Loading...
HomeMy WebLinkAboutContract 37809CITY `7r� RETARY' City Project Number # D1 0 :75C' INFORMAL DEVELOPER AGREEMENT TO BE EXECUTED BY DEVELOPERS WISHING TO LET THEIR OWN CONTRACTS FOR CONSTRUCTION OF WATER AND/OR WASTEWATER FACILITIES FOR (Project Name and Legal Description) F46 F. (f/i 4 r Co 5o2 L. .4) c r The undersigned DEVELOFFKR has familiarized himself with the City of Fort Worth's "Polly for the Installation of Community Facilities" governing water and/or wastewater facility installations and fully understands all the provisions, terms and conditions of that policy, and wishes to exercise the option contained in that policy permitting a DEVELOPER to let his own contracts for construction of such water or wastewater facilities. In addition to all other requirements of the City's Policy for the Installation of Community Facilities, the DEVELOPER specifically agrees to follow the procedures set forth below: 1. To employ a construction contractor who is approved by the Director of the Water Department, The requirements for such approval shall include, but not be limited to: a. The Contractor proposed to perform the work hereunder shall be prequalified as a bidder in the same manner that the City Water Department prequalifies bidders for City let contracts. The prequalification requirements for City let Water and Wastewater contracts are as follows: A current financial statement, and acceptable experience record, and an acceptable equipment schedule must be filed with the Director of the Water department at least two weeks prior to the hour for opening bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. Proposals submitted by a prospective bidder who has not fulfilled the above requirements shall be returned unopened. Liquid Assets in the amount of ten (10%) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualifications in work of both the same nature and magnitude as that of the project for which bids are to be received, and such experience must have been on projects completed not more than five (5) years prior to the date on which bids are to be received. The Director of the Water Department shall be the sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department projects. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. b. The Contractor shall meet the City's requirements for being licensed and bonded to do work in public streets. 2. To require the Contractor to furnish the Water Department performance bond and payment bond in the name of the City and the Developer, and a maintenance bond in the name of the City on forms provided by the City, for 100% of the contract price of the facility, said performance, payment, and maintenance bonds to be furnished to the City before work is commenced. 3. To deposit with the Water Department an amount equal to 10% of the contract price for all facilities to be constructed by the Contractor employed by the DEVELOPER, prior to commencing of any construction work. Said amount shall be for the engineering services to be performed by the DOE Department In-house Design Section, if the Water Department has approved the plans and specifications for the work to be done. In this regard, if the DEVELOPER wishes to employ his own engineers to prepare plans and specifications, he may do so, subject to Revised: April 14, 2008 the requirements of City's Policy for the Installation of Community Facilities (including waiver of all engineering charges) and to the further requirement that: a. Written approval by the Director of the Water Department of the plans and specifications so prepared shall be obtained prior to the employment of any contractor to perform the work contemplated. b. Approved plans and specifications shall be furnished to the Engineering Division of the Water Department prior to a Confirmation of Award of Contract being issued by the Department of Engineering Plan Review Division, 4. To require the Contractor to attend aPre-Construction Meeting set up by the DOE Head Inspector prior to commencing construction of the facility or facilities so that inspection personnel will be available. 5. To make this agreement, as well as the General Specifications of the Fort Worth Water Department (except as they are modified by the plans and specifications approved by the Director of the Water Department to govern construction of the work) an integral part of any contract with a contractor to construct any or all of the facilities involved. 6. To require the Contractor to allow the construction to be subject to inspection at any and all times by Department of Engineering Construction Inspection forces and not to install any Wastewater or water facility unless an inspector designated by the Director of the DOE is present and gives his consent to proceed. 7. To require the Contractor to pay for such laboratory tests made as the City may require. 8. To secure approval by the Director of the Water Department of any final payments, or if there is City Participation, all partial payments to the Contractor, such approval to pertain only to satisfactory completion of the work for which payment is made and not to constitute approval of the quantities on which payment is based. 9. To delay connection of any buildings to service lines of wastewater and water mains until such wastewater, water mains, and services have been completed to the satisfaction of the Water Department. 10. To furnish simultaneously with the execution of the construction contract let by the Developer, performance and payment (developer) bond in the name of the City of one hundred percent (100%) of the estimated con#tact cos# of the related water and/or wastewater construction, as stated in the construction contract, to guarantee timely payments to the Contractor for completed work and/or to guarantee satisfactory performance of this agreement and substantial completion of the water and sewer facilities to be installed. If the deposit is in the form of cash, the deposit shall be for one hundred twenty five percent (125%) of the estimated developer's share of the cost of the Water and Wastewater facilities. In addition, developer shall pay to the City in cash for the construction inspection fee equal to two percent (2%) and a lab testing fee of two percent (2% for those started after December 14, 2005) of the developer's share of the construction cost of related water and/or wastewater facilities as stated in the construction contract. 11. Work hereunder shall be completed within two (2) years from date hereof, and it is understood that any obligation on the part of the City to make any refunds with respect to water and/or wastewater facilities shall cease upon the expiration of two (2) years from date hereof, except for refunds due from "front foot charges" on water and wastewater mains, which refunds may continue to be made for a period of ten (10) years commencing on the date that approach mains are accepted by the Director. If less than 70% of the eligible collections due to the developer have been collected, the Developer may request in writing an extension of up to an additional 10 years for collection of front charges. 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 iniuries. death or damaaes are caused, in whole or in part: by the a/leaed nealiaence of the City of Fort Worth, its officers, servants, or employees. It is expressly understood and agreed by the parties hereto that execution of this agreement does not bind the City of Fort Worth to participate in or contribute to the cost of any of the improvements described herein; nor shall the Revised: April 14, 2008 City of Fort Worth be responsible or liable for any portion of the costs incurred by the developer, its officers, agents, employees, contractors or sub -contractors for the design and construction of the improvements described herein, unless and until the parties hereto execute a Formal Community Facilities Agreement, duly authorized by the City Council at a regular meeting, signed by the City Manager, and providing for the City's participation in the costs of said improvements. ACCEPTED FOR FORT WORTH WATER DE ARTMENT: By: �t DATE: v This agreement pertains to water andlor wastewater facilities required to serve the following described property and project: TaE.k,A'S /� t p y �!R",� ��'>Q-✓ I C� j� L.L t% (print developer entity) 18,3110006 (print namQ'd�id title) JS� Johnson J � J COd t FERNANDO COSTA��ASSISTANT CITY MANAGER DATE: " JC DATE: /0�810 Water Project # P;2(oq- &C LL/ <O/) So Z3 Contract Amount for Water Improvement (See Attached Exhibit "A" for Water Layout and C st Estimate) AN Sewer Project#P?'t� ?��i3a1D3b�3 City Project Number# Olb� Related Plat Case # (If Applicable) (Need 3 copies with original signature on each.) Mail to: Ms. Stephanie Francis, E.I.T. City of Fort Worth Water Engineering and Planning 1000 Throckmorton `r Fort Worth, Texas 76102 �( Contract Amount for Sewer Improvement $ � 3� `� %� , D {See cicUd Exhibit "A-1"for Sewer Layout and ost Estimate) Related Building Permit #, (If Applicable) ___ __ Revised: April 14, 2008 3 O �V J� 5Q �3 Su n�' �o O j� n � U �ns^i4 n rc � UN�til Qva iL [� C24 ,!. University Drive, Box 43t} Denton, TX'7b2�1 94(}-��Z-3�1-Z ofc �40-�I32-643�1 fax July 9, 2{}U� Freese & Nichols, Inc. �{)SS :International Plea, t:c, 2{}ti Fort V4'orth, Texas 7C1(}�} Attention: 11J1r. Jeff Harnmand, P.E.: Re: Estimated cost to install Edgeciif dater Line to C1�K Compressor Station, Valera Road anal C3ld I Iezrtphilt, �`c�rt �oril�, Texas. 1-lolIoman. Corporation is pleased to subrr�it a estitxrated total cost on the above named project as follos�rs: Furnish & ir►stall 730' 01' 12"PVC t�Rl� Water Line; Furnish. &.Install l33' of 20" steel +Casing; Clear �; gr�ib; Vegetation re-establislunent; Tra:Ffic Control Plan; �" & 15" S replacement; Funish �i Install 2{Y oi'Flou�able frll encase; Hydrotest &Chlorinate 12".:PVC; and Final CIe3n up. Isiimated total cast; � 295,367.80 C}ur estimate does not include. any= .permits or bonds; 3-�vay contract; inspection fees; impact fees; engineering, layout, survey. or design. t�tr4te based on all engineering, grades arld alignments being ftrrnished by Freese &. Nichols and the {}cvner. This cluot�tion is effective for thirty (3{}} days from the above bate.. lfany additional information is required I�lease conact txze at the above number or <')t my ceh phone number fi17-�{)I-23f��), �zrc�te valid :Por �{3 day°s. 1 Thank you forthe oppamrnity to provide a estimated total east on this project.. Sincerel}�, Holloman Corporation p Project Manager a Pricing Exhibit Water Line Improvments for Edgediff Compressor Station City Project No. 01030 Water Project No. 1?264-606150103083 Sewer Project No. P275-706130103083 D.O.E. No. 5947 "X" No. 20488 Unit I: Water Item Description Quantity Units Unit Price Total Amount 12" PVC AWWA C-900 (DR-14) 635 LF $91.00 $573785.00 8" PVC AWWA C-900 (DR-14) 20 LF $100,80 $2,016.00 12" Ductile Iron Pipe Water Line, Installed in 20" Casing Pipe 143 LF $814.80 $116,516A0 Hydro -mulch Seed 675 LF $16.61 $11,211a75 Trench Safety System 625 LF $23.80 $14,875.00 12" Resilient Seat Gate Valve 1 EA $81680.00 $8,680.00 8" Resilient Seat Gate Valve 1 EA $7,560.00 $7,560.00 2" Water Service Line, Meter Box 1 EA $4,900.00 $4,900400 Fire Hydrant Assembly 1 EA $9,030200 $9,030.00 Ductile Iron Fittings 1 TON $82960000 $8,960000 Connect to Existing Waterline 1 EA $5,320000 $5,320.00 Flowable Fill 20 CY $392.00 $7,840000 Erosion Control 1 LS $17,185,70 $17,185070 Traffic Control 1 LS $9,515.95 $9,515.95 Total Unit I Water $281,395.80 Unit II: Sewer Item Description Quantity Units Unit Price Total Amount 8" Sanitary Sewer PVC Pipe 20 LF $294.00 $5,880.00 15" Sanitary Sewer PVC Pipe 20 LF $357.00 $7,140400 Trench Safety System 40 LF $23.80 $952000 Total Unit II Sewer $13,972.00 Project Total $2953367.80 PART B —PROPOSAL DEVELOPER AWARDED CONTRACTS This proposal must not be removed from this book of Contract Documents. TO: Texas Midstream Gas Services, LLC C/o Chesapeake Energy Corporation 301 Commerce Street, Suite 600 Fort Worth, Texas 76102 PROPOSAL FOR: WATER LINE IMPROVEMENTS FOR EDGECLIFF COMPRESSOR STATION CITY PROJECT NO. 01030 WATER PROJECT NO. P264-606150103083 X NO. 20488 Includes the furnishing of all materials, except materials specified to be furnished by the City, equipment and labor for the installation of approximately 600 linear feet of 12-inch water line and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: WATER LINE IMPROVEMENTS FOR EDGECLIFF COMPRESSOR STATION Pursuant to the foregoing 'Notice to Bidders', the undersigned Bidder, having thoroughly examined the Contract Documents, including plans, special contract documents, ania the General Contract Documents and General Specifications for Water Department Projects, the General Contract Documents and General specifications for Transportation and Public works Projects, 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 Director of the Department of Engineering 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: B-1 Updated 05/16/2005 UNIT I: WATER (Furnish and install, including all appurtenant work, complete in place, the following items) (D-No. refers to related items in the Part D Special Conditions:) Item Approx Item Description of Items with Bid Unit Price Total No. Quantity Units Prices Written in Words Amount 121' PVC AWWA C-900 (DR-14) Pipe (D-52.1) 1 635 LF 7pt- dollars and cents Per linear foot 8" PVC AWWA C-900 (DR-14) Pipe (D- 52.1) 2 20 LF 60-7u 7 dollars $ /Off, eo and cents Per linear foot 12" Ductile Iron Pipe (Pressure Class 350) Water Line, Installed in 20" Casing 3 143 LF Pipe installed y other than open dollars $ 9-NO 90 $ZZA S/6. anff cents Per linear foo 8" Sanitary Sewer PVC Pipe (SDR-26). 4 20 LF rs ents $ 0?9 , av $ $ko, d a�7,t.«!y�•-�+dlnd Per linear foot 15" Sanitary Sewer PVC Pipe (SDR-26). 5 20 LF •_yam d lrs and cents Per linear foot Hydro -mulch Seed (D45.2) 6 675 LF �,e�%./-. oln d rs $ � � $— o 7 and clents per linear foot Trench Safety System (D-26) 7 665 LF ,i waawt-r dollarsy;r $ 3, �o $ ands, cents per linear foot 12" Resiliente4Vat1Gate Va ve, fgr 8 1 EA �-o'� rs cle nnts ad per each 8" Resilient Seat Gate Valve for 9 1 EA d rs $ $ 7 and clents per each 7 B-2 Updated 05/16/2005 2" Water Service Line, Meter Box (D- 52.7) for 10 1 EA wevo wJ4 - Ilars and 7LIP cents per each Install Fire Hydrant Assembly including lead, and valve, complete and in place 11 1 EA for dollars $ ,e $ O o. and "ha cents per each Ductile Iron Fittings (D-52.12) t'tfolents 12 1.00 TON ``a'�iw.`"i`w�•&. $— nd per ton Connect to Existing Waterline 52.5 13 1 EA Z4*ft.w�t '`!v''`` `'2."'( $ 3 aD $ ao and -y<o cents per each Flowable Fill for Encasement 14 20 CY �'wy. r'`'r„�,.+ doclars $ 9y $ ents and cents �3 per cubic yard Erosion Control (D40) 15 1 LS and Setif �y cents $ $ per lump sum Or Traffic Control (D-8) 16 1 LS �+`'w`'""y'`.0'r`�`c"Ilars $ �!' ' S'9 $ S/ and cents per lump sum �TAL AMOUNT BID WATER $ �9S 3G7, SD B-3 Updated 05/16/2005 ' B-4 Updated 05/16/2005 PART B - PROPOSAL (Cont.) ) After 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 certed that he has obtained at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The successful bidder shall be required to perform the work in accord with the following publications, both of which are incorporated herein and made a part hereof for all purposes. 1. The General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, which may be purchased from the Water Department. 2. The Standard Specifications for Street and Storm Drain Construction which may be purchased from the Department of Transportation & Public Works. The undersigned assures that its employees and applicants for employment and those of any labor 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 amened by City Ordinance No. 7400. The Bidder agrees to begin construction within calendar days after issue of the work order, and to complete the contract within _ working days after beginning construction as set forth in the written work order to be furnished by the Owner. Com lete A or B below, as applicable, � p) A. The principal place of business of our company is in the State of Nonresident bidders in the State of ,our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non resident bidders in the State of , our principal place of business, are not required to underbid resident bidders. V� B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. B-5 Updated 05/16/2005 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 (Inals) Addendum No. 2 (Initials), (Seal) Date: 7— 3v— 0�1 Addendum No. 3 (Inals) Addendum No. 4 (Initials) Respectfully submitted, Title P/?OTFcT A99;�✓f�-eeazvo� Address &w y c3ko m�sr Telephone: 0 _ !y B-6 Updated 05/16/2005 CITY OF FORT WORTH - DEPARTMENT OF ENGINEERING DEVELOPER CHANGE ORDER DATE: October 10, 2008 PROJECT NAME: Water Line Improvements for Edgecliff Compressor Station CONTRACT: Utility Contract CHANGE ORDER No: 1 CITY PROJECT NO, 01030 DOE NO: 5947 WATER PROJECT # P264-606150103083 SEWER PROJECT # P275-706130103083 FILE #: X-20488 INSPECTOR: Dennis Rodgers Phone No: 817-223-2275 PROJECT MANAGER: Debbie Willhelm Phone No: 817-392-2481 WATER SEWER PAVING DRAINAGE DAYS ORIGINAL CONTRACT $ 295,36T80 $ 0.00 $ 0600 $ 0500 180 EXTRAS TO DATE $ 0.00 $ 0600 $ 0.00 $ 0,00 0 CREDITS TO DATE $ 0000 $ 0,00 $ 0800 $ 0.00 0 CONTRACT TO DATE $ 295,367.80 $ 0.00 $ 0000 $ 0000 180 PROP, CHANGE ORDER -$ 13,972.00 $ 13,972.00 $ 0000 $ 0000 0 REVISED CONTRACT $ 2817395.80 $ 13,972900 $ 0,00 1 $ 0,00 180 TOTAL (REVISED CONTRACT) BY CITY DEPARTMENT WATER DEPARTMENT TRANSPORTATION WORKS AND PUBLIC $ 295,367.80 $ 0.00 TOTAL REVISED CONTRACT $ 2955367,80 Revised: �/24/06 You are directed to make the following changes in the contract documents: Pay Item DESCRIPTION Original Quantity Quantity Adjustment Revised Quantity Unit Unit Price Cost Adjustment 14 8" Sanitary Sewer PVC Pie SDR-26 20 -20 0 LF $294600 45,880.00 k5 15" Sanitary Sewer PVC Pie SDR-26 20 -20 0 LF $357000 -$71140.00 k7 Trench Safety System D-26 665 .40 625 LF $23.80 -$952.00 Subtotal 413,972.00 II-1 8" Sanitary Sewer PVC Pie SDR-26 0 20 20 LF $294000 $5,880000 lk2 15" Sanitary Sewer PVC Pie SDR-26 0 20 20 LF $357.00 $7,140400 11-3 Trench Safety System D-26 0 40 40 LF $23.80 $952.00 Subtotal $137972.00 RECOMMENDED: (Name of Consulting Engineer) By: ( Print Name) (Title) APPROVED: (Developer Name) By: ( Print Name) (Title) APPROVED: (Contractor Name) By: ( Print Name) (Title) TOTAL $0.00 Revised: 7/24/06 REASON (S) FOR CHANGE ORDER (****Keep on separate page****) Additional pavement, storm drain relocation, and water line extension due to on -site development changes. Changes correspond to: • Revision No. 1: Move sewer items into Unit II; NO CITY FUNDS INVOLVED IN THIS CHANGE ORDER. DEVELOPER IS RESPONSIBLE FOR 100% OF THE CHANGE ORDER COST AND NO REIMBURSEMENT WILL BE REQUESTED FROM THE CITY. NO CHANGE IN THE NUMBER OF DAYS. Revised: 7/24/06