Loading...
HomeMy WebLinkAboutContract 40095COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. I w 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 Information: (Developer Company Name: Barnett Gathering, L.P. Authorized Signatory: Nick J. Dungey Title: President Project Name: Water &Sanitary Sewer Improvements for Longhorn Compressor Plant Project Location: 590 NW Additional Streets: Plat Case No.: FS-008-066 Mapsco: 48E �To be completed Received by: � staff.• Plat Name: Longhorn Addition Council District: 7 CFA: 2008-072 DOE: 6054, 6464 City Project No: 01139,01498 TX ui"i��cI�';�. y�ED®RD CITY SEDRETARY F� WORTH, i 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 (A).X Sewer (A-1) X Paving (B) _ Storm Drain (B-1) Street Lights & Signs (C)'_._' E. The Developer shall award all contracts for the construction of community facilities in accordance with Section II, 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 12, 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 allemed neklikence of the City of Combined CFA final Sept 12, 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 way connected with, the construction of the infrastructure contemplated herein, whether or not such iniuries, death or damages are caused, in Worth, its officers, servar:ts, 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. 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 iii. Developer shall pay in cash the total cost of streetlights or if the city is not installing the streetlights, inspection fees equal to four percent (4%) of the developer's share of the streetlight construction cost as stated in the construction contract. iv. Developer shall pay in cash the total cost of street signs. P. COMPLETION WITHIN 2 YEARS i. 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. 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 12, 2008 6 Cost Summary Sheet Project Name: Water & Sanitary Sewer Improvements for Longhorn Compressor Plant CFA No.: 2008-072 DOE No.: Water - 6054I Sewer - 6460 An Engineer's Estimate of Probable Cost is acceptable. However, the construction contract price will ultimately determine the amount of CFA fees and financial guarantee. The bid price and any additional CFA payments will be required prior to scheduling a pre -construction meeting. An itemized estimate corresponding to each project -specific exhibit is required to support the following information. 'Items A. Water and Sewer Construction a. Water Construction 2. Sewer Construction a. Water and Sewer Construction Total B. TPW Construction 1. Street 2. Storm Drain TPW Construction Cost Sub -Total Total Construction Cost (excluding the fees): Construction Fees: C. Water/Sewer Inspection D. Water/Sewer Material Testing Sub -Total for Water Construction Fees E. TPW Inspection Fee (4%) F. TPW Material Testing (2%) G. Street Light Inspection Cost H. Street Signs Installation Cost Sub -Total for TPW Construction Fees Total Construction Fees: Financial Guarantee Ootions. choose one Developer's Cost '$ 1fi4;879.00 187,375,00 $ 352,254,00 $ 352,254.00 $ 7,045.08 $ 7,045.08 $ 14,090,16 $ 14,090.16 Choice dmnunt /rk noel 352,254.00 X Com letion A reement = 100% /Holds Plat $ 352,254.00 Cash Escrow Water/Sanitary Sewer= 125% $ 440,317,50 Cash Escrow Paving/Storm Drain r- 125% $ Letter of Credit = 125% w/2 r expiration period $ 440,317.50 7 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 Devv�eloper has execut this instrument in quadruplicate, at Fort Worth, Texas this o(0+ day of CITY OF FORT WORTH - Recommei:ded by: Water Department Transportation &Public Works Department rQN�Y 1 �I Wendy C t- abulal, EMBA, P.E. William A. Verkest, P.E. Development Engineering Manager Director Approved as to Form & Le ality: Approved by City Manager's Office Amy J. Ramse Fernando Costa Assistant City Attorney Assistant City Manager ATTEST: vlarty Hendrix 'ity Secretary I ATTEST Signature (Print) Name: Combined CFA final Sept l2, 2008 8 Barnett Gathering, LP by its general partner XTO Resources I GP, LLC Print Name: Nick J. Dungey Title: President CITY SECRETARY FT. WORTH, TX Check items associated with the project being undertaken; checked items must be included asNttachments 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 13-1: Storm Drain Improvements ❑ Storm Drain Estimate ❑ Exhibit C: Street Lights and Signs Improvements ❑ Street Lights and Signs Estimate j (Remainder of Page Intentionally Left Blank) G7 a Q N 0 CD u: r n D 0 z VI.mnI.Vd all FORTH HEREIN. VI I III vU6 I vn I t vIvJ VI Jp I V vnnLMJ MJJUV I p I 1 VA, pJ J[ 1 40 BUILDING PERMITS SHALL BE ISSUED FO T IN THIS SUBDIVISION UNTIL AN APPROPRIATE CFA OR OTHER ACCEPTABLE PR S ARE MADE FOR THE CONSTRUCTION OF ANY APPLICABLE WATER, SEVER, STORM DRAIN, STREET LIGHTS, SIDEWALKS OR PAVING IMPROVEMENTSp AND APPROVAL IS FIRST OBTAINED FROM THE CITY OF FORT WORTH. B. SIDEWALKS ARE REQUIRED ADJACENT TO BOTH SIDES OF ALL PUBLIC AND PRIVATE STREETS, IN CONFORMANCE WITH THE SIDEWALK POLICY PER CITY DEVELOPMENT DESIGN STANDARDS.. 9. ALL CORNERS ARE 5/8 INCH IRON RODS WITH PLASTIC CAPS STAMPED "CARTER BURGESS" UNLESS OTHERWISE NOTED. 10. SUBJECT TRACT IS NOT AFFECTED BY 100—YEAR FLOODPLAIN PER FEMA — FLOOD INSURANCE RATE MAP NUMBER 46439000280 J, DATED AUGUST 2, 1995 11. BUILOINGIS), NOT ESSENTIAL OR NECESSARY TO THE OPERATION OF AN OIL OR GAS WELL WITHIN THIS SUBDIVISION, SHALL NOT BE CONSTRUCTED WITHIN 200 FT. (OR OTHER DISTANCE GRANTED BY CITY COUNCIL VARIANCE) FROM ANY EXISTING OIL OR GAS WELL BORE HOLE. THE MEASURED DISTANCE SHALL BE IN A STRAIGHT LINE FROM THE WELL BORE TO THE CLOSEST EXTERIOR POINT OF SUCH BUILDING(S), WITHOUT REGARDS TO INTERVENING STRUCTURES. LOTS AND NON —ESSENTIAL BUILDINGS WITHIN THIS SUBDIVISION MAY BE ADVERSELY IMPACTED BY OPERATIONS ASSOCIATED WITH DRILLING, PRODUCTION, MAINTENANCE, RE —WORKING, TESTING OR FRACTURE STIMULATION OF A WELL. 12. TXDOT PERMIT IS REQUIRED FOR WORK IN AND ALONG STATE ROW. STREET CONNECTIONS TO TXDOT ROW CONTINGENT UPON TXDOT APPROVAL. CERTIFICATION I, TODD A. BRIDGES, REGISTERED PROFESSIONAL LAND SURVEYOR OF THE STATE OF TEXAS, DO HEREBY CERTIFY THAT THE PLAT SHOWN HEREON ACCURATELY REPRESENTS THE DESCRIBED / I PROPERTY AS DETERMINED BY A SURVEY MADE ON THE GROUND UNDER MY DIRECTION AND / SUPERVISION IN MARCH. 2008, AND THAT ALL CORNERS ARE AS SHOWN. �VH "LDi PIGS. LLP. / C I F ° D:'06205706 C. Pa T. c. T. TODD A. BRIDGES E 0 F REGISTERED PROFESSIONAL LAND SURVEYOR G15'rf' •., + �� TEXAS REGISTRATION N0. 4940 ap •. 9� 1........:...............Soo .................:........ P DATED TODD A. BR I DGES 4 940 Q ti� •.S.S.► �o `r SUR`4 0 0 THIS PLAT FILED IN CABINET ,SLIDE ,DATE r LOT 1, BLOCK 1 LONGHORN ADDITIOSCALED � powN SITUATED IN THE A.F. ALBRIGHT SURVEY, ABSTRACT NUMBER 1849, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS DATE OF PREPARATIONS MARCH 2O08 4L117 ACRE'S C a 8 J08 NUMBER (01 V. 5' .' J W Itf `t n M O O N �- r — � ,� Y mmF U, O � � U J m � y- 3 O ¢ Nl � 1- WW U � U I � aU 7 �� J J T tD > J Y J - U _� � I aia.a~ I m W U 0 4 FZ^h- NOS N � U � � -w � LLln�U O -� J J J J -� wwo mm> f � as U U I Y d J an _Q H W V1 U �a oaf z m U H m N I � 3 w � 2 rn F a O � Z J W O W > O m m O J F- m- Q � - p1 J J G oa�o� f- VU.� JM •UO J 1-M�'WZ C��W J U O = !r U � • O _ p J > m a X z � a W '" I r �p o O G N M z aI-Q, � w a O W V � O G U � W � C W > W U � ` O Q ll !L 0 3 U U r O �JQ .� � O o�zQ� v � z N ZW��ci r W W N VI J N � UQ GO � W -- � H W > UI O az �V � Ia � J � mW�` � ® z oa�t� � / w=Qn W ��3� -� � � o n �m d i �—�—i I I a ( a I � I II V1� U v Q II =�a� �a�w� I I O �,,, m _� �. �, I �-mr �O I I I 3^�� ���wZ II �r�'a V�UOS I � I Z�= o J I LLO _ I �� I z _ I I I I _ I I iaaxis ��z�� I - - -.i .� .l .a .d -I I L---- sb_od 'ee-seE •ion----- -- -- M_IIZ l __ I I I L— — — — — — — — — — — — — — — — — — I � W I I � Z I 9 I W � Q� SOX O Z W � ��� ,c Y W � W U U a � Q Oar � ;� � a M mHm O ._ �M 4 1- W W M � N Q (� LL = am~ � zua� �J ti to I-1 O � � 4'r UaQ ��U I 1 Wp S•a- W .m I � I � O o 3• >F- 3-"�� 3 � W U U H� M d V �� � Z�� Z J w o w > Z N } W m > � 2 � U ,. a J � a � C/) .� LL Q a a J J i- U m < Z C Z � � J �N~1-a l/) U = r � 0 �N�ZN u�¢ w �� f"WUU� W U — O ��� J U m W X w �a �O r�TW, O '- J �11y//111,,, '-' O U �z 0 C � � � -�- I I I I I I I o I I I I a W ~ � � z � C.� z z w w a I- 3 W W W Q � Z > � �--� v�i —� — J G Q J Q � � � � a >- >w > = o > _ � > � � � � J W W W d 3 W W W - Q F-- F- CC F- F- CC Q > Q Q - Li r�- Q G — 3 U W O �' � C� lL W � N to o Q F-- !- f- F-' � a. a. a. d W t!I In v� - � d d CL Ll Ll W W W J i; T M W LL G 'C•'• DEVELOPER AWARDED CONTRACTS This proposal must not be removed from this book of Contract Documents. TO: Barnett Gathering, L.P. c/o Jacobs Engineering PROPOSAL FOR: WATER PROJECT NO. FILE NO. X NO. 16" Waterline Improvements for Longhorn Compressor Plant 1`265-607140113983 01139 20657 Includes the furnishing of all materials, except materials specified to be furnished by the City, equipment and labor for the installation of Water Improvements and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: 16" Waterline Improvements for Longhorn Compressor Plant (project name) Pursuant to the foregoing `Notice to Bidders', the undersigned Bidder, having thoroughly examined the Contract Documents, including plans, special contract documents, aRO 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\015275\Spec\015275.010.001.0390 Utility.doc B-1 Updated OS/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) Unit Unit Total Item Approx. Measure Item Description Price Amount No. Quantity "D" Item reference ment UNIT I: WATER 1. 350 L.F. 16" PVC Waterline with embedment, backfill and disposal of trench spoils, Complete in Place Per Linear Foot Ninety Dollars & No Cents $ 90.00 $ 31,500.00 2. 559 L.F. 12" PVC Waterline with embedment, backfill and disposal of trench spoils, Complete in Place Per Linear Foot Fifty Five Dollars & No Cents $ 55.00 $ 30,745.00 3. 32 L.F. Dry Bore 12" Waterline, Complete in Place Per Linear Foot Three Hundred Fifty Dollars & No Cents $ 350.00 $ 115200.00 4. 2 Ea. 16" Gate Valve & Vault, Complete in Place Per Each Ten Thousand Five Hundred Dollars & No Cents $ 10,500.00 $ 21,000.00 5. 2 Ea. 12" Gate Valve, Complete in Place Per Each One Thousand Six Hundred Dollars & No Cents $ 1,600.00 $ 3,200.00 N:UOB\015275\Spec\015275.010.001.0390 Utility.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 6. .3 Ton Cast Iron Fittings < 16" Per Ton Four Thousand Dollars & No Cents $ 43000000 $ l;200.00 7. .8 Ton Cast Iron Fittings > 16" Per Ton Eight Thousand Dollars & No Cents $ 8,000.00 $ 6A00.00 8. 2 Ea. Standard Fire Hydrant Assembly, Complete in Place Per Each Three Thousand Dollars & No Cents $ 3,000.00 $ 62000.00 9. 250 S.Y. Remove and Replace Existing Asphalt Pavement including Flowable Fill Per Square Yard One Hundred Forty Five Dollars & No Cents $ 145.00 $ 36,250.00 10. 750 L.F. Sawcut Pavement Per Linear Foot Four Dollars & Fifty Cents $ 4.50 $ 3,375.00 11. 1 L.S. Traffic Detour Installation, Maintenance & Removal Per Lump Sum Five Thousand Six Hundred Dollars & No Cents $ 5,600.00 $ 5,600.00 12. 909 L.F. Trench Safety Per Linear Foot One Dollars & No Cents $ 1.00 $ 909.00 N:UOB\0152751Spec\015275.010.001.0390 t�titity.doc B-3 Updated OS/16/2005 Unit price Total Amount Item Approx. Unit Item Description No. Quantity Mment a "D" Item reference UNIT I: WATER 13. 1 L.S. Erosion Control Per Lump Sum Three Thousand Dollars & No Cents $ 3,000.00 $ 3,000.00 14. 1 Ea. Install 1" Air Release Valve, Complete in Place Per Each Three Thousand Dollars & No Cents $ 3,000.00 $ 3,000.00 15. 3 Ea. Exploratory Excavation (D-Hole) 3 Per Each Five Hundred Dollars & No Cents $ 500.00 $ 1,500.00 TOTAL AMOUNT BID WATER $ 164,879.00 N:UOB\015275\Spec\015275.010.001.0390 Utility.doc B-4 Updated OS/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 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 25 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 majorityowner is in the State of Texas. N:UOB\015275\Spec\015275.010.001.0390 Utility.doc B-5 Updated OS/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 (Initials) ��� Addendum No. 2 (Initials) (Seal) Date: l 1��. l / p� N_UOB\015275\Spec\015275.010.001.0340 Utility.doc Addendum No. 3 (Initials) Addendum No. 4 (Initials) Respectfully submitted, �Yta-tsP r �s�-nt.�-F;1?n� , LP By. errs (�o�,a+.�.P r-- Title: Address: tsu �� �-� �bYth TX � I � I 1 GI __ Telephone: �� � '�J 3 `� � % � U g.6 Updated 05/16/2005 a� �aoD 0 a� �a c� Q 00 � oo .Q Q CD 0 N •djj GCy� , b •� ow �\ �8Z S� W W J a U l�la� uj to 'o88£LZ£LOZO d00 N 1N343380V ONV 1N3Y43SV3 SS300V v � 0 0 i IZ66LOZ80ZO� J�0 Q 'd �� Oda-NVW12iVN 7� \� Z � Q I '0N 1JIa1;l0 1N3W3�OadW1 ONV 1081N00 831VM A1N1103 1NVUHV1 8Z2 69d '011St •IOA 400 ?did IS3MHIHON W O " z � o O o 0 0 o �PM4�I o �I m Z O /� ce I_- U V ZZ w^ s vih Z QI o z QQ z N�O � 3 w o Ir O a u � W U1 w � ww � W Z to — tn U J �9: 0 N 0 C P V U F i C O a L N 3 I 0 3 N 0 n i P 1 0 PRELIMINARY OPINION OF PROBABLE COSTS CONSTRUCTION COST ONLY SANITARY SEWER ACROSS TRWD, LONGHORN COMPRESSOR SITE TO QUICK TRIP SANITARY SEWER PROJECT NO.: C6015275 CREATED ON: April 4,2010 REVISED: PRINTED ON: WmApr-10 PREPARED FOR: BARNETT PREPARED BY: CLS REVIEWED BY: ITEM# DESCRIPTION QTY UNIT PRICE AMOUNT 1 Remove and Dispose of existing 6" asphalt pavement 11100 SY $13.00 $14,300400 2 3 4 Modified 4' Dia Manhole over existing main 4' Dia Manhole 8" PVC 1 7 2,225.00 EA EA LF $10,000.00 $2,700.00 $45.00 $100000400 $18,900.00 $100,125.00 5 Remove/replace fence and clearing 1.00 LS $1,500.00 $1,500.00 6 Replace 6" Ash alt Paving 11100000 Sy $25.00 $27,500000 7 Manhole Vacuum Test 7.00 EA $125.00 $875.00 8 Exporatory D hole 2000 EA $500600 $1,000400 9 10 11 Trench Safty Erosion Control TV Inspection 2,225.00 1.00 2,225 EA LS LF $1.00 $6,500.00 $2.00 $2,225.00 $61500000 $4,450.00 12 CityMaterial Testingand Inspection Fee 4% SANITARY SEWER ACROSS TRWD TO QT 1 LS $7,495.00 1 $7,495.00 $1941870.00 CONSTRUCTION COSTS SANITARY SEWER ACROSS TRWD TO QT $194,870.00