Loading...
HomeMy WebLinkAboutContract 42183 COMMUNITY FACILITIES AGREEMENT `f THE STATE OF TEXAS § City Secretary ((`` COUNTY OF TARRANT § Contract No. // //`f C9 I U 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,a home-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: Lancaster Properties,LLC by its Manager,Lang Partners,LLC Authorized Signatory: 1-h„ n' �t Title: Member Project Name: The Lancaster Water,Sewer,Paving& Drainage Improvements Project Location: W.Lancaster Ave. between Norwood St.& Currie St. Additional Streets:Norwood St.,Bledsoe St.,Currie St. Plat Case No.: FS-011-034 Plat Name: Van Zandts Park Addition Mapsco: 76B Council District:9 City Project No: 01729 To be completed b staff Received by• Date: CFA: 2011-025 DOE: 6658 OFFICIAL RECORD' i CITY SECRETARY FT WORTH TX I- _� T 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 1I, 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) X , Storm Drain (B-1) X Street Lights& Signs (C)— E. The Developer shall award all contracts for the construction of community facilities in accordance with Section 11, paragraph 7 of the Policy and the contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section 11, of the Policy. Combined CFA final Sept 12.2009 2 F. For all infrastructure included in this Agreement for which the Developer f. 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 f 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 alleged negligence 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 injuries, death or damages are caused, in whole or in part, by the alleged negligence 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. 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. 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. iii. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the construction of the community facilities if at the end of two (2) years from the date of this Agreement the community facilities have not been completed and accepted. iv. The City may utilize the Developer's financial guarantee to cause the completion of the construction of the community facilities or to cause the payment of costs for construction of same before the expiration of two (2) years if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction, the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement. Combined CFA final Scpt 12.2008 6 Cost Summary Sheet Project Name: The Lancaster Water, Sewer, Paving& Drainage Improvements CFA No.: 2011-025 DOE No.: 6658 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 $ 71,550.00 2.Sewer Construction $ 178,000.00 Water and Sewer Construction Total $ 249,550.00 B. TPW Construction 1.Street $ 213,992.00 2.Storm Drain $ 33,335.00 3.Street Lights Installed by Developer $ - TPW Construction Cost Sub-Total $ 247,327.00 Total Construction Cost(excluding the fees): $ 496,877.00 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 4,991.00 D. Water/Sewer Material Testing Fee(2%) $ 4,991.00 Sub-Total for Water Construction Fees $ 9,982.00 E. TPW Inspection Fee(4%) $ 9,893.08 F. TPW Material Testing(2%) $ 4,946.54 G. Street Light Inspsection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 14,839.62 Total Construction Fees: $ 24,821.62 Choice Financial Guarantee Options,choose one Amount (ck one) Bond=100% $ 496,877.00 Completion Agreement=100%1 Holds Plat $ 496,877.00 Cash Escrow Water/Sanitary Sewer= 125% $ 311,937.50 Cash Escrow Paving/Storm Drain=125% $ 309,158.75 Letter of Credit=125%w/2yr expiration period $ 621,096 25 7 r 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 in quadruplicate, at Fort Worth,Texas this day of S 20��. CITY OF FORT WORTH -Recommended by: Water DepartmentTra sportation & Public Works Department F'' / L) C�V Wendy Chi-Babula, EMBA,P.E. 6o`ug,4 W. Wiersig,P.E. Development Engineering Manager Director Approved as to Form &Legality: Approved by City Manager's Office Fernando Costa -Sr Assistant City Attorney Assistant City Manager ATTEST: NO M&C RLQUJRE-L� Marty Hendrix >.*0 %.' s City Secretary tpk°o°°°04O00o�' d a A.C oe 0 ij.000 ATTEST �� °oo 00 0° Lancaster Properties,LLC �a* 000 'Q "p, By its Manager �n�nrE l�pRp� Lang Partners,LLC UQ� -sigmtEerrc- -- t Signature (Print) 'Of FICIAL RECORD Print Name:Je#R-A+4(--� CITY SECRETARY Title: Member i FT. WORTH, Tx Combined CFA final Sept 112009 8 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-1: Sewer Improvements ® Sewer Estimate ® Exhibit B: Paving Improvements ® Paving Estimate ® Exhibit B-1: Storm Drain Improvements ® Storm Drain Estimate ❑ Exhibit C: Street Lights and Signs Improvements ❑ Street Lights and Signs Estimate (Remainder of Page Intentionally Left Blank) 9 x,o,,�7- , 7 7ST LF 6TH ST 7TH �ST G �E PJ CROCKEFT ST MORTO 0 GP P S- a ~ Ld _ z O Il z O PROJECT SITE UI N m N_ In m NORTH U VICINITY MAP s N.T.S. N U THE LANCASTER 0 VAN ZANDT PARK ADDITION 0 FORT WORTH, TEXAS DCHUIm N h .�' O N (XIARS Huitt—Zollors, Inc. Engineering / Architecture 500 W. 7th St. Ste. 300 Fort Worth, Texas 76102 Phone (817)335-3000 Fax (817)335-1025 o s m • � Y I N e O I N I v rc 14 • `e I p •� N O \ 1E N � s � O d f loom NJ do on I X n x n 77 D W $ s 5\ AVON " � N "U N all � m v r x F (� I ' v I I sj£ c � ............................. Ru "� s\ k� (� �Z mail SM- 145;A Wt Its- 3E r $$ i � I I� ALAIb 00000 b N C C Ni 0 � a a z s OO 4I o x -A N J0�E p D D Mz ;0o l - 0 t— M— —M N < < Z u = M C7 C7 :t2 > mD A _ ;D m m C/1 N s > ITI uu 00 0 iJ{ - 0 • NORWOOD STREETol N O f OD t � � t - m to .' • � �� � u ' D O o m o C Z U) K O O - Z M � cn- Of N 0 00m �> CrJ x a 3 cn 00 co rn co �G Q OD O r 0� . , noco F \o ti a.0 A 15 13, (� mpZ �y ✓ ." N Z 0- 0, �<Of Orn m N `Z o rn ar i is "x- y y X o cn ^� r -< = rrDi '" O a W --3 Z m o 0 a a} a ITJ z I= "' m CURRIE STREET 0 co Qi Za Za ZZ [� mov) m > �2 Y m � E" s WWWQ J = II - 0 � W i m Q Q � Q o ~ Z E W ILa � a � z co mQZp J - w = CL W E x w e 0 Z��2IZS �I2I2IA� � 1 1. `r. I Q' Y v I111 •� '- tS LL e U - - ~i� co T A I y OU E 06 At Laj O U w t n NJ Mus MUM a Z OF O ° F-- �z mO 11 Z � m0 � 0 A N a X �l �O U LA M w� ■ C4Z N m o E ZZ ? U Lo X� W = O _ N t . `- r W V m tocaa .04 0 O Z m v Q CIE m W .- nN EQ T z >- W U 0 Co a z a' H F- U = fn C7 = c O � W � _ ? ( U N m2 N zJ 3o g o L) N ZwWv -v N o as X � vo) ON .. 1+1 0 =W N Q I � G3J W- 04 d N C 1�U2N g Zaa2LLS 011Zi01�i PART B—PROPOSAL DEVELOPER AWARDED CONTRACTS This proposal must not be removed from this book of Contract Documents. TO: LANCASTER PROPERTIES, L.L.C. PROPOSAL FOR: PROJECT NAME: The Lancaster WATER PROJECT NO. P265-609150172983 SEWER PROJECT NO. P275-709130172983 FILE NO.W-2146 X NO.x-21518 CITY PROJECT NO. 01729 Includes the furnishing of all materials, except materials specified to be furnished by the City, equipment and labor for the installation of WATER, SEWER, DRAINAGE, & PAVING IMPROVEMENTS and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: THE LANCASTER 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 PART B—PROPOSAL DEVELOPER AWARDED CONTRACTS UNIT 1: WATER CPMS RECORD NUMBER Approx. Unit CPMS Name(Bid Item Unit Total id Item) Quanoy Measurement Description) Price Amount Pipe-Pressure-4 Inch—Install BID-00605 80 LF �k,-c Dollars -76� Cents Per Unit Measurement $ $ Pipe-Pressure-6 Inch-Install BID-00616 40 LF i cl~l:I Dollars — AX Cents Per Unit Measurement $ $ Meter Vault w/6 Inch Turbo&4 Inch Bypass—Install BID-00564 1 EA IL,noo #zc^ �1��.��:,.� Dollars Cents Per Unit Measurement $ $ Pipe-Tapping Sleeve&4 Inch G.V.-8 Inch X 4 Inch—Install BID-00683 2 EA FT6s,-/ Fw, gold Dollars 5,5Cb °OO & Ajy Cents Per Unit Measurement $ $ Pipe-Tapping Sleeve&6 Inch G.V.-8 Inch X 6 Inch—Install BID-00694 2 EA Fn ")Dollars & Cents Per Unit Measurement $ $ Pipe--Remove Existing Services to Main and Plug BID-00567 12 EA / Sao G x0c)r r•Vfi �'�i1w�'tIJ Dollars & .Nu Cents Per Unit Measurement $ $ Water Service-2 Inch--Install BID-00763 140 LF iit - Dollars ��00b— j Cents P_er Unit Measurement $ $ Water Service-2 Inch-Tap to Main--Install BID-00767 4 EA 5��, E {,! � {i -vDollars ��0 i Cents Per Unit Measurement $ $ Updated:8/3012010 PART B—PROPOSAL DEVELOPER AWARDED CONTRACTS UNIT 1: WATER CPMS RECORD NUMBER Approx. Unit CPMS Name(Bid Item Unit Total 1 (Pid Item) uanti Measurement Descri tion) Price Amount Meter Box-Class B—Install BID-00553 4 EA I Lij Dollars LCO " ,400 & Cents Per Unit Measurement $ $ Pipe-Transfer of Services-Test& Commission—Services CS BID-01200 1 LSa.�� Sri {�C�J-11°�ollars & ,110 Cents Per Unit Measurement $ $ Trench Safety 1,250 LF T1wr�e, Dollars & t1.': Cents Per Unit Measurement ( $ $ TOTAL AMOUNT BID-WATER _711551) J $ Updated:8/302010 PART B—PROPOSAL DEVELOPER AWARDED CONTRACTS UNIT 1: SEWER CPMS RECORD NUMBER Approx. Unit CPMS Name(Bid Item Unit Total (Lgid Item) Quantity Measurement Descri tion Price Amount Pipe-Sewer-12 Inch-Ductile Iron Pipe(All Depths)—Install BID-00247 840 LF G., (IiJed jWe,,{,k Dollars 010_ `og,% K JV0 Cents Per Unit Measurement $ $ Junction Box Sanitary Sewer Storm Drain Crossing—Install BID-00203 1 EAi 7,�00- �l BW & Cents Per Unit Measurement $ $ ( Manhole-Shallow Std 4 Ft Diam- (Shallow Cone)w/Collar& Watertight Insert—Install BID-00212 6 EA � y 4,aoo "� �5, aria' F+ur_vA4b 1 11 `wiJ Dollars & .'l)o Cents Per Unit Measurement $ $ Manhole-Vacuum Test Services BID-00217 6 EAi 0o L lx h:� ,11rel Dollars & s Cents Per Unit Measurement $ W $ Sewer Service4 Inch-2 Way Clean Out—Install q BID-00356 1 EA ,rd�l k +t � r.td —Dollars ��t7 SSO " Cents Per Unit Measurement $ $ Sewer Service4 Inch-SDR26 Install BID-00358 10 LF3o ✓ 300-- �il" j Dollars g , Cents Per Unit Measurement L $ $ Sewer Service-6 Inch-2 Way � Clean Out—Install BID-00362 3 EA �S�J a$So „", fL"J"I f't'l Dollars & 4/0 Cents Per Unit Measurement $ Updatcd:8/30/2010 PART B—PROPOSAL DEVELOPER AWARDED CONTRACTS UNIT 1: SEWER CPMS RECORD NUMBER Approx. Unit CPMS Name(Bid Item Unit Total id Item _Quantity Measurement Description) Price Amount Sewer-Service-6 Inch-SDR26— Install BID-00363 135 LF r,,l Dollars i J Cents Per Unit Measurement $ $ Sewer-Service-8 Inch-2 Way Clean Out—Install BID-00364 1 EA tllk N�­�,,¢ 17-e W,,J ;Dollars 1,1017" (, loo" & Cents Per Unit Measurement $ $ Sewer-Service-8 Inch-SDR26— Install BID-00365 35 LF 6A �� Dollars Cents Per Unit Measurement $ $ Trench Safety System 5 Foot Depth—Install BID-00372 1,020 LF Oh@i Dollars I _ 1 boor _ Cents Per Unit Measurement $ $ Concrete-Encasement—Install BID-00841 155 LF fear Dollars i s — Cents Per Unit Measurement $ $ Asphalt Trench Pavement Repair 1 LS ` F�i�,�, IVYatsa..j Dollars 15,000- & _ I Cents Per Unit Measurement $ $ —� 8"Sanitary Sewer—Remove, Cut&Plug at Manhole 550 LF e,o vi_ Dollars & .. �l Cents Per Unit Measurement $ $ Connect to Existing 8"Sanitary Sewer l a y p t a 5 1 EA int� . L07ol lars & Cents Per Unit Measurement $ $� Updated:8/30/2010 PART B—PROPOSAL DEVELOPER AWARDED CONTRACTS UNIT 1: SEWER CPMS RECORD NUMBER Approx. Unit CPMS Name(Bid Item Unit Total Sid Item) nAnti F Measurement Description) Price amount Connect to Existing 12"Sanitary Sewer ta3. tt 1 EAIw." EW,( Dollars & I'y.. Cents 1'er Unit Measurement b 1 � TOTAL AMOUNT BID-SEWER 0(jo npdatcd &30t2ui11 PART B—PROPOSAL DEVELOPER AWARDED CONTRACTS UNIT 2: PAVING CPMS RECORD NUMBER Approx. Unit CPMS Name(Bid Item Unit Total (Bid Item) _QyAntity Measurement Description) Price Amount Mobilization—Services BID-00124 1 LS T _ "C( sem/ Dollars #cvc (to ) Cents Per Unit Measurement $ $ Driveway—Remove BID-00402 2,730 SF T<YX _ Dollars 10 �r Cents Per Unit Measurement $ $ Driveway-6 Inch—Install BID-00404 1,240 SF 3. 3(v to Dollars ' & l r F i Cents Per Unit Measurement $ $ Pavement-6 Inch Concrete w/ jointing and Sealant—Install BID-00450 989 SY Q� Dollars j, r L Cents Per Unit Measurement $ $ Alley—Install BID-00415 622 SY JR1k T1 �1 Dollars Cents Per Unit Measurement $ $ Pavement Marking-Striping Install BID-00439 130 LF 30� fm —Dollars p[,_d A/,; Cents Per Unit Measurement $ $ Marking-Striping&Handicap Symbol—Install BID-00177 1 LS � �'tI'• r t [�ctllars & Cents Per Unit Measurement $ $ Updated:8/30/2010 PART B—PROPOSAL DEVELOPER AWARDED CONTRACTS UNIT 2: PAVING CPMS j RECORD 1 NUMBER Approx. Unit CPMS Name (Bid Item Unit Total id Item Quantity Measurement Description) Price Amount Tree—Remove BID-00183 12 EA DoIlars K 1 (.�"}� � �. & rimer'_, Cents Per Unit Measurement $ $ Pavement-Concrete—Remove BID-00457 3,240 SY I1 _ 0 ` X v 0 Dollars V� Cents Per Unit Measurement $ $ _ Subgrade-Lime for Stabilization Install BID-00496 3.3 TON 1 —C�o� � ltwo Dollars " Cents Per Unit Measurement $ $ Subgrade-Lime Stabilized-30 lbs/sy—Install BID-00492 330 SY Dollars 6e Per U lit Measurement $ $ Curb T'Rolled Curb Concrete— Install �y t BID-00429 355 LF 1 1�Lt Dollars Cents Per Unit Measurement $ $ Curb-7 Inch—Install BID-00843 1,975 LF A)� � Dollars &I _ - . Cents Per Unit Measurement $ $ Walk—Install BID-00528 14,770 SF Dollars 360 Cents Per snit Measurement $ $ Walk—Remove BID-00529 2,530 SF �tl Dollars s f 117-�u Cents Per Unit Measurement I $ $ , Updated:9/30/2010 PART B-PROPOSAL DEVELOPER AWARDED CONTRACTS UNIT 2: PAVING CPMS RECORD NUMBER Approx. Unit CPMS Name(Bid Item Unit Total id ItemQuantity Measurement Description) Price Amount Walk-ADA Wheelchair Ramp Remove BID-00533 25 SF1 V-v1 Dollars 1 SU J & Nu Cents Per Unit Measurement $ $ Walk-ADA Wheelchair Ramp_.. Install ) i BID-01227 5 EA � . / Dollars S 00 LX 4 Cents Per Unit Measurement $ $ Traffic Control 1 LS Dollars 1a16?7 Cents Per Unit Measurement $ $ TOTAL AMOUNT BID-PAVING Updated:9/30/2010 PART B—PROPOSAL DEVELOPER AWARDED CONTRACTS UNIT 2: DRAINAGE CPMS RECORD NUMBER Approx. Unit {{ CPMS Name(Bid Item Unit Total (Bid Item)__QpAntity Measurement I Descri tion Price Amount Pipe—Remove BID-00080 64 LFAlk + , I)callars &� 84,1 Cents Per Unit Measurement $ S Pipe-21 Inch-CL III—Install BID-00081 92 LF Dollars Cents Per Unit Measurement $ $ Pipe-24 Inch-CL III--Install o BID-00082 11 LF _ Dollars go S� & II Cents Per Unit Measurement $ $ s Inlet--Remove _ BID-00102 3 EA TGA �K_��,tw Dollars It Soo 41 Six & w Cents Per Unit Measurement $ ! $ Inlet-Inline-10 Ft—Install BID-00106 3 EA3;lay q t 3a� t :Dollars Cents Per Unit Measurement $ $ Manhole->Than 4 Ft--Install BID-00117 1 EA _ f 6w1i _Dollars � ' t OGb Cents Per Unit Measurement $ $ Pipe-18 Inch-HDPE—Install BID-01274 15 LF 55 Op�S rt.f Dollars Cents Per Unit Measurement $ $ Erosion Control Measures per r TCEQ 1 LS f oar a Doo- •I Dollars Cents Per Unit Measurement $ $ I Updated:8/30/2010 PART B—PROPOSAL DEVELOPER AWARDED CONTRACTS UNIT 2: DRAINAGE CIMS RECORD NUMBER Approx. Unit CPMS Name(Bid Item Unit Total (Bid Item) Quantity Measurement Deseri tion) Price Amount Concrete'french Pavement Repair 10 LF ti vt(Y Dollars ` Cents Per Unit Measurement $ $ Trench Safety 118 L _ .+ , Dollars 5 C Cents Per Unit Measurement $ $ TOTAL AMOUNT BID-DRAINAGE 1 33,33 S $ t fpdjud-&W2010 PART B-PROPOSAL DEVELOPER AWARDED CONTRACTS 131D SUMMARY `TOTAL AMOUNT BID WATER 11, 550 TOTAL AMOUNT BID SEWER 000 TOTAL AMOUNT BID PAVING I q a TOTAL AMOUNTBID DRAINAGE 33,n-I GRAND TOTAL AMOUNT BID $ T7� t pdalcd,8.,30,21010 PART B—PROPOSAL DEVELOPER AWARDED CONTRACTS r 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 withinc lendar days after issue of the work order, and to complete the contract within/ alendar 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. Updated:8/3012010 PART B—PROPOSAL DEVELOPER AWARDED CONTRACTS 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. 3 (Initials) Addendum No.2(Initials) Addendum No.4(Initials) Respectfully submitted, ,6j 11060 OTIL17-1 Bv- Y' t Title Address Telephone: U Fax: /l�6M6 Updated:8130/2010