Loading...
HomeMy WebLinkAboutContract 38063COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. g o WHEREAS, the undersigned "Developer" desires to make certain improvements (refer to the name of the project at the bottom of the page) an addition to the City of Fort Worth, Texas; and WHEREAS, the said Developer has requested the City of Fort Worth, ahome-rule municipal corporation situated in Tarrant, Denton, Parker, and Wise Counties, Texas, hereinafter called "City", to do certain work in connection with said improvements. Developer: Name: Lennar Homes of Texas Land and Construction LTD Title: N/A Company: Lennar Homes of Texas Land and Construction LTD Project Name: Sendera Ranch East Phase 7, Section 1 Project Location: Sendera Ranch East, Phase 7, Section 1 Additional Streets: Plat Case No. PP03-021 Plat Name: Sendera Ranch East Council District: CFA:2008-039 DOE:5968 City Project No:01049 O�FICfAI k�COR® CITY SECRETARY FT, WORTH, TX NOW, THEREFORE, KNOW ALL BY THESE PRESENTS: 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") 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 infrastructure. Developer further acknowledges that said process requires the contractor 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 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 (Ah x , Sewer (A4) x ; Paving (B) x Storm Drain (B-I) x ; Street Lights & Signs (C) x . E. The Developer shall award all contracts for the construction of community facilities in accordance with Section Il, paragraph 7 of the Policy and the contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section II, of the Policy. Combined CFA final Sept 15 2008 2 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 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 3 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 agrees to provide, at its expense, 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. 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. 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 allezed neplikence of the City of Combined CFA final Sept 15 2008 4 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 may connected with, the construction of the infrastructure contemplated herein, whether or not such injuries, dead: or damages are caused, in whole or in part, by the alleged neali,gence 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 and shall cause to be executed and delivered to the City an indemnity agreement from such contractors on a form to be promulgated by the City. 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 parry 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. 5 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. 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 two (2) years; provided, however, if construction of the community facilities has started within the two year period, the developer may request that the CFA be extended for one 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 a CFA shall be subject to the availability of City funds and approval by the Fort Worth City Council. 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 two (2) years 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 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. Combined CFA final Sept 15 2008 6 Cost Summary Sheet Project Name: Sendera Ranch East, Phase 7, Section 1 CFA No.:2008-039 DOE No.:5968 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. Double click inside spreadsheet for direct input and automatic calculations. Items Developer's Cost A. Water and Sewer Construction 1, Water 2. Sewer Water Construction Cost Sub -Total B. TPW Construction 1. Street 2. Storm Drain TPW Construction Cost Sub -Total Total Construction Cost (excluding the fees): Construction Fees: C. Water Inspection Fee (2%) D. Water Material Testing Fee (2%) Sub -Total for Wafer Construction Fees E. TPW Inspection Fee (4%) F. TPW Material Testing (2%) G. Street Light Installation / Inspsection Cost H. Street Signs Installation Cost Sub -Total for TPW Construction Fees Total Construction Fees: Total Project Costs: $ 122,723.25 $ 75,447.21 $ 198,170,46 $ 277,148.40 $ 350,248.83 $ 627,397.23 $ 825,567.69 $ 3,963.41 $ 3,963.41 $ 7,926.82 25095.89 $ , $ 12,547.94 $ 26,000.00 $ 1,470.00 $ 65,113,83 $ 73,040.85 Chofce dmmmf !ck one) rmnn��o. v Bond -Water = 100% $ 198,170.46 X Bond -TPW = 100% $ 627,397.23 X Completion Agreement = 100% / Holds Plat $ 825,567.69 Cash = 125% $ 1,031,959.61 7 1N 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 h day of "C)e-C ,. , 200—S—. CITY OF FORT WORTH -Recommended by: , Water Department endy EMBA, P.E. Bring Manager Approved gas to Fof•m &Legality: Amy J. ATTEST: Marty HeQ1 'x City Secretary ATTEST Name: S7`�"L /�l9Cvffh• Combined CFA final Sept 15 2008 8 Transportation &Public Works Department Approved by City Manager's Office Fernando Costa Assistant City Manager DEVELOPER: Lennar Homes of Texas Land Construction LTD A Texas Limited Partnership, By: Lennar Texas Holding Company A Texas Corporation It's General Partner Jack Da�son, Vice President OFFICIAL ��CORD CITY SECRETARY FT. WORTH, Tit 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 (Remainder of Page Intentionally Left Biank) 0 y o r M o 0 o o� w a a 0 Z o v N M N V W � o m ® 1 z F Ckez LLI v 3 ¢�Q�^ o a 4 I'( __.. ; d N iJ ?o ice/ v ^ N M (J 0 (n p N W W F- J Q Z U z Z — W p Q W — W W p (n wa— O(n� a WW O Z S d J O I ( I I I I I I I I I I I I i I o I I I w Z W W Q F- I_1_.I W W Q Z > CC U -� z _>, o a o Ld > S Ir W W W W W W W F F- Q� F- F- Q Q — ti a s - 3z CD w o � O W a a. a. (n (n (n O O O — — — cr Ir Q:� X X X a a. a W W W J M P p' K Y � J i J N r-1 � o r rn U! �w o tl O` o W Q U m V ~ a O W Lmz rr^^ P vI �� N Q H W O Z 06 F X �Zo W w W Q�QI o I W a W U) W W W v _ W Z In W to — — ln a >- W Q > W '3 crW W Q J O WS Q J F O 0:: �9: F- O — S d WO o — S Z Z to v Z Z Q Q Li tn0 v Q Q Ln :5 O 0 Ln W In : W W F- o Ln Ln J Q F- F- F- o z U <Z L Ln Ln — 0. — 0 0 - - O o C x x — Q�_ Z W W W W J 0.00— Z U 0 O N II -M z 2 � J y o n U N n JIF I r U wa , n 7:�aIF IF IF If IF IF IF FF/ (�Y" .' �' �•'• a IF IF l P V U) `�• . N N \ O O\ go so00 \ N P O 1 19 tn Ol to Z 1. to N 1 x K .K b of �'..tX, N A O Zor,�J 01 of J m m M :I W N NI M ' O�_ ' tz P ' Ln t N In -- P N tII so so N CO � \ N a •. N �! OF AF m It CSF m 0 n Co. Ql L M oO W O o L o w U m M r a W o U W bmz u W z m _ 5 U W W,3 W ^ ui Lq a a, � a z � W W a J Y Y U W � O Q W Q O m� �O �m O CO Cr WJ WW c o — 0 CL am M CID CD m� —D —O v In In CO In J W W O o Q � O W to o O<Q �O O> O> mO CL0 CC co NCO — n a. CL CL �. J u 0 0 0 N r � II N Da� J. �, l v iN S �� W a N ul J � � � O In � xl c a i�� ��� � i, \\ i' ��� ��__, f�, ,, ��, ,�p.`1 /� t5� � a ,1 � _� �r � �, � "z �/ 0 � - v ��N�^ \ � p0 iV'` ` � � ae �, �, `�� � A\ o � N to �Q \ N r.� � �\ N R � '^ N t/ W N _ Vl Q� ••V � N 'L a" 1 '� � ti 3 >c x a 1 � � c a.;: � o w c I � O p. ; v � 1 = O � lD ii rrrr ��- � � W 1 � I I � I N ,1l o � 1 N � I M r � z 1 + � � � ' ' ' 1p d P �' ' � �� Y 7 N , � u �� __' o N � J / � P N lD P � M o v 6N��3 � \� N Q � � \ N �l / N � �' � / � �. ^ � v' N � �� �/ G 1 ` � � /- J P IA S Z .y " Pk � ; C� t.. 1 I, �� 1' � � � o AAl1 W o LLO wz � N 0 oW � � � U M m o a m VWV V z o W r^ �� N m I-1 �V m�� Z x � 5 ���� �Zo W W �Q��� o eW � V�Sm a W J 3 U X II �� � �ll n II II it II I � W Z z Z /W J J V z Z W — r- J a a c.� � J � W O W J p � O � � O � � � � W S O O O J Z Q t- Li I- Z Q W N p N - � 2 N � F' W Q. d W � - O O O O - � � � � � X - W W W d W J a U h t` a U � i j Q M v 0 o � i � � n 2 I � i VI Wp Uvv W W • O � SW J (n = F U W=Q W W F- F- Z LU F- w N Q \n W In W J Z W W JOU J J 0a.— O Z to Z — J tNWW \n W O F- F ♦- UO In 0. (n O — z m Ir xoz a- W a O 0 0 r � n m m WDDN U aJ 7 ri to z sZ'a r+ i kn aot N i 1 N O , ko N N 1 0 1 � V M � r 7 / kn y PEI to cn W D O p W Z O `i o � O Li U 0 u W v W iz _ a " I V o coCkd t z ad u W W W cQe 0 Q. cr Pa I I I I a I I I 0 U z z c, t- Cl (D - U i - U) Lit > N U I- O i Q F- W Q v z W W C 7 W Q v w Q� F LL o CD I- to O N � W In o J F- ~ i 20 to � a Q� x CL W _I Q 0 PAK 1 fi - PK( )Pt 1S.XL N I:I.UI'F 11 .,% .VZI:I) C OV' fR,I %� I ti his proposal mint not be removed Irom this hook of C onU act DoCU►11enlS. IO: Lennar [ [omes ofCexas Land & Construction. Ltd. PROPOS�IL FOR: Sendera Ranch bast Phase V11, Section 1 WATER PROJECT NO. P264-6021 50104983 SEWER PROJECT NO. P274-702130104983 ---- DOF: NO. 5968 -_ CITY PROJECT NO. 01049 Includes the tarnishing of all materials, except materials specified to be furnished by the City, equipment and labor for the installation of Water Sanitary Sewer, and Storm Drain Improvements and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: Sendera Ranch East Phase VII, Section 1 (project name) Pursuant to the foregoing 'Notice to Bidders', the undersigned Bidder, having thoroughly examined the Contract Documents, including plans, special contract documents, afd 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 he 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: ('ti'1 1 I: NI":\ I�II.R I Fuuii,h ;uul uI>Lt1 . uulIlk iIII L! A it I L I I enill t , ort . c( ml,lete I Mace. the li,llo,ti ut� nemI ID-\n reler� to related ilem< in the fart 1) Special (ondiuoll l F'Illt j f'flit l'otal Item A1)pIto x. � Item Description . Measure IIIice amount No. Ouantity 1 "1) Item reference ment Imo— - 1 - -- _ Per linear Foot Seventeen Dollars & Twenty Cents $17.20 $ 54.008.00 2. 10 Ea. 8" Gate Valve Complete with Cast Iron Valve Box and Cover Per Each Nine Hundred Twelve Dollars & Forty Five Cents $ 912645 $ 91124.50 3. 6 Ea. Standard Fire Hydrant (4'0" Bury) Per Each 4. 5. 6. Three Thousand Eighty One Dollars & Fiftv Cents 54 Ea. 1"Copper Services Per Each Four Hundred Seventy Two Dollars & Eighty Six Cents 54 Ea. Concrete Meter Box I" Service Per Each Ninety Two Dollars & No Cents 10 ` (t.Y. Class B Concrete Per Cubic Yard Sixty F ire -- - No -- - — ---L - - l - — $ 3,081.50 Doll�u's & eats ; 6q).00 $ 18,�f89.00 $-f.9fi8.00 i $ 65U.00 I 'nit ltcm ;\pprox. Item Description Measure No. ! thuultit\ • )" Item reference illelll l'NI I I: AV";AlT R I nit fora) Pl ice AMOL111t 7. I U C.ti'. Class (: Concrete Per Cubic Yard i No uh Fi�'e------- — C)eontsr; & 65,00 s. 9. 10 12 to C.Y. Class F Concrete Per Cubic Yard I Sixty Five _ Dollars & No Cents ( $ 65.00 $ 650.00 C.Y. Crushed Limestone Per Cubic Yard Twenty Two Dollars & Fifty Cents $ 22050 $ 225.00 C.Y Ballast Stone Per Cubic Yard Twenty Two Dollars & Fifty Cents Cast Iron Fittings, Furnish and Install, Complete in Place, Including Concrete Blocking, Per Ton Four Thousand Sixty Three Dollars & Ninetv Cents Trench Safety for Water Mains Per Linear Foot No Dollars & Iwent� Cents I..S. Storm Water Management Per Lump Sun) Five I lundred Dollars & i No Cents 10 V AL :A1FUUN1 1311) W;1T 'R i `� 50U.00 S 122,723.3� t ".Nil I AK I l urni.h anal install. utcluciing ,tll al,lxulCnant \W1 ..0mtl,lIII tc in l+I,icr. tl r li,llm in itcnisl item, in Ihr Part 1) tilxcial (,m.litI0W% 1 ItcIll Approx. No. Ouantity t'nit NIcasure ment i UNI"I II — SANI"I/qkRI' SEWER 3. 4. 5. ?.066 ??6 17 Item Description Item refct'cnce L.F. 8" SDR-35 PVC Pipe at Various Depths as Shown on the Plans. Complete in Place for the Sum ot; Per Linear Foot Fifteen Dollars & Ninety Five Cents L.F. 8"SDR-26 PVC Pipe with Cement Stabilized Backfill at Various Depths as Shown on the Plans, Complete in Place for the Sum of, Per Linear Foot Sixteen Dollars & Ninety Five Cents Ea. �` Sewer Service SDR-3�, with Two- way Cleanout, Complete in Place for the Sum of, Per Each Ea Three Hundred Ninety Six Dollars & Fonr Cents �I" Sewer Service SDR-?6, with I'wo- way Cleanout, Complete in Place for the Sum of, Per Each Four !lundred Two Dollars & I Fifty Four- -- Cents I' Diameter SS%1I I to 6' depth xN ith WaterIi< ht lnscrt. Complete in Place fir the Sum of: Per Each l Illt I oral Price 1111ount i $ 32,952.70 $ 3,932.40 $ 9,SOd.96 Nine. I lundrrd S-ixt� 1�}�t_. Dollars & -J3 171061.S7 Forty l Ili -cc Cents $ I.�)G . f nit � Item pprox. Item Descriptloll III ice Amount No. �)uantity Measure Item Item reference meat t'NIT II - S,�NII :CRY SI4,\VFR -- 61 9� Fa. Vacuum Vest liar Manholes Per Eaclt Fi,�� Dollars & No -- Cents $ 80.00 — _ — $ 720.00 -- — — -- — —�-- 7. 2,298 ! L.F. french Satety (Se\�er) Per linear toot No Dollars & Twenty _ Cents $ 0 20 $ 459,60 2,298 L.F. TV Inspection of Sanitary Sewer 8. Per Linear Foot One Dollars & Twenty Five Cents $ 1.25 $ 2,872.50 1 L.S. Storm Water Management 9, Per Lump Sum Five Hundred Dollars & No Cents $ 500.00 $ 500.00 TOTAL AMOUNT SANITARY SEWER $ 75,447.21 t 'NII III: S'I�ORNI DRAIN S I l:til l urnish'Ind 111NIAl, including all .tpluutrnant �kofK, onnhleie in hldcc. the 10 0\%111e 1tr1 1 l'nit Item Approx. Measure No. Quantity meat UNIT IV ST01 M DRAIN SYTE4111 3. 4. 82 622 t'nit total Item Description Price amount "1)" Item reference L.F. T X 4' SBC. Complete in Place for the Sum of. Per Linear Foot Two 1 fundred Sevent}� One Dollars & Eighty Two Cents L.F. i' X �1' SBC, Complete in Place for the Sum of, Per Linear Foot One Hundred Fifty Three Dollars & ThiM One Cents L.F. 21"Class [II R.C. Pipe, including Trench Excavation and Backfill, Complete in Place for the Sum of, Per Linear Foot Thirty Five Dollars & Two Cents L.F. 24" Class III R.C.. Pipe, Including Trench Excavation and Backtill, Complete in Place for the Sum of, Per Linear Foot Thirty fight Dollars & Eight}' Two Cents Class III R.C. Pipe, Including french Excavation and Barklill, Complete in Place for the Sum of, Pcr Linear Foot Forte Thrce _ Dollars & Cents $ 271.82 $ 153.31 $ 35.02 $ 38.82 $ 113,892.58 $ 73,282.18 $ 2,871.6�1 i I n1l Item \pprosMeasure No. QUantitN ment I'NI"f IV S fORVI DRAIN SYfFA/1 Item Dc,crillti��n [)" Item reference 6. 6() L.I . 30" Class III R.C. Pipe, Including 7. 9. 10. ,0 312 274 Trench Excavation ,Ind Backtill, Complete in Place for the Sum of, Per Linear Foot F0rt)L--Nine __ Dollars & Ninety I ive ---- C'cnts L.F. �� 36"Class III R.C. Pipe, Including Trench Excavation and Backtill, Complete in Place for the Sum of, Per Linear Foot Sixty Four Dollars & Forty Eight Cents L.F. 39"Class Ill R.C. Pipe, Including Trench Excavation and Backfill, Complete in Place for the Sum of, Per Linear Foot Seventy Nine Dollars & Thirty One Cents L.F. �18" Class 111 R.C. Pipe, Including Trench Excavation and Backtill, Complete in Place for the Sum of, Per Linear Foot One Hundred One Dollars & Thirty Two Cents Ea. 7' x 4' FW-O Wing Walls, Complete in Place for the Sum of, Per Each Four Thousand _ I'hree Hundred - __— Dollars & No Cents Standard IU' Curb Inlet, Complete in Placc tier the Sum of. l�nit Total Price .Amount $ 3.300.00 I'cr f:ach I ive I lundrrd I iJt� Dollars No - _ Cents S 3.»0.00 $ 1,289.60 $ 24,7�t4.72 $ 27,761.68 $ �t,300.00 'lilt --- nII I otal Item \pprov Item Description Price mount � Measure '.D_. Itcm reference l'N1 1 IV - S I OKti1 DR:�IN SYT1=.''V1 1 _ 1:a, Standard I i' CCurh Inlet. Complete in Place I'or the Sum ot, Per Bach i Htree Thousand j _ Fitty _Dollars & _ No Cents $ U, 0.00 $ 64100,00 j 13. 1 Ea. Standard 30" Sloping FIDWL, Complete in Place tier the SLIM of, Per Each One Thousand Three hundred Fifty Dollars & No Cents $ 1,350.00 $ 1,350,00 1 Ea. Standard 24 Sloping HDWL, 14. Complete in Place for the SLIM of, Per Each One Thousand One Hundred Fifty Dollars & No Cents $ 11150,00 $ 11150,00 15. 3 Ea. 4' Diameter Manhole Riser, Complete in Place for the Sum of, Per Each One Thousand Seven Hundred Fifty_ Dollars & No Cents $ 1,750.00 $ 5,250.00 16, 4 Ea. 4' Square Manhole, Complete in Place for the Sum of, Per Each Three Thousand Dollars & No -- _ Cents $ 3,000.00 $ 120)0,00 17, I Fa. Square Manhole, Complete in Place fir the Suns of, Per Each 1 1 hree_ Thousand -- - - IhrCc. I (LIn_lfred -- — Dollars & N�> cents - - -- �.300.00 S 1 - - l nit l!nit total Itch �pplux. Item I)cscripti011 Price Amount Measure No, Ou,lntit� "U" Item reference 111 c 11 t t Nl I� I�' - S I ()RAMDRAINSl"l4I1:i\i — I s 100 I.,f . 6�ti'idc �' Bottoil Flume k 7 Curb, Complete in Place fir the Sum of, Pcr Linear Fool (_ii i\_e _.- __.---- Dollars & No Cents $ 55.00 $ 5,500.00 I9, � I> ; S.Y. � 18" Rip Rap w/9" Bedding, Complete in Place for the Sunl of, Per Square Yard Fifty Dollars & Nn Cents $ 50.00 $ 10,750.00 �0. 5 S.Y. 12" Rip Rap w/9" Bedding, Complete in Place for the Stun of, Per Square Yard Fifty Dollars & No Cents $ 50.00 $ 250.00 21 87 S.Y. 12" Rip Rap w/6" Bedding, Complete in Place for the Sum of, Per Square Yard Fifty Dollars & Nn Cents $ 50.00 $ 4350.00 32. 2,348 L.F. � Trench Safety Per Linear Foot No Dollars & Twentv Cents $ 0?0 $ 469.60 LS Storm Water >Vlanage ment (Maintenance of Construction Entrance/Fxit and Silt Barriers and Installation of Stage One and Stage two Inlet Protectors, Cr Lump Sum 1= i) r I iundred Dollars & Nu Cents I O I AI 9A.\I(WNT 131D S I-( )R1vl (RAIN $ 500.110 � $ 500.00 tit'�ll�i��RY' l01 Ai. ;AM(>tNT [31D \1'14 I'01 1. AM(WN 1 1311) SAN1 FARY S1:W'ER [�O I -�L ;1ti1O ? S (()RM DRAIN I�O FA[. AM0I'N F [IONDS GRANll TOTAL AMOUNT [31D 3�0.��8.g3 PART B - PROP(>SAL (font.) Mier 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, The attached bid security, if required is to become or the faithful performance of the Contract. the property of the Developer. I he undersigned bidder certified that he has obtained at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1979, 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 amended by City Ordinance No. 7400. The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete the contract within 35 working days after beginning construction as set forth in the written work order to be furnished by the Owner. (Complete A or B below, as applicable:) 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 nut reyuired to underbid resident bidders. 7he principal place of business of our company or our parent company or majority o��ner is in the State of Texas. Ji)H\Old 140`,Spec�Sendera Ranch fast 7-i'�014>40 U10 2 t,'tili�ies due; H-II I (we) acknowledge receipt of the following addenda to the plans and specifications, all of the provisions wid requirements of which have been taken into consideration on preparation of the foregoing bid: kddendum No. 1 (initials) Addendum No. 3 (Initials) Addendum No. 2 (Initials) _ _ Addendum No. 4 (Initials) Respectfully submitted, C W Young Construction By: Title: Address: 210 S. Sixth Avenue ?Mansfield Texas 76063 Telephone: 817-477- l 414 (Seal) Date: ti' J1�13(li4 )aO�Spri ScnJrra 12a��cft Last i• I �01.3310 O IU Z t iUliue� d�c I1-12 PART B — PROPOSAL DEVELOPER AWARDED CONTRACTS This proposal must not be removed from this book of Contract Documents. TO: Lennar Homes of Texas Land & Construction, Ltd. PROPOSAL FOR: Sendera Ranch Phase VII, Section 1 WATER PROJECT NO, P264-602150104983 SEWER PROJECT NO. P274-702130104983 01049 Includes the furnishing of all materials, except materials specified to be furnished by the City, equipment and labor for the installation of Paving Improvements and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: Sendera Ranch East Phase VII, Section 1 (project name) Pursuant to the foregoing 'Notice to Bidders', the undersigned Bidder, having thoroughly examined the Contract Documents, including plans, special contract documents, and 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: N:UOB\0143401Spec\Sendera Ranch East 7-1\014340.071.2.Paving.doc B-I UNIT I: STREET IMPROVEMENTS (Furnish and install, including all appurtenant work, complete in place, the following items) Item A rox. Unit Unit Total Measure Approx. Mre Item Description No. Quantity ease "D" Item reference Price Amount ment UNIT I: STREET IMPROVEMENTS 1. 95617 S.Y. 6" R.C. Street Pavement with 7" curb, Complete in Place for the Sum of, (29' B-B Section) Per Square Yard Twenty Three Dollars & Forty Cents $ 23.40 $ 2259037.80 2. %947 S.Y. 6" Lime Stabilized Subgrade (includes preparation of Subgrade) Complete in Place for the Sum of, Per Square Yard One Dollars & Eighty Cents $ 1.80 $ 175904.60 3. 149 Ton Lime for Subgrade (35#/SY) Complete in Place for the Sum of, Per Ton One Hundred Forty One Dollars & No Cents $ 141.00 $ 21,009.00 4. 4 Ea. Install Std End of Road Barricade Complete in Place for the Sum of Per Each One Thousand Eight Hundred Fifri Five Dollars & No Cents $1,855.00 $ 79420,00 5. 574 S.F. Reinforced Concrete 4' Sidewalk, Complete in Place for the Sum of Per Square Foot Three Dollars & No Cents $3.00 $ 1,722.00 6. 1 L.S. Storm Water Management Complete in Place for the Sum of Per Lump Sum Five Hundred Thirty_ Dollars & No Cents $530800 $ 530.00 TOTAL AMOUNT BID STREET IMPROVEMENTS $ 277J48.40 N:UOB\0143401Spec\Sendera Ranch East 7-1\014340.071.2.Paving.doc B-2 SUMMARY TOTAL AMOUNT BID STREET PAVING GRAND TOTAL AMOUNT BID 277,148.40 $ 277,148.40 N:UOB\014340\Spec\Sendera Ranch East 7-I\OI4340.071.2.Paving.doc B-3 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 certified 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 amended by City Ordinance No. 7400. The Bidder agrees to begin construction within ten 10 calendar days after issue of the work order, and to complete the contract within y L working days after beginning construction as set forth in the written work order to be furnished by the Owner. (Complete A or B below, asapplicable:) A. The principal place of business of our company is in the State of Nonresident bidders in the State ofprincipal 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. X B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. N:UOB\0143401Spec\Senders Ranch East 7-1\014340.071.2.Paving.doc B-4 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. I (Initials) Addendum No. 2 (Initials) Addendum No. 3 (Initials) Addendum No. 4 (Initials) Respectfully submitted, Respectfully submitted, By: Title: l/ Address: P.O. Box 541297 Dallas, Texas 75354-1297 Telephone: 214-3 57-0146 *'T'INs a0namant incor�ora�r�� ��® Lacy cbmpAnV proposal and special vanditlenlr; N:UOB\014340\Spec\Sendera Ranch East 7-1\014340.07f.2.Paving.doc B-5