EXIST SEWER LINES NOTE:ALL PROPOSED SANITARY SEWER LINES ARE 8"UNLESS OTHERWISE NOTED EXHIBIT A1 - WASTEWATER ------------- --------- ------------------ .................... ------- --------------------- -- ------ ----_-------- OWNER/DEVELOPER- ENGINEER: WESTPORT 18 HILLWOOD ALL ANCE1j^I'ELOTON Q NORTH 300' I'I1I LAND 6o LUTIONE SERVICES, L.P. 5751 KROGER DRIVE 13600 HERITAGE PARKWAY,SUITE 200 SUITE 185 FORT WORTH,TEXAS 76177 KELLER,TX 76244 GRAPHIC SCALE DATE:FEBRUARY 2016 PHONE: (817) 224-6000 PHONE:817-562-3350Ij EX (2)- CPENNEYPROPER ES INC EX(3) - 9LOCK,.LOT1 ..__ __._ __._ -- 4'XX RR 6'X 4' MBC WE3 1.LOT 9' 3 - \\ P - \\ _ - ` 2 6 B , 1 C 1 -4'X4' RCB ; vvvv 14. EX(2) 36 RC EX 8'x 4 RCB _ iii _ . �� III INT RMODALPARKWAY -- - -- -\\\\ _-..:.-_.._ -�j.. - - - - -_y. I � 8'x 4' RCB 1 -5' x4' RCB (1)- 12'x8' RCB ((1)) - 5' x4' RCB 1 - 12'x8' RCB (1) - 12'x8' RCB I 1 - 5'x 4' RCB 48 RCP (1 - 5 x 4 RCB i EX (2)- 24" RCP 7'x 4' MBC € PROP DRAINAGE R °I CHANNEL 1 I I i � i t I I BLOCKS LIW 6lOCK3 ALLIANCELOT,WEATPoRTADOITION ALLIANCE\V£ATPORT ADOITKIN l I T E � � 1 � I JO I If p I I I I II _ CITYOF FORT WORTH? CITY OF HASLET LEGEND 0 PROPOSED STORM DRAIN INLET -- l-- EXIST STORM DRAIN INLET PROPOSED STORM DRAIN MANHOLE PROPOSED STORM DRAIN HEADWALL EXHIBIT B1 - STORM DRAINAGE ---------- ----------------- -------- --- E- ---- --------------- -------------- -------------------------------------NG ---- -- "'D OWNER/DEVELOPER: , 0 NORTH 300' WESTPORT 18 HILLWOOD ALLIANCE LAND SOLu-rioms PELOTONINEER: SERVICES, L.P. 5751 KROGER DRIVE 13600 HERITAGE PARKWAY,SUITE 200 SUITE 185 FORT WORTH,TEXAS 76177 KELLER,TX 76244 GRAPHIC SCALE DATE:FEBRUARY 2016 PHONE: (817) 224-6000 PHONE:817-562-3350 SECTION 00 41 00—PROPOSAL DEVELOPER AWARDED CONTRACTS This proposal must not be removed from this book of Contract Documents. TO: Hillwood Alliance Services, LLC PROPOSAL FOR: WATER, SEWER,&DRAINAGE IMPROVEMENTS PROJECT NAME: WESTPORT 18 FELE NO. SD-0420 CITY PROJECT NO. 100060 WATER NO. 59601-5310350-0600430-100060-001580 SEWER NO. 59607-5310350-0700430-100060-001380 X-23439 Includes the famishing of all materials, equipment and labor for the installation water and sanitary sewer improvements and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: Water, Sewer, &Drainage Improvements to serve Westport 18 Pursuant to the foregoing Notice to Bidders',the undersigned Bidder,having thoroughly examined the Contract Documents,including plans, special contract documents,the City of Fort Worth current Technical Specifications,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 famished 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 Director of the Department of Transportation&Public Works 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 following sums: Furnish and install, including all appurtenant work, complete in place,the items in the Proposal Form (Section 00 42 43). Page 1 of 5 SECTION 00 42 43 PROPOSAL FORM UhTET PRICE BED Bidder's Application WESIPORT 18 Project Item lnformazion Bidders Proposal Bidlist Item Specification Unit of Description Section No. Measure Bid Quantity UPrice Bid PriBid Valve No. 1 3125.0101 SWPPP Z 1 acre 31 25 00 LS 1 $2,500.00 $2,500.00 Total Yard-H.Lnpro.ements $2,500.00 Project Item Information Bidders Proposal Bidlist Item Specification Unit of Description Section No. Measure Bid Quantity Unit Price Bid Value No. 2 3341.0205 24"RCP,Class III 3341 10 LF 44 $50.OD $2,200.00 3 3341.0409 48"RCP,Class 111 33 41 10 LF 50 $120.00 $6,00.7.00 4 3341.1103 4x4 Box Culvert 33 41 10 lF 136 $180.00 $24,840.00 5 3341.1202 5x4 Box Culvert 3341 10 LF 188 $240.00 $45,120.D0 6 3341.1501 8x4 Box Culvert 3341 10 LF 107 $310.00 $33,170.00 7 3341.2203 12x6 Box Culvert 3341 10 LF 69 $650.00 $44,850.00 8 3341.2205 12x8 Box Culvert 3341 10 LF 276 $700.00 $193,200.00 9 9999.0001 TxDOT Std Headwall(PW-1) 00 00 OD EA 8 $67,500.00 $540,000.00 10 3137.0102 Large Stone Riprap,dry 31 37 00 SY 779 $75.00 $58,425.00 11 9999.0002 Remove and Replace Concrete Apron 00 OD 00 SY 235 $95.00 $22,325.00 12 0241.0800 Remove Rip Rap 0241 13 SF 311 $5.00 $1,555.00 13 9999.0003 Spun Coir Mat,Seeded Erosion Control Blanket 00 00 00 SY 601 $8.00 $4,808.00 14 0241.0900 Remove Misc Conc Structure 0241 13 LS 1 $1,50D.OD $1,500.00 15 3305.0109 Trench Safety 33 QS 10 LF 872 $5.00 $4,360.00 Total Storm Drain Imprmements $982,353.00 Page 2 of 5 Proiect Item information Bidder's Proposal Bidlitt item Specification Unit of No. Description Section No. Measure Bid Quantity Uoit Price Bid Value 16 3311.0241 8"Water Pipe 3311 10 LF 15 $50.0D $750.00 17 3311.0341 10"Water Pipe 3311 10 LF 35 $60.00 $2,1DO.DD 18 3312.0117 Connection to Existing 4"-12`Water Main 33 12 25 EA 2 $1,ODO.OD $2,000.00 19 3312-2203 2"Water Service 33 12 10 EA 5 $2,200.00 $11,000.00 20 3305.0107 Manhole Adjustment,Minor 33 D5 14 EA 1 $800.00 $800,00 21 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 TN 0.94 $4,500.00 $4,230.00 22 9.099.DOD4 Concrete Blocking,Type B 00 00 00 CY 0.50 $20D.00 $100.00 23 3305.0109 Trench Safety 33 05 10 LF 50 $4.OD $200.00 Total Water lmpr�meots $21,180.00 SEWER ROFROVII.1IIi'1'S ..-. ...- .. Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Description Bid Quantity Unit Price Bid Value No. Section No. Measure 24 3331.3301 8"Sewer Service 33 31 5D EA 2 $3,000.00 $6,000.00 25 3339.1001 4'Manhole 33 39 10 EA 1 $4,ODO.00 $4,0DO.DD 26 3339.1003 4'Extra Depth Manhole 33 39 10 VF 10 $175.00 $1,750.DD 27 3301.0101 Manhole Vacuum Testing 3301 30 EA 2 $150.00 $300.00 28 3471.0001 Traffic Control 3471 13 MO 1 $1,ODO.00 $1,000.00 Total Sewer Improements $13,050.00 Earthwork Improvements $2_500.00 Storm Drain Improvements $982,353.00 Water Improvements $21 180.00 Sewer lmprovements $13,050.00 Total Ridl $1,019,083.00 Page 3 of 5 PART B -PROPOSAL(Cont.) Amer acceptance of this Proposal,the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security, if required, is to become the property of the Developer. The undersigned bidder certified that he has examined the current City of Fort Worth Technical Specifications and that he has read and thoroughly understands all the requirements and conditions of those Specifications and the specific Contract Documents and appurtenant plans. The successful bidder shall be required to perform the work in accord the City of Fort Worth Technical Specifications, which are incorporated herein and made a part hereof for all purposes, and which may be accessed at: haps://proiectpoint buzzsaw coni/ bz rest/Web/Home/Index?folder=47663#/ bz rest/Web/Item/ Items?folder—I 80863&count=50&start-0&ownership=Home The undersigned assures that its employees and applicants for employment and those of any Iabor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. Page 4 of 5 The Bidder agrees to begin construction within calendar days after issue of the work order, and to complete the contract within 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) Respectfully submitted, Name of Contractor By: (Signature) (Printed Name) Title: Company Name: Address: Email: Telephone: Page 5 of 5