Loading...
HomeMy WebLinkAboutContract 43778 COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, the undersigned Developer ("Developer") desires to make certain improvements ("Improvements") related to a project as described below ("Project"), an addition to the City of Fort Worth, Texas ("City"); and WHEREAS, the Developer and the City desire to enter into this "Agreement" in connection with the Improvements. Developer Information: Developer Company Name: D.R. Horton--Texas, Ltd. Address, State,Zip Code: 6751 North Freeway, Fort worth Texas 76131 Phone, E-Mail: (817)230-0800/mpallen@drhorton.com drhorton.com Authorized S ignatory/Title: Don E. A l len ,Assi stant Secretary Project Name: Emerald Park Phase 4C Project Location: Intersection of Hawks Landing& Erinmoor Trail Plat Case No.: FP-012-022 Plat Name: Emerald Park Phase 4C Mapsco: 20N Council District: 7 City Project No: 01 959 CFA: 2412-055 DOE: 6879 To be completed by staff Received by: Date: / h)1n,' OFFICIAL RECORD CITY SECRETARY r PC FT.WORTH, 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 (AJ_.X., Sewer (A-1) Paving (B) _- � Storm Drain (B-1) X , Street Lights & Signs (C) X . 2 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. 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. 111. 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. 3 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 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. 4 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 in'cries death or damages are caused, in whole or in Part. by the alle ed nulizence of the ON of Fort Worth. its o fficers,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 in juries death or dams es are caused in whole or in vart. bv the alle ed nemUzence of the City of Fort Worths 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 5 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. 0. 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 ON and material testing fees equal to two percent (2%) for a total of 6% of the developer's share of the total construction cost as stated in the construction contract. iii. Developer shall pay in cash the total cost of streetlights or if the city is not installing the streetlights, inspection fees equal to four percent (4%) of the developer's share of the streetlight construction cost as stated in the construction contract. iv. Developer shall pay in cash the total cost of street signs. P. COMPLETION WITHIN 2 YEARS i. 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 6 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 North 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. (REMAINDER of PAGE INTENTIONALLY LEFT BLAND) 7 Cost Summary Sheet Project Name: Emerald Park Phase 4C CFA No.: 2012-055 DOE No.: 5879 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 Developer's Cost A. Water and Sewer Construction 1. Water Construction $ 110,914.00 2.Sewer Construction $ 129,818.00 Water and Sewer Construction Total $ 240,732.40 B. TPW Construction 1.Street $ 264,622.75 2.Storm Drain $ 99,023.00 3.Street Lights Installed by Developer $ 267418.00 TPW Construction Cost Total $ 390,063.75 Total Construction Cost(excluding the fees): $ 630,795.75 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 4,814.64 D. Water/Sewer Material Testing Fee(2%) $ 4,814.64 Sub-Total for Water Construction Fees $ 9,629.28 E. TPW Inspection Fee(4%) $ 14,545.83 F. TPW Material Testing(2%) $ 7,272.92 G. Street Light Inspsection Cost $ 1,056.72 H. Street Signs Installation Cost $ 735.00 Sub-Total for TPW Construction Fees $ 23,610.47 Total Construction Fees: $ 33y239.75 Choice Financial Guarantee D tions choose one Amount ck one Bond=100% $ 630,795.75 Completion Agreement=100%1 Holds Plat $ 630,795.75 Cash Escrow Water/Sanitary Sewer=125% $ 300,915.00 Cash Escrow Paving/Storm Drain=125% $ 487,579.69 Letter of Credit=125%w/2 r expiration period $ 788,494.69 8 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 Developer has executed this instrument iadruplicate,at Fort Worth,Texas this 2,91e7 day of ,2 CITY OF FORT WORTH-Recommended by: Water Department Transportation& Public Works Department L0�3 Wendy Ch/-B—abu a, E. Dougl W. Wiersig, P.E. Development Engineering Manager Directo Approved s to Form &Legality: Approved by City Manager's Office Somme Do glas . Blac Fernando Costa Assistant City Attorney Assistant City Manager M&C No.A/A- Date: .o�v�nn ATTEST: O Nd�� _o o � ary J•K °o City Secre ATTEST: D.R. Horton—Texas,Ltd. By: D.R.Horton, Inc. Its Authorized Agent Signature Signature (Print)Name: Mark Allen Print Name: Don Allen Title: Assistant Secretary OFFICIAL RECORD 9 CITY SECRETARY F7'. WORTH,TX Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment Location Map Exhibit A: Water Improvements Water Estimate Exhibit A-]: 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 Blank) 10 287 a 2 _BLUE MOUND © LD z � 3 � PROJECT PHASE CCA ON Q PHA SE v� ,a 0 si[ BONDS RANCH I ROAD z PH E 0 -4 Q Li � J Qf a W LO z FINAL B T * VICINITY MAP LOTS 5 BLOCK 19, NOT To SCALE L 0 TS $ 30, BLOCK 20, MA PSCO NO. 20N LOTS 2--19, BLOCK 21 COUNCIL DISTRIC7" EMERALD BARn AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS BEING 12.039 ACRES OF LAND LOCATED IN THE HENRY ROBERTSON SURVEY, ABSTRACT NO. 1259, IN THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS 63 RESIDENTIAL LOTS OWNER I DEVELOPER: THE PRECEDING TO BE KNOWN AS: LOTS 57-80, BLOCK 19, LOTS 8-30, BLOCK 20, D.R. MORTON TEXAS, LTD. LOTS 2-19, BLOCK 21 DFW West Division 6751 North Freeway Ft Worth, TX 76131 PRELIMINARY PLAT CASE NUMBER: PP-002-0,36 (817) 230-0800 CASE NUMBER: FP-012-022 FAX—(817) 230-0896 CASE NAME: EMERALD PARK PHASE: 4C . ................................................ DA TE: 0911312012 m a PROJECT • 1978-04-03 -EMERALD RAHIV- mycoskie--mcinnis--associates DRAWN BY.- M. YORK P I S,E -FOUR C civil engineering surveying landscape architecture planning thpe registration number: f- 2759 PLAT INFORMATION 200 east abram CHECKED BY• A. CASCO & VICINITY MAP arlington, texas 76010 8 1 7- 4 6 9-1 6 7 1 f a x: 8 1 7-2 7 4-8 7 5 7 SHEE T NO: 1 OF s wwwrrlmatexas Cvm 4 /l ..� J 4 f EXISTING 8'° ' WA TER LINE 79 t 78 �' T�JJ M1h 76 19 75 t� 18 \ 17 73 J 15 71 EMERALD PARK.. r 4 70 °�PIASE 4B h 13 69 60 61 59 f ` 12 68 C F ... Q. 58 67 y- w, ]0 63 0 57 �N 64 ,. 1E EMERALD PARK 30 FUTURE PHASE 5 tom\ 6 29 � 28 27 r 6 14 J' Y`ti F } `f f 3 25 17 13 2 24 ]8 72 E4,4ERAL PARK -,,,W 1V� PH.4 SE 3 20 70 EXISTING , s+ WA TER * s SER VI CE EXISTING 8" s WA TER LINE 8 LEGEND EXISTING WA TER SER VICE 8" WATER LINE 200 0 100 200 400 FIRE H YDRA N T M GA TE VALVE SER VICES 1 inch = 200 ft. FF r DA TE: 0911312012 z PRCJEC T 1978-04-03 EM-E-RA LD .PA HIC mycoskie 'mcinnis,i-associates DRA WN B Y.• M. YORK P l A S-E FOUR C civil engineering surveying landscape architecture planning tope registration number: f- 2759 WATER200 east abram CHECKED BY.• A. CASCD EXHIBIT »A» arlingtan, texas 76010 817 469 1671 SHEE T NQ: 2 OF 8 fax $1 7-2 7 4-8 7 5 7 w w w,m m a texas.c a m f XI S TI E NG 8y, c, ' sa J SAM TAR Y J / SE WER L I NE f` 79 ' f j• �y / 4 7C7 p i \ J 19 75 Q _ n 74 17 73 �f 15 77 � EMERALD'''PARK r 4 70 4 ' , PHASE 4E sl 073 69 60 F� 4 12 fib f y' 10 63 57 9 6$ 64 IL D EMERALD PARK 30 FUTURE PHASE 5 s 29 28 27 15 76 4 26 J 2 ti 12 F 24 79 EJ LEI.A PARS PSE 3; J 20 ti f `a J ; EXISTING 75": EXISTING 8" SANITARY SANITARY '. SEWER LINE SE WER LINE LEGEND F • SANI TAR Y SEWER MANHOLE WITH CONCRETE COLLAR zoo a oo zoo 400 8" SANITARY SEWER SANITARY SEWER SERVICE 1 inch = 200 ft. DA TE: 0911312012 PROJEC T 1978-04-03 -EM-ERA LD PA RK mycoskie-+'mcinnis i associates I�,�` Pl l A SE FO UR C civil engineering surveying landscape architecture planning � �yy,V Y.- '• YORK thpe registration number. f- 2759 SANITARY SEWER 200 east abrom CHECKED BY.- A. CASCO EXHIBIT r'A-1" arling ton, texas 7601b a17-469-1671 SHEET NO: 3 OF_ 8 fax: 817-274-8757 w w w.m m o t e x a s.c o m 80 ' 79 fir `\/•''�` ff l r 9 ` '•. , � +t 78 4 i 77 f� rn AA� 76 75 19 'a 74 \Y/ '' !$ • ' 17 73 \ 16 72 EMERALD'P*iK r¢ 70 PHASE 4B .............. w w ....... E f r3 S9 60 I� 61 �... J. �2 \ \\\ � •� ''�r 68 h 3 � h Yom, •l� � t\.' �� r,, 6 7 C 10 63 4f 57 f 66 9 65 64 8 � E TYPE C RAMP TYPE C RAMP • EMERALD PARK ` 30 FUTURE PHASE 5 6 29 ' 28 27 � `19, ° .. 16 14 ¢ 26 •. ti O 7 13 2 18 3 24 t 23 14 1 r �� IN 20 10 frr - _.... �t 9 ` EMERALD ;"PARK.' 'RASE 3 ` .........! f�. LEGEND 200 a 100 zaa 400 29 B—B PA VEMEN T, 7" CONC., 50' ROW 1 inch = 200 ft. DATE: 091)3120)2 m1mia PROJECT 1978-04-03 -E,M PAHK mycoskie:-mcinnis associates - lYl ■ RI-IASH FO UR C civil engineering surveying landscape architecture planning DRA WN B M. Y�R tbpe registration number: f-2759 PAVEMENT 200 east abram CHECKED BY: A. CASCO EXHIBIT "B„ arlirgton, texas 76010 8 1 7 4 6 9 1 6 7 1 SHEET IY 0 4 OF 6 fox. 817-274-8757 www.mmatexp5•tam f , �S Y M14 •' 1, vv4 `' so Z srC 1 / . 72 }• }' 1 Jr 71 1 ' E t ERALI) r 4 p .` w , k BARK ,P,.HASE 4E r 073 69 60 `?Y 61 \ 15' CURB INLETS 59 4 . 12 F ^, 68 F F IN A�� r 24 RCP 62 d f 4 24 RCP � `+ •..,,, • U 4X4 SDMH 4 10 63 y t 57 ` 66 \ 9 65 64 C , 8 36" RCP IL ANY T �. z �E EMERALD PARE ` 4'X4' l SDMH 30 FUTURE PHASE 5 EXISTING 10' p 29 CURB INLET .<' 28 `• 5 ' ,� 36"RCP 15 f5' CURB INLET y 74 + w 4 76 4 ti 26 EXISTING ' 21" RCP ` A ' 13 25 EXISTING x,.. 18 24 �]Q 12 42" RCP A . ,.. �? '> j3rq EXISTING ty 71 jyx 48„ RCP �3 rs q .5`.44. .......<. k Nom ` f 20 io �FME8ALD PARK,: ,.. .<' ! <PHASE 3 48 RCP 15 CURB 1NLE T 42"RCP 42" RCP 6, EXIS TING ' 48" RCP LEGEND 15" CURB INLET f . ,.. STORM SENDER LINE 200 0 Too 200 400 STORM.M IAA NH OL E CURB !NL E T 1 inch = 200 ft. DA TE: 0911312012 M', PROJEC T 19 78-04-03 -EM- 'RA LD PA RIV I mycoskie-�mcinnis` associates RA 1' A. YORK T->ffA S-E -FO UR C civil engineering surveying landscape ardii2759 a planning �,v � M. � tbpe registration number: f- 2759 STORM DRAIN 200 east abram CHECKED 8Y.- A. CASCO EXHIBIT "B---1" arIingtan, texas 760,0 OF 817-469-1671 SHEET N n 5 OF 6 fax: 817-274-8757 w w w.m m a t e x a s.c a m EXISTING S TREE T 4 LIGHT (TYP.) f 79 78 N " ti 1A ray 77 rrr e 19 75 17 73 16 72 �- 4 ] s 5? 4 75 71 EMERALD`PARK 14 70 •Pj1ASE 4,B N....w....... � � •. ✓: ' 13 69 60 ' i el 61 59 . ]2 62 C�b .. ]a 63 y 4< 66 • f 65 64 r pEtiGAN EMERALD PARK 30 FUTURE PHASE 5 5 29 28 4 27 ^^y � 15 14 jw a r "Y `ci1�r zs 3 T7 ]3 r•--..,..s., ` 2a Q rz �A; [� �lq 19 >> h � 23 EME RALD PARK`;, A• \, HASE,-3 20 � ]o "y EXISTING STREET F B LIGHT (TYP.,� `F A.! 4. LEGEND 200 ❑ 100 2a❑ 400 S TREE T NAME SIGNS S TREE T LIGHTS 1 inch = 200 ft. DA TE: 0911312012 m, mla 1, PROJEC T 1978-04-03 -EM- I?A LD .jPA HK n mycaskie,�mcinnis-{associates DRAWN BY.• M. YORK PHA S-E -F�J U� C ❑ivFI engineering surveying landscape architecture planning tbpe registration number: f-- 2759 STREET LIGHTS & SIGN 2 0 0 e a s t o b r o m CHECKED BY.- A. cASCO EXHIBIT „�„ & „�1„ orlington. texo5 7fi01iJ 817 459 1671 SHEET NO: 6 OF 6 fox: 817-274-8757 w w w.m M t e x a s.C m PART B--PROPOSAL DEVELOPER AWARDED CONTRACTS This proposal must not be removed from this book of Contract Documents. TO: D.R. Horton—Texas LTD. DFW West Division PROPOSAL FOR: PROJECT NAME: UNIT I—WATER& SEWER IMPOROVEMENTS UNIT II--DRAINAGE, PAVING, & STREET LIGHT IMPROVEMENTS TO SERVE EMERALD PARK PHASE FOUR C (2012) WATER PROJECT NO. P265-607150 195983 SEWER PROJECT NO. P275-747130195983: FILE NO. W-2235 XNO. 21916 CITY PROJECT NO. 01959 Includes the furnishing of all materials, except materials specified to be furnished by the City, equipment and labor for the installation of Water, Sewer, Paving, and Drainage Improvements and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: UNIT I—WATER& SEWER IMPOROVEMENTS UNIT II—DRAINAGE, PAVING, & STREET LIGHT IMPROVEMENTS TO SERVE EMERALD PARK PHASE FOUR C (2012) Pursuant to the foregoing 'Notice to Bidders', the undersigned Bidder, having thoroughly examined the Contract Documents, including plans, special contract documents, 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 Transportation & Public Works of the City of Fort Worth, Texas; and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the work within the time stated and for the following sums: Updated:8/30/2010 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOLTNT UNIT I: WATER Unit Price Total Amount 1. 2064 LF 8"PVC WATER PIPE THIRTY DOLLARS& $30.00 $61,920.00 ZERO CENTS per LINEAR FOOT Unit Price Total Amount 2. 5 EA 8"GATE VALVE NINE-HUNDRED FIFTY DOLLARS $950.00 $4,750.00 & ZERO CENTS-EACH. Unit Price Total Amount 3. 3 EA FIRE HYDRANT THREE-THOUDSAND TWO- HUNDRED DOLLARS $31200.00 $95?600.00 & ZERO CENTS-EACH. Unit Price Total Amount 4. 60 EA 1" WATER SERVICE THREE-HUNDRED FIFTY DOLLARS $350.00 $21,000.00 & ZERO CENTS-EACH. Unit Price Total Amount 5. 60 EA CLASS "A"METER BOX FIFTY DOLLARS $50.00 $3,000.00 & ZERO CENTS-EACH. Unit Price Total Amount 6. I TON DUCTILE IRON WATER FITTINGS FOUR-THOUSAND FIVE-HUNDRED $49500.00 $4,500.00 DOLLARS & ZERO CENTS per TON. Unit Price Total Amount 7. 3 EA CONNECTION TO EXISTING 8" WATER MAIN FIVE-HUNDRED DOLLARS $500.00 $ 11500.00 & ZERO CENTS-EACH. Unit Price Total Amount 8. 2064 LF TESTING TWO DOLLARS& $2.00 $4,128.00 ZERO CENTS per LINEAR FOOT Unit Price Total Amount 9. 2064 LF TRENCH SAFETY ZERO DOLLARS& $0.25 $ 516.00 TWENY-FIVE CENTS per LINEAR FOOT TOTAL UNIT I -WATER S 11 914.00 Updated:8/30/2010 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT UNIT II: SANITARY SEWER Unit Price Total Amount 8" SEWER PIPE(SDR-35) 1. 630 LF THIRTY DOLLARS& $30.00 $185900.00 ZERO CENTS per LINEAR FOOT. Unit Price Total Amount 8"SEWER PIPE(SDR-26) 2. 1068 LF THIRTY-TWO DOLLARS& $32.00 $34,176.00 ZERO CENTS per LINEAR FOOT. Unit Price Total Amount 4' MANHOLE(ALL DEPTHS 3. 11 EA INCLUDING CONCRETE COLLAR) THREE-THOUSAND TWO-HUNDRED $31200.00 $351,200.00 DOLLARS& ZERO CENTS—EACH. Unit Price Total Amount CEMENT STABILIZED BACKFILL 4. 200 LF TWENTY DOLLARS& $20.00 $4,000.00 ZERO CENTS per LINEAR FOOT. Unit Price Total Amount 4" SEWER SERVICE(SDR-35) 5. 35 EA THREE-HUNDRED FIFTY DOLLARS $350.00 $ 121250.00 & ZERO CENTS--EACH. Unit Price Total Amount 4" SEWER SERVICE(SDR-26) 6. 28 EA FOUR-HUNDRED DOLLARS& $400.00 $ 11,200.00 ZERO CENTS—EACH. Unit Price Total Amount SEWER SERVICE 2-WAY CLEANOUT 7. 63 EA FIFTY DOLLARS& $50.00 $3,150.00 ZERO CENTS—EACH. Unit Price Total Amount CLAY DAMS 8. 2 EA TWO-HUNDRED FIFTY DOLLARS& $250.40 $ 500.00 ZERO CENTS—EACH. Unit Price Total Amount CONNECT TO EXISTING SANITARY 9. 2 EA SEWER LINE ONE-THOUSAND DOLLARS& $ 1,000.00 $2,000.00 ZERO CENTS—EACH. Unit Price Total Amount MANHOLE VACUUM TESTING 10. 11 EA ONE-HUNDRED FIFTY DOLLARS& $ 150.00 $ 1,650.00 ZERO CENTS—EACH. Updated:8/30/2010 Unit Price Total Amount TRENCH SAFETY 11. 1698 LF TWO DOLLARS $2.00 $3,396.00 ZERO CENTS per LINEAR FOOT. Unit Price Total Amount POST—CCTV INSPECTION 12. 1698 LF TWO DOLLARS& $2.00 $3,396.00 ZERO CENTS per LINEAR FOOT, TOTAL UNIT II: SANITARY SEWER $ 129 818.00 Updated:8/30/2010 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT UNIT III: PAVING Unit Price Total Amount 7"CDNC PVMT(3500 PSI 1. 7292 SY REINFORCED,PER RECOMMENDATION FROM GEOTECH ENGINEER) (SEE SHEET 20) TWENTY-NINE DOLLARS& $29.50 $2155114.44 FIFTY CENTS per SQUARE YARD. Unit Price Total Amount 6"LIME TREATMENT(SUBGRADE, 2. 7725 SY PER RECOMMENDATION FROM GEOTECH ENGINEER) (SEE SHEET 20) TWO DOLLARS& $2.75 $21,243.75 SEVENTY-FIVE CENTS per SQUARE YARD. Unit Price Total Amount LIME (36 LBSISY,PER 3. 139 TON RECOMMENDATION FROM GEOTECH ENGINEER) ONE-HUNDRED FIFTY-FIVE $ 155.00 $21,545.40 DOLLARS& ZERO CENTS per TON. Unit Price Total Amount REMOVE EXISTING BARRICADE& 4. 3 EA CONNECT TO EXISTING PAVEMENT FIVE-HUNDRED DOLLARS& $500.00 $ 15504.00 ZERO CENTS--EACH. Unit Price Total Amount 4' BARRIER FREE RAMPS,TYPE C 5. 4 EA NINE-HUNDRED FIFTY DOLLARS& $954.00 $3,800.40 ZERO CENTS-EACH. Unit Price Total Amount CONSTRUCT STREET HEADER 6. 29 LF TWENTY DOLLARS& $20.44 $580.00 ZERO CENTS per LINEAR FOOT. Unit Price Total Amount INSTALL END OF ROAD 7. 28 LF BARRICADE THIRTY DOLLARS& $30.00 $ 844.44 ZERO CENTS—LINEAR FOOT. TOTAL UNIT III: PAVING $ 264,622.75 Updated:8/30/2010 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT UNIT IV: STREET LIGHTING Unit Price Total Amount ROADWAY ILLUMINATION 1. 7 EA ASSEMBLY, TYPE D25-6 (SEE SHEET 24) DOLLARS& $ 1,000.00 $7,000.00 CENTS—EACH. Unit Price Total Amount ROADWAY ILLUMINATION 2. 7 EA FOUNDATION,TYPE 4 DOLLARS& $ 1,200.00 $85400.00 CENTS—EACH. Unit Price Total Amount 2"—SCH 40 PVC CONDUIT 3. 406 LF DOLLARS& $ 15.00 $6,090.00 CENTS—LINEAR FOOT. Unit Price Total Amount 3 -#10 XHHW CONDUCTOR 4. 406 LF DOLLARS& $ 3.40 $ 1,218.00 CENTS—LINEAR FOOT. Unit Price Total Amount HPS LIGHTING FIXTURE 5. 7 EA DOLLARS& $ 530.00 $ 31710.00 CENTS—EACH. TOTAL UNIT IV: STREET LIGHTING $ 26 418,00 Updated:8/30/2010 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT UNIT V: STORM DRAIN Unit Price Total Amount 24"RCP,CLASS III 1. 66 LF FORTY-EIGHT DOLLARS& $48.00 $3,168.00 ZERO CENTS per LINEAR FOOT. Unit Price Total Amount 36"RCP,CLASS III 2. 524 LF SEVENTY-FIVE DOLLARS& $75.00 $39,300.00 ZERO CENTS per LINEAR FOOT. Unit Price Total Amount 42"RCP,CLASS IV 3. 85 LF NINETY DOLLARS& $90.00 $7,650.00 ZERO CENTS per LINEAR FOOT. Unit Price Total Amount 48"RCP,CLASS IV 4. 21 LF ONE-HUNDRED FIVE DOLLARS& $ 1 05.00 $2,205.00 ZERO CENTS per LINEAR FOOT. Unit Price Total Amount 15' CURB INLET 5. 5 EA (per SD-020 of the city std.) THREE-THOUSAND DOLLARS& $33000.00 $ 155000.00 ZERO CENTS per EACH. Unit Price Total Amount 4' STORM JUNCTION BOX 6. 2 EA (per SD-006 of the city standards, See sheet 19a) THREE-THOUSAND TWO- $3,200.00 $6,400.00 HUNDRED DOLLARS& ZERO CENTS per EACH. Unit Price Total Amount REMOVE 10' CURB INLET(see sheet 7. 3 EA 19a) ONE-THOUSAND DOLLARS& $ 1,000.00 $3,000.00 ZERO CENTS-EACH. Unit Price Total Amount CONNECT TO EXISTING 48"RCP 8. I EA WI CONCRETE COLLAR FIVE-HUNDRED DOLLARS& $500.00 $500.00 ZERO CENTS-EACH. Updated:8/30/2010 Unit Price Total Amount REMOVE&DISPOSE OF 9. 1 EA CONCRETE APRON,VERTICAL HEADWALL,AND ROCK RIP RAP THREE-THOUSAND FIVE- $3,500.00 $3,500.00 HUNDRED DOLLARS& ZERO CENTS-EACH. Unit Price Total Amount GROUT,PLUG,AND ABANDON IN 10. 1 LS PLACE EXISTING 21"RCP ONE-THOUSAND TWO-HUNDRED $ 19200.00 $ 19200.00 DOLLARS& ZERO CENTS per LUMP SUM. Unit Price Total Amount GROUT,PLUG,AND ABANDON IN 11. 1 LS PLACE EXISTING 30"RCP ONE-THOUSAND EIGHT-HUNDRED $ 19800.00 $ 19800.00 DOLLARS& ZERO CENTS per LUMP SUM. Unit Price Total Amount SAWCUT, REMOVE,AND REPLACE 12. 255 SY CONCRETE PLAVEMENT SIXTY DOLLAR& $60.00 $ 15,300.00 ZERO CENTS per SQUARE YARD. TOTAL UNIT V: STORM DRAIN $ 99,023.00 Updated:8/30/2010 UNIT I TOTAL AMOUNT BID WATER $ 1109914,00 UNIT II TOTAL AMOUNT BID SEWER $ 129,818.00 -�•■ w i i■i i yin ii■iii i i i iii i nnniniiin iii�i■ii�� UNIT III TOTAL AMOUNT BID PAVING $ 264 622,75 UNIT IV TOTAL AMOUNT BID STREET LIGHTING $ 26 418,00 UNIT V TOTAL AMOUNT BID STORM DRAIN $ 99,023,00 GRAND TOTAL AMOUNT BID $ 530,795.75 Updated:8/30/2010