Loading...
HomeMy WebLinkAboutContract 38064COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF-TARRANT § Contract No. � 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: Siarrer Name: lack Dawson Title: Vice President Company: Lennar Homes of Texas Land and Construction LTD Project Name: Sendera Ranch East, Ph 8 Sec 1 Project Location: Rancho Canyon Way Additional Streets: Plat Case No. FP-008-060 / PP-005-087 Plat Name: Sendera Ranch East SL Council District: ,7" � CFA: 2006-045 DOE: 5954 City Project No: 01039 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: 1 OFFICIAL RECORD CITY SECRE'i'ARY T. WORTH, TX General Requirements A. The Policy for the Installation of Community Facilities ("Policy") dated are 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 (AhX, Sewer (A4) X; Paving (B) X Storm Drain (B4) X; Street Lights &Signs E. The Developer shall award all contracts for the construction of community facilities in accordance with Section IT, 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. 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 Combined CFA final Sept 15, 2008 2 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. G 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 contractors) 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. 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 maybe required by the City. v. To require its contractor to have fully executed contract documents submitted to the City to schedule aPre-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. To delay connections of buildings to service lines of sewer and water 3 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. 1. Developer shall cause the installation or adjustment of the required utilities to serve the development or fo 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 alleged negligence of the Citv 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, Combined CFA final Sept 15, 2008 4 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 neglizenee 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 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. 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. 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. 5 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. 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, PH 8 SEC 1 CFA No.: 2006-045 DOE No.: 5954 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. 1. Street $ 1,562,031.12 2, Storm Drain $ 1,532,734.85 !. TPW Construction Cost Sub -Total $ 3,094,765.97 "Total Construction Cost (excluding the fees): $ 410423421.30 Construction Fees: C. Water Inspection Fee (2%) $ 18,953,11 D. Water Material Testing Fee (2%) $ 18,953.11 Sub -Total for Water Construction Fees $ 37,906.21 E. TPW Inspection Fee (4%) $ 123,790.64 F. TPW Material Testing (2%) $ 611895,32 G. Street Light Installation / Inspsection Cost $ 11%600.00 H. Street Signs Installation Cost $ 4,900.00 Sub -Total for TPW Construction Fees $ 310,185.96 1 Total Construction Fees: $ 3489092.17 Total Project Cost $ 4,390,513.47 Choice '.Financial Guarantee Options, choose one Amount (ck one) Bond = 100% $ 4,042,421.30 X Completion Agreement = 100% / Holds Plat $ 4,042,421.30 Cash = 125% $ 5,0539026.63 Letter of Credit = 125% w/2yr expiration period $ 5,053,026.63 IN TESTIMONY WHEREOF, the City of Fort Worth has caused this instrument to be executed in quadruplicate in its name and on its behalf by its Assistant City Manager, attested by its City Secretary, with the corporate seal of the City affixed, and said Deve oper has executed this instrument in quadruplic te, at Fort Worth, Texas this day of CITY OF FORT WORTH -Recommended by: Water Department 4ZL Wendy C - - abulal, EMBA, P.E. Development Engineering Manager to Form & J. Assistaril Gtty Attorney ATTEST: Marty Heftalix City Secretary ATTEST Signature (Print) Name: Combined CFA final Sept 15, 2008 8 Transportation &Public Works Department Approved by City Manager's Office Fernando Costa Assistant City Manager Lennar Homes of Texas Land and Construction LTD A Texas Limited Partnership, By: Lennar Texas Holding Company A Texas Corporation Its General Partner (Signature) Jack Dawson, Vice President ®FFICIAL FeECORD CITY SECRETARY �: WORTH, TX 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-l: Storm Drain Improvements ® Storm Drain Estimate ® Exhibit C: Street Lights and Signs Improvements ® Street Lights and Signs Estimate (Remainder of Page Intentionally Left Blank} W m y `° w, o o L � o m� Z o c � M N Q W � !+ v /♦ K ® V mI"i � Z °u„�� � KZ U W W � � � oaaC � O lJ��m a 0 a E., r' o- � O U Z `f' O Q �5 O w� ��� �� 3 N C I v v- U h Q U O V M C O �� 2 o m OD M o "o (� Z N _ w OdO La w r i pep Q m U o a Q O Lu � W Loop) pT M In H N " I i• W V.)" - m ml 3 E" m i �o o cc / R N i _ I x 5 7v z Up Lu w�q� W - _ I F-3�'1 � ip 1 �„ a e atrk. . q M N q q N _ N M r h r ry N N 71m N N - h M ^. [{� \ \ A M ro 0 \ \\ " `� \ m \ m ° \ T _ \\ ILM kIll M M M }J m -zo pi - I I I I I 3 M P I I I M in o LLJ V) inw z w w a �- n f LU w w a z> 0� u / zu J z o J a D Q J Q ? > = CD/ w o > _ cr o /l F-= z a� w w w C a co— w w w<P W ' � w w Q Q �-�— O O�� Q Q (D LL O / w a — c) Li Lot) 3 UP) o a w w CL a wL/) V) LO OZS O O O _ _ _ g oh 11 Q� CLO x x x x 0. J O w w w J o R 1 1 J �~ � ��_ ' 1 &� b 1 � 1 � h _ N _ _ _ _ /C 0 0 M ii w �:. J /h Q U � �� n ry R. Z'i n UU�b U� •:..! i h N I h I � I h l b l I b I o� N/ N o M H `° w, o o L � o m� V Z o YI v N •-- y N V T` � O fQ ,� s �i t� m�� Z ® ���� oCZ U W W F �� � 8��� Y� � N h C m ry N V N N / LLL� N N � h �� / �� � ` ry n Hm �` \ �`! / � � $ � � \ \ / \\ \�� � � e N / N ry / LL / I A / Or ' / C / ( P � I I � Q / +`� 0 � z � W (� W � W W i I / � W Z In / � `w in � J � / / W >- W � � � W Q J O W2 ✓ 1- O F- 20 d. W O -� /f�/ � \ � - 2 Z Z to / ///off" �` Z Z Q Q i.i- U) O Q Q to � O O to W '� O- � v� � w w F- `\� ss islx3 e cn NJa F- t- t- O Z U d d to to - W W - � O O - - � O O � � x x — �= z W d W W J WCO— 0 W u a w w ��o in w � W H �Ja Q Z U F-�— Z: Z Q � — W W O � N W Q — N � O In � � W W OZ= — W J O v 3 1 0 U N a _> U v v 0 0 c"r z U ,o m I, ) LD W � � o a LLJ y1 a lose W U V v Q ,W, /� � st V.) pope M poll soso 11ry �.w� O N V O do 4 all _ i x top)[8 ? z yr0 LU j ® � � 3� R kdD_ _ _ " _ or - O W W FZo F�3 C/l°m a ell IND ti R rd O= N N _N 1. Q N '1 •I .. ... " ry S No INS h N b " N n v h ' .... .... .... ` .... test peep plot ttte e... zi v N qq ry ~ N N N Nk 3 n N " \Sol 0 pool, a " ao �e h ryour Nestle �r N ry _ _ I C a3i Jul 4 or a z U W „N (U 6 Iss LLJ n ~ 11 up J i� w o • a t p m a o O O mcr 3::p 3� ly� O o mN mso CD m- mm m Q mo mo °00 �D --o OO to � N m to J L� o ln>- N� Q'Q V � V> O D Q Q O m to o dGl OQ d Q OQ OQ cr.O O>- 0>- 0�o la�O mCr 0�m crm — z M M �CD z �, Ln , Z wo o W wJ I , Alto M ca> I vu Q to N A h ry N x N 3 �. Q WU' o 0 - I amommooldo �^ / -- -- I z m � �v co z �_ n 3 W J O X „w ZO W N �R -- -- M Ell - � 8 Coll ism a. 177 _ oW oz _ . I N N 13 N I ...11ee - - o to 1 1 FFF h. ow oZ N _ V� O ti 116Z lZ 6ZBell77 6Z = 77 $ o � I$ S In — V h ry . h _ Be - - oTFFI / _ o - TT oW bb N N ry N h PV N ry N .Ti NQ N / ry - \ N N n C{p I 001, 1I dew" FF do pp o /ate 0 i /� X _ qO� h / / O % i t v - / O I N JI I IF N N / \ T y w Q WLd U zFFFFFFF z w- LLJ — J IFIFF U Few VIFF, CDJ Z In ti W z — h- a . X, i J Q Q U U \ W > a Ir J 0 7 X p W J J a : o O 3rFF d v 2 W = O O v O J Z Q F- ti ' In O o N p IL IL (L a.. V) — O O O O — IL 0. W W J v 0 0 O M 11 W �:. J IN a U �. In 1\ � � \ N �v � � � R uuib f p O~ 1 J � a; 1 a yr 1 i ^_ i 1 N DQ NE' h h �I_I�INI_ I�Ialal�lel�l � �� � NI' o m ��,www M o O tD 0 ` O W 7 � o a m - a 0 L Z � �iQi■� v V1 Irl N Q W � �t�m�� z ® °��F$ F- W=O W �-�;� ¢^ F � U �� a 1 C/� � R_. .... I N a � ... �a ��" � x I: . " i >e �. _ `^� N �.. I .., N — _ I ` - -_ ssva a�mx oxvxu �--���-^ h N � � � _ � / � �".y-y I �i ry N N � � N N N N N I �N " � I ^, ,o, ; � 3P � \ � N � �O � � h � 0� O� �� �\ / � \ n � � � � � M �� � / � � �, h h , - � / � �=3 N N / wd I � � �/� I a / o�' / � F P � ' � 1-- z w I / - .J t- W J � _ \ /� i � w w�� z / �: � w � - r- c� t- � 1-- � a - v W F- in v> w � cn w v� � w � z r- o W w �oc� w � � � zap � w z - J f- Li — to W W to O N W O . I- f- � k- In N F-- t- 2 (n N - o -z0 - � � XOZ X — d W �. Q W J 3 c 1 0 U a U 0 Q _� A 0 i U z U � � o m o O ¢z � I I s o •� rc ... .. 1 W � � o W (� � o a � - a w r �� ;.. �_ _ Z/n U U� mZ Q J �n � N � N � N � a �� � � W o �/ � �s O= �� N1� w N ��a a i m l� i b l N I♦ I h I N ti h __ n � JI^fITlBCfl7 �� W W W w w ���F, o I I �a � .. ma` I.. b x __ � o N '�... �`. `.. ': � r. h 1 ' N ' I J /'� � � m � 0 1n N' � I ♦ ` O /�. N tp N / ry _ � / / " ��' N N N N / ,1� N N , •� � � � ' ��� \ o / � � / \\`� \\% �� / �� � � � // � z w LLJ J Q z z � C7 — C� — In W In � f- I- w � w w w w � � � �. f- �n o F- I - a. �n - o — � 3 1 0 U N Q U 0 M Q 0 P r 1� z U � X - W W J N =N N � � � o M � � z� o0 wo� �� ®� o w � M3 o a W 0. � U W ��z P �� � c w o m � �V � s 0 x�5 �Z �� w ���3� w ° �o Cn U�S� a ._, M 3 0 U (1 U 0 c M V :� D O G it z 0 i I M PART 15 — PROPOSAL DEVELOPER AWARDED CONTRACTS I his proposal must not be removed from this book of Contract Documents. I t �: I .ennar I Ionics of Texas Land & Construction, Ltd. ; )0I Airport Freeway Bedt0rd, Texas 76021 PROPOSAL FOR: Sendera Ranch East Phase VIII, Section 1 WATER PROJECT NO. P264-602150103983 SEWER PROJECT NO. P274-702130103983 DOE NO. 5954 CITY PROJECT NO. 01039 lncludcs the furnishing of all materials, except materials specified to be furnished by the City, equipment and labor for the installation of Water, Sanitary Sewer and Storm Water Drain I iprovements and all necessary appurtenances and incidental work to provide a complete and serViccable project designated as: SENDERA RANCH EAST PHASE VIII, SECTION 1 (project name) Pursuant to the foregoing 'Notice to Bidders', the undersigned Bidder, having thoroughly cxani ned the Contract Documents, including plans, special contract documents, aPA 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 spccilled to be furnished by the City, which is necessary to fully complete the work as 1?ro� ided 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 u1)011 �(cccl)tance of this Proposal to execute a contract and furnish an approved Performance 13011(1. Pa\ ment Bond, Maintenance Bond, and such other bonds, if any, as may be required by tIle Contract Documents for the performing and completing of the said work. Contractor 1r)poses to do the work within the time stated and for the following sums: !r rIt n(.(; (ri ti(,�. „� � ; In n10. LUtilities.doc Updated O�IIG/ZOOS r I 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 A rox. Unit Unit Total PP Item Description Measure Price Amount No. Quantity ment "D" Item reference UNIT I: WATER 1. 6,961 L.F. 8" Water Main, Per Linear Foot Eighteen Dollars & Twenty Cents $ 18,20 $ 126,690.20 2. 1,505 L.F. 12" Water Main Per Linear Foot Thirty Three Dollars & Forty Six Cents $ 33.46 $ 503357030 3. 22 Ea. 8" Gate Valve With Cast Iron Valve Box and Cover Per Each Nine Hundred Twelve Dollars & Eijzhty Seven Cents $ 912.87 $ 20,083.14 4. 5 Ea. 12" Gate Valve With Cast Iron Valve Box and Cover Per Each Two Thousand Thirty Four Dollars & Seventy Six Cents $ 2,034676 $ 10,173.80 5. 10 Ea, Std Fire Hydrant (4'.0" Bury) Per Each Three Thousand Eijzhty One Dollars & Fifty Cents $ 31081 t50 $ 305815000 6. 179 Ea. 1" Copper Services Per Each Five Hundred Eleven Dollars & Eighteen Cents $ 511.18 $ 91,501,22 N:VOB1014340\Spec1014340.010. LUtilities.doc B-2 Updated OS/16/2005 Item Approx. Unit Item Description Unit Total No. Quantity Measure "D" Item reference Price Amount ment UNIT I: WATER T 179 Ea. Concrete Meter Box 1" Service Per Each Ninety Two Dollars & No Cents $ 92.00 $ 16,468600 8. 5.4 Ton Cast Iron Fittings, Furnish and Install, Complete in Place, Including Concrete Blocking Per Ton Three Thousand Two Hundred Fiftv Nine Dollars & Twenty Two Cents $ 3,259.22 $ 17,599.79 9. 10 C.Y. Class B Concrete Per Cubic Yard Sixty Five Dollars & No Cents $ 65.00 $ 650.00 10. 10 C.Y. Class E Concrete Per Cubic Yard Sixty Five Dollars & No Cents $ 65.00 $ 650.00 11. 10 C.Y. Crushed Limestone Per Cubic Yard Twenty Two Dollars & Fifty Cents $ 22.50 $ 225.00 12. 10 C.Y. Ballast Stone Per Cubic Yard Twenty Two Dollars & Fifty Cents $ 22.50 $ 225.00 13. 85466 L.F. Trench Safety (Water Main) Per Linear Foot No Dollars & Twenty Cents $ 0.20 $ 1,693.20 N:UOB\014340\Spec\014340.010. I . Utilities.doc Updated OS/16/2005 Item A rox. Unit Unit Total Measure Approx. Item Description No. Quantity "D" Item reference Price Amount ment UNIT 1: WATER 14. 1 L.S. Storm Water Management Per Lump Sum Five Hundred Dollars & No Cents $ 500.00 $ 500.00 TOTAL AMOUNT BID WATER S 367,631.65 r r i i i ' N:VOB\014340\,Spec\014340.010.1.Utilities.doc B4 Updated 05/16/2005 UNIT II: ONSITE SANITARY SEWER (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:) Unit Unit Total Item Approx. Measure Item Description Price Amount No. Quantity ,� D„ Item reference ment UNIT II — ONSITE SANITARY SEWER 1. 75726 L.F. 8" SDR-35 PVC Pipe at Various Depths as Shown on the Plans, Complete in Place Per Linear Foot Twent�Eight Dollars & Forty Five Cents $ 28.45 $ 2195804.70 2. 894 L.F. 8" SDR-26 PVC Pipe With Cement Stabilized Backfill at Various Depths As Shown on the Plans, Complete in Place Per Linear Foot Forty Seven Dollars & Twenty Cents $ 47.20 $ 42,196.80 3. 118 Ea. 4" Sanitary Sewer Service (SDR-35), With Two -Way Cleanout, Complete in Place Per Each Two Hundred Eighty One Dollars & Five Cents $ 280.75 $ 33,128.50 4. 70 Ea. 4" Sanitary Sewer Service (SDR-26) PVC, With Two -Way Cleanout, Complete in Place Per Each Two Hundred Eighty One Dollars & Five Cents $ 281.05 $ 19,673.50 5. 31 Ea. 4' Diameter SSMH to 6' Depth With Water Tight Insert, Complete in Place Per Each Two Thousand One Hundred Eighty Six Dollars & Twenty Four Cents $ 23186624 $ 67,773.44 N:UOB\014340\Spec\014340.O10.l.Utilities.doc B-5 Updated OS/16/2005 Item Approx. Unit Item Description Unit Total No. Quantity Measure "D" Item reference Price Amount ment UNIT H — ONSITE SANITARY SEWER 6. 10 C.Y. Class B Concrete Per Cubic Yard Sixty Five Dollars & No Cents $ 65.00 $ 650.00 T 10 C.Y. Class E Concrete Per Cubic Yard Sixty Five Dollars & No Cents $ 65.00 $ 650.00 8. 10 C.Y. Crushed Limestone Per Cubic Yard Twenty Two Dollars & Fifty Cents $ 22.50 $ 225.00 9. 10 C.Y. Ballast Stone Per Cubic Yard Twenty Two Dollars & Fifty Cents $ 22.50 $ 225.00 10. 31 Ea. Vacuum Test for Manholes Per Each Eighty _ Dollars & No Cents $ 80.00 $ 2,480.00 1 l . 8,620 L.F. Trench Safety (Sewer) Per Linear Foot Twenty Dollars & No Cents $ 0.20 $ 1, 724.00 12. 8,620 L.F. TV Inspection of Sanitary Sewer Per Linear Foot One Dollars & Twenty Five Cents $ 1.25 $ 10,775.00 13. 1 L.S. Storm Water Management Per Lump Sum Five Hundred Dollars & No Cents $ 500.00 $ 500.00 TOTAL AMOUNT ONSITE SANITARY SEWER $ 399,805.94 N:VOB\014340LSpec\014340.010. LUtilities.doc Updated OS/16/2005 I UNIT III: OFFSITE SANITARY SEWER (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:) Unit Unit Total Item Approx. Item Description Measure Price Amount No. Quantity ment "D" Item reference UNIT II — OFFSITE SANITARY SEWER 1. 824 L.F. 8" SDR-35 PVC Pipe at Various Depths as Shown on the Plans, Complete in Place Per Linear Foot Twenty Three Dollars & Ninety Five Cents $ 23.95 $ l%734.80 2. 390 L.F. 8" SDR-26 PVC Pipe With Cement Stabilized Backfill at Various Depths As Shown on the Plans, Complete in Place Per Linear Foot Forty Dollars & Seventy Cents $ 40.70 $ 155873.00 3. 895 L.F. 8" SDR-26 PVC Pipe Concrete Encased at Various Depths as Shown On the Plans, Complete in Place Per Linear Foot Sixty Eight Dollars & Ninety Five Cents $ 68.95 $ 619710025 4. 9 Ea. 8" Sewer Service (SDR-35), With Two -Way Cleanout, Complete in Place Per Each Four Hundred Six Dollars & Four Cents $ 406.04 $ 3,654436 5. 6 Ea. 8" Sewer Service (SDR-26) PVC, With Two -Way Cleanout, CompleDinPlace Per Each Five Hundred Thi One DollarsFifty Four Cents $ 2,589.24 N:UOB\0143401Spec\014340.O10.1.Utilities.doc B-7 Updated OS/16/2005 Unit Unit Total Item Approx. Item Description Measure Price Amo No. Quantity ment "D" Item reference unt UNIT II — OFFSITE SANITARY SEWER 6. 3 Ea. 4' Diameter SSMH With Protective Coating and Water Tight Insert, Complete in Place Per Each Four Thousand Five Hundred Dollars & Twenty Cents $ 4,500.20 $ 13,500.60 T 2 Ea. 4' Diameter Drop Manhole, Complete in Place for the Sum of, Per Each Three Thousand Nine Hundred Twenty Three Dollars & Seventy Two Cents $ 3,923.72 $ 7,847A4 & 5 Ea. Vacuum Test for Manholes Per Each Eighty Dollars & No Cents $ 80.00 $ 400.00 9. 15027 S.Y. 8" Thick Rip Rap w/6" Bedding Per Square Yard Fifty Dollars & No Cents $ 50.00 $ 51,350600 10. 25109 L.F. Trench Safety Per Linear Foot I No Dollars & Twenty Cents $ 0.20 $421680 11. 2,109 L.F. TV Inspection of Sanitary Sewer Per Linear Foot One Dollars & Twenty Five Cents $ 1.25 $2,636.25 12. I L.S. Storm Water Management Per Lump Sum Five Hundred Dollars & No Cents ;180�217074 $500.00 TOTAL AMOUNT OFFSITE SANITARY SEWER N:UOB\014340\Spec\014340.OIO.I.Utilities.doc B-8 Updated OS/16/2005 UNIT 1V: RESIDENTIAL STORM DRAIN SYSTEM (Furnish and install, including all appurtenant work, complete in place, the following items) Unit Total Item Approx. Unit Item Description Measure Price Amount No. Quantity ment "D" Item reference UNIT IV — RESIDENTIAL STORM DRAIN SYSTEM 1. 248 L.F. 21" Class III R.C. Pipe, Including Trench Excavation and Backfill, Complete in Place for the Sum of Per Linear Foot Thirty Seven Dollars & Two Cents $ 37.02 $ 9,180996 2. 15498 L.F. 24" Class III R.C. Pipe, Including Trench Excavation and Backfill, Complete in Place for the Sum of Per Linear Foot Forty Dollars & Eighty Two Cents $ 40.82 $ 61,148.36 3. 143 L.F. 27" Class III R.C. Pipe, Including Trench Excavation and Backfill, Complete in Place for the Sum of Per Linear Foot Forty Five Dollars & Sixty Seven Cents $ 45.67 $ 6,530.81 4. 535 L.F. 33" Class III R.C. Pipe, Including Trench Excavation and Backfill, Complete in Place for the Sum of Per Linear Foot Fifty Seven Dollars & Seventy Five Cents $ 57.75 $ 30,896.25 5. 37 L.F. 36" Class III R.C. Pipe, Including Trench Excavation and Backfill, Complete in Place for the Sum of Per Linear Foot Sixty Four Dollars & Forty Eight Cents $ 64.48 $ 2,385.76 N:UOB\014340\Spec1014340.010.1.Utilities.doc g_q Updated 05/16/2005 i i Item Approx. Unit Item Description Unit Total No. Quantity Measure "D" Item reference Price Amount ment UNIT IV — RESIDENTIAL STORM DRAIN SYSTEM 6. 234 L.F. 39" Class III R.C. Pipe, Including Trench Excavation and Backfill, Complete in Place for the Sum of Per Linear Foot Seventy Nine Dollars & Thirty One Cents $ 79.31 $ 181558054 T 93 L.F. 42" Class III R.C. Pipe, Including Trench Excavation and Backfill, Complete in Place for the Sum of Per Linear Foot Eighty Six Dollars & Ninety Cents $ 86.90 $ 8,081.70 8. 242 L.F. 45" Class III R.C. Pipe, Including Trench Excavation and Backfill, Complete in Place for the Sum of Per Linear Foot Ninety Six Dollars & Eighty Cents $ 96.80 $ 235425.60 9. 195 L.F. 54" Class III R.C. Pipe, Including Trench Excavation and Backfill, Complete in Place for the Sum of Per Linear Foot One Hundred Thirty Two Dollars & Seventy Five Cents $ 132.75 $ 25,886.25 10. 12 Ea. Standard 10' Curb Inlet, Complete in Place for the Sum of Per Each Two Thousand Five Hundred Fifty. Dollars & No Cents $ 29550.00 $ 30,600.00 11. 2 Ea. Standard 15' Curb Inlet, Complete in Place for the Sum of Per Each Three Thousand Fifty Dollars & No Cents $ 35050600 $ 6,100.00 N: VOB\014340\Spec\014340.010. I .Util ities.doc Updated OS/16/2005 M Item Approx. Unit Item Description Unit Total No. Quantity Measure "D" Item reference Price Amount ment UNIT IV — RESIDENTIAL STORM DRAIN SYSTEM 12. 1 Ea. 4' x 4' Drop Inlet, Complete in Place for the Sum of Per Each Two Thousand Nine Hundred Dollars & No Cents $ 2,900.00 $ 23900.00 13. 5 Ea. Standard 4' Square Manhole, Complete in Place for the Sum of Per Each Three Thousand Dollars & No Cents $ 300.00 $ 15,000.00 14. 1 Ea. Standard 5' Square Manhole, Complete in Place for the Sum of Per Each Three Thousand Three Hundred Dollars & No Cents $ 3,300.00 $ 33300900 15. 1 Ea. Standard 6' Square Manhole, Complete in Place for the Sum of Per Each Three Thousand Six Hundred Dollars & No Cents $ 3,600.00 $ 35600000 16. 35225 L.F. Trench Safety (Storm Drain) Per Linear Foot No Dollars & Twenty Cents $ 0.20 $ 645.00 17. 1 L.S. Storm Water Management (Maintenance of Construction Entrance/Exit and Silt Barriers and Installation of Stage One and Stage Two Inlet Protectors) Per Lump Sum Five Hundred Dollars & No Cents $ 500.00 $ 500.00 TOTAL AMOUNT BID RESIDENTAL STORM DRAIN SYSTEM $24&739.23 N:VOB\014340\Spec\014340.010. I . Uti1 ities.doc Updated OS/l6/2005 UNIT V: MINOR ARTERIAL STORM DRAIN SYSTEM (Furnish and install, including all appurtenant work, complete in place, the following items) Unit Unit jTotal Item Approx. Item Description Measure Price unt No. Quantity ment "D" Item reference UNIT V: MINOR ARTERIAL STORM DRAIN SYSTEM i. 421 L.F. 4Per Class III R.C. Pipe, Including ch Excavation and Backfill, plete in Place for the Sum of Linear Foot Thirty Seven Dollars & Two Cents $ 3T$I 2. 437 L.F. 24" Class III R.C. Pipe, Including Trench Excavation and Backfill, Complete in Place for the Sum of Per Linear Foot Forty Dollars & Eighty Two Cents $ 40.82 $ 17,838.34 3. 230 L.F. 27" Class III R.C. Pipe, Including Trench Excavation and Backfill, Complete in Place for the Sum of Per Linear Foot Forty Five Dollars & Sixty Seven Cents $ 45.67 $ 105504610 4. 365 L.F. 45" Class III R.C. Pipe, Including Trench Excavation and Backfill, Complete in Place for the Sum of Per Linear Foot Ninety Six Dollars & Eighty Cents $ 96.80 $ 355332000 5. 434 L.F. 48" Class III R.C. Pipe, Including Trench Excavation and Backfill, Complete in Place for the Sum of Per Linear Foot One Hundred Four Dollars & Thirty Two Cents $ 104.32 $ 45,274.88 r N:UOB\014340\Spec\0I4340.0I0.1.Utilities.doc 13-12 Updated 05/16/2005 Item Approx. Unit Item Description Unit Total No. Quantity Measure "D" Item reference Price Amount ment UNIT V: MINOR ARTERIAL STORM DRAIN SYSTEM 6. 192 L.F. 6' x 4' SBC, Complete in Place for the Sum of Per Linear Foot Two Hundred Forty One Dollars & Fifty Nine Cents $ 241.59 $ 46,385.28 7. 623 L.F. 6' x 5' SBC, Complete in Place for the Sum of Per Linear Foot Two Hundred Forty Eight Dollars & Thirty Five Cents $ 248.35 $ 154,722.05 8. 265 L.F. 8' x 4' SBC, Complete in Place for the Sum of Per Linear Foot Three Hundred Five Dollars & Five Cents $ 305.05 $ 80,838.25 9. 85 L.F. 12-10' x 8' MBC, Complete in Place for the Sum of Per Linear Foot Five Thousand Three Hundred Fifty Seven Dollars & Ninety Four Cents $ 53357694 $ 455,424.90 10. 7 Ea. Standard 10' Curb Inlet, Complete in Place for the Sum of Per Each Two Thousand Six Hundred Dollars & No Cents $ 25600.00 $ 183200.00 IL 5 Ea. Recessed 10' Curb Inlet, Complete in Place for the Sum of Per Each Two Thousand Six Hundred Dollars & No Cents $ 2,800.00 $ 145000000 N:UOB\014340\Spec\014340.010.1. Util hies. doc Updated OS/16/2005 Unit Total Item Approx. Measure Item Description 2Unit ce Amount No. Quantity ", D Item reference ment UNIT V: MINOR ARTERIAL STORM DRAIN SYSTEM 12. 1 Ea. 4' x 4' Drop Inlet, Complete in Place for the Sum of Per Each Two Thousand Nine Hundred Dollars & No Cents $ 2,900.00 $ 23900000 13. 3 Ea. Standard 4' Square Manhole, Complete in Place for the Sum of Per Each Three Thousand Dollars & No Cents $ 300.00 $ 9,000.00 14. 2 Ea. Standard 4' Stacked Manhole, Complete in Place for the Sum of Per Each Three Thousand Two Hundred Dollars & No Cents $ 33200.00 $ 63400.00 15, 3 Ea. 4' Diameter Manhole Riser w/Steps, Complete in Place for the Sum of Per Each Two Thousand Two Hundred Fifty Dollars & No Cents $ 2,250.00 $ 6,750.00 16. 2 Ea. Standard 5' Square Manhole, Complete in Place for the Sum of Per Each Three Thousand Three Hundred Dollars & No Cents $ 3,300.00 $ 63600.00 17. 1 Ea. 24" CH-FW-O HDWL, Complete in Place for the Sum of Per Each One Thousand Six Hundred Dollars & No Cents $ 11600000 $ 15600,00 N:VOB\014340\Spec\014340.010.1. Utilities.doc Updated OS/16/2005 i i Item Approx. Unit Unit Total Measure Item Description 1. Amou No. Quantity "D" Item reference Price nt ment UNIT V: MINOR ARTERIAL STORM DRAIN SYSTEM 18. I Ea. 1 48" CH-FW-O HDWL, Complete in Place for the Sum of Per Each Two Thousand t6'x ix Hundred Fifty Dollars & No Cents $ 2,650.00 $ 23650000 +90+1E 5' SBC Concrete Wingwall FW-0omplete in Place for the Sum of er Each Four Thousand Eight Hundred Dollars & No Cents $ 49800000 $ 43800000 20. 2 Ea. 12-10' x 8' MBC Parallel Wings HDWL, Complete in Place for the Sum of Per Each Eighty Nine Thousand Hundred Dollars & Cents $ 89,500.00 $ 179,000.00 tt]r7 ip Rap (12" Depth),lace for the Sum ofrdDollars & Cents $ 50.00 $ 250.00 224 15850 S.Y. Rock Rubble Rip Rap (24" Depth), Complete in Place for the Sum of Per Square Yard Sixty Five Dollars & No Cents $ 65.00 $ 120,250.00 23. 195 S.Y. Rock Rubble Rip Rap (18" Depth), Complete in Place for the Sum of Per Square Yard Fifty Five Dollars & No Cents $ 55.00 $ 10,725.00 N:UOB1014340\Spec\014340.010.1. Utilities.doc Updated OS/16/2005 Item Approx. Unit Item Description Unit Total No. Quantity Measure "D" Item reference Price Amount ment UNIT V: MINOR ARTERIAL STORM DRAIN SYSTEM 24. 51 S.Y. Rock Rubble Rip Rap (8" Depth) Complete in Place for the Sum of Per Square Yard Forty Five Dollars & No Cents $ 45.00 $ 25295600 25. 508 L.F. Pedestrian Handrail, Complete in Place for the Sum of Per Linear Foot Seventy Dollars & No Cents $ 70.00 $ 35,560.00 26. 33052 L.F. Trench Safety (Storm Drain) Per Linear Foot No Dollars & Twenty Cents $ 0.20 $ 610.40 27. 1 L.S. Storm Water Management (Maintenance of Construction Entrance/Exit and Silt Barriers and Installation of Stage One and Stage Two Inlet Protectors), Per Lump Sum Five Hundred Dollars & No Cents $ 500.00 $ 500.00 TOTAL AMOUNT BID MINOR ARTERIAL STORM DRAIN SYSTEM 1.281995.62 N:UOB\014340\Spec\014340.010. I . Utilities.doc Updated OS/l6/2005 t SUMMARY TOTAL AMOUNT BID WATER TOTAL AMOUNT BID ONSITE SEWER TOTAL AMOUNT BID OFFSITE SEWER TOTAL AMOUNT RESIDENTIAL STORM DRAIN TOTAL AMOUNT BID MINOR ARTERIAL STORM DRAIN TOTAL AMOUNT BONDS GRAND TOTAL AMOUNT BID $ 367,631.65 0;j ,kcp $ 3992805094 $ 180,217.74 $ 248,739.23 ,�,3t�.g $ 1,283,995.62 ' $ 37,415.00 $ 2,517,805.18 N:UOB\014340\Spec1014340.010.1. Utilities.doc Updated OS/16/2005 SUMMARY TOTAL AMOUNT BID WATER TOTAL AMOUNT BID ONSITE SEWER TOTAL AMOUNT BID OFFSITE SEWER TOTAL AMOUNT RESIDENTIAL STORM DRAIN TOTAL AMOUNT BID MINOR ARTERIAL STORM DRAIN TOTAL AMOUNT BONDS GRAND TOTAL AMOUNT BID $ 367,631.65 0;j ,kcp $ 3992805094 $ 180,217.74 $ 248,739.23 ,�,3t�.g $ 1,283,995.62 ' $ 37,415.00 $ 2,517,805.18 N:UOB\014340\Spec1014340.010.1. Utilities.doc Updated OS/16/2005 i 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 10 calendar days after issue of the work order, and to complete the contract within o 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 not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. N:U013\014340\Spec\Sendera Ranch East 7-1\014340.010.2.Uti1ities.doc B-ll 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) (Seal) Date: Addendum No. 4 (Initials) Respectfully submitted, C.W Yo nt? Construction Title: Address: 210 S. Sixth Avenue Mansfield Texas 76063 . Telephone: 817-477-1414 N:UOB\014340\Spec\014340.O10.1.Utilities.doc Updated 05/16/2005 �l 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. Developer c/o Jacobs Carter Burgess PROPOSAL FOR: DOE NO. CITY PROJECT NO FILE NO Sendera Ranch East Phase VIII, Section I 5 5►54 01039 W-2039 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 PHASF. (project name) SECTION 1 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\014340\Spec\014340.010. I .Paving.doc g_ 1 Updated OS/16/2005 UNIT I: RESIDENTIAL STREET PAVING (Furnish and install, including all appurtenant work, complete in place, the following items) Item A rox. Unit Unit Total Approx. Measure Item Description No. Quantity "D" Item reference Price Amount ment UNIT 1: RESIDENTIAL STREET PAVING 1. 209660 S.Y. 6" R.C. Street Pavement with Standard 7" Curb, Complete in Place for the Sum of, Per Square Yard Twenty Three Dollars & Thirteen Cents $ 23.13 $ 4775865.80 2. 75970 S.Y. 7" R.C. Street Pavement, Complete in Place for the Sum of, Per Square Yard Twenty Four Dollars & Eighty Cents $ 24.80 $ 197,656.00 3. 30,370 S.Y. 6" Lime Stabilized Subgrade (Including Preparation of Subgrade) Complete in Place for the Sum of, Per Square Yard One Dollars & Eighty One Cents $ 1.81 $ 54,969.70 4. 456FTonLime for Subgrade (35#/SY), Complete in Place for the Sum of, Per Ton One Hundred Forty Four Dollars & No Cents $ 144.00 $ 65,664.00 5. 3186" Temp. Asphalt Turnaround w/6" Lime Stabilized Subgrade, Complete in Place for the Sum of, Per Square Yard Thirty Four Dollars & No Cents $ 34.00 $ 10,812.00 N:UOB\014340\Spec\014340.010. (.Paving.doc B-2 Updated OS/l6/2005 Item A rox. Unit Unit Total Measure Approx. Item Description No. Quantity "D" Item reference Price Amount ment UNIT I: RESIDENTIAL STREET PAVING 6. 10 Ea. Install Standard End of Road Barricade, Complete in Place for the Sum of, Per Each One Thousand Eight Hundred Fifty Five Dollars & No Cents M$1�855qOO$ 7. 7,369 S.F. Standard' 4 Reinforced Concrete Sidewalk, Complete in Place for the Sum of, Per Square Foot Three Dollars & Thirty Cents $3.30 $ 24,317.70 8, 1 Ea. Install Sidewalk Ramps, Complete in Place for the Sum of, Per Each One Thousand Seven Dollars & No Cents $1,007.00 111007nOO 9. 22 S.Y. 18" Thick Rip Rap w/6" Base, Complete in Place for the Sum of, Per Square Yard Seventy Four Dollars & No Cents $74.00 ,. 10. 1 L.S. Storm Water Management, Complete in Place for the Sum of, p Per Lump Sum One Thousand Sixty Dollars & No Cents $15060600 $ 1,060.00 TOTAL AMOUNT BID RESIDENTIAL STREET PAVING $ 864,330.20 N:VOB\014340\Spec\014340.O10.l.Paving.doc B-3 Updated OS/I6/2005 UNIT II: MINOR ARTERIAL STREET PAVING (RANCHO CANYON WAY & DIAMONDBACK LANE) (Furnish and install, including all appurtenant work, complete in place, the following items) Item Approx. Unit Item Description Measure Unit Total No. Quantity ment "D" Item reference Price Amount UNIT II: MINOR ARTERIAL STREET PAVING (RANCHO CANYON WAY & DIAMONDBACK LANE) 1. 20,870 S.Y. 7" R.C. Street Pavement with Standard 7" Curb, Complete in Place for the Sum of, Per Square Yard Twenty Three Dollars & Eighty Three Cents $ 23.83 $ 497,332.10 2. 215630 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 $ 38,934.00 3. 324 Ton Lime for Subgrade (35#/SY), Complete in Place for the Sum of, Per Ton One Hundred Forty Four Dollars & No Cents $ 144.00 $ 46,656.00 4. 4 Ea. Install Standard End of Road Barricade, Complete in Place for the Sum of, Per Each One Thousand Eight Hundred Fifty Five Dollars & No Cents $ 1,855.00 $ 75420000 5. 24,858 S.F. 4'Reinforced Concrete Sidewalk, Complete in Place for the Sum of, Per Square Foot Three Dollars & Twenty Nine Cents $ 3.29 $ 81,782.82 N:UOB\014340\Spec\014340.O10.1.Paving.doc B-4 Updated OS/16/2005 Item A rox. Unit Unit Total pp Measure Item Description Price Amount No. Quantity ease "D" Item reference ment UNIT II: MINOR ARTERIAL STREET PAVING (RANCHO CANYON WAY & DIAMONDBACK LANE) 6. 16 Ea. Install Sidewalk RZDol Place for the Sum ru Per Each One Thousand Seven No 7$1300TOO 112000 7. 29 S.Y. 18" Thick Rip Rap w/6" Base, Complete in Place for the Sum of, Per Square Yard Seventy Four Dollars & No Cents $ 74.00 $ 29146.00 8. 295 L.F. Traffic Button (II -AA. 4), Complete in Place for the Sum of, Per Linear Foot Three Dollars & No Cents $ 3.00 $ 885.00 9. 148 L.F. Traffic Button (II-CR. 4), Complete in Place for the Sum of, Per Linear Foot Three Dollars & No Cents $ 3.00 $ 444.00 10. 13170 L.F. Traffic Button (Y-4), Complete in Place for the Sum of, Per Linear Foot Two Dollars & Seventy Cents $ 2.70 $ 3,159.00 11. 590 L.F. Traffic Button (W4), Complete in Place for the Sum of, Per Linear Foot Three Dollars & No Cents $ 3.00 $ 1,770.00 IN:UOB\014340\Spec\014340.O10.l.Paving.doc B-5 Updated OS/16/2005 Unit Unit Total Item Approx. Item Description No. QuantityPrice Measure "D" Item reference Amount ment UNIT Ile MINOR ARTERIAL STREET PAVING (RANCHO CANYON WAY & DIAMONDBACK LANE) 12. 1 L.S. Storm Water Management, Complete in Place for the Sum of, Per Lump Sum One Thousand Sixty Dollars & No Cents $ 1,060.00 $ I,060.00 TOTAL AMOUNT BID MINOR ARTERIAL STREET PAVING $697,700.92 RANCHO CANYON WAY & DIAMONDBACK LANE) N:UOB\014340\Spec\014340.010. i.Paving.doc m Updated OS/16/2005 SUMMARY TOTAL AMOUNT BID RESIDENTIAL STREET PAVING TOTAL AMOUNT BID MINOR ARTERIAL STREET PAVING TOTAL AMOUNT BID BOND GRAND TOTAL AMOUNT BID $ 8649330.20 1�j1�2 $ 697,700.92 $ 345988400 $ 1,597,019.12 ✓ N: VOB\014340\Spec\014340.0 l 0. l .Paving.doc Updated OS/16/2005 PART B - PROPOSAL (font.) 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 10 calendar days after issue of the work order, and to complete the contract within 3S 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 not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. i N:VOB\014340\Spec\014340.010.1.Paving.doc B4 Updated 05/16/2005 n r 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) (Seal) Date: Addendum No. 3 (Initials) Addendum No. 4 (Initials) Respectfully submitted, Title: Address: P.O. Box 541297 Dallas Texas 75354-1297 Telephone: 214-3 5 7-0146 'This agreement Incorporates the attached L. H. Lacy Company oposal and special conditions. N:UOB\014340\Spec\014340.0I 0.1. Paving.doc B-9 Updated 05/16/2005