Loading...
HomeMy WebLinkAboutContract 42347 r COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. o L 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: Cosmos Foundation,Inc. Authorized Signatory: Oner Ulvi Celepcikay Title:President Project Name:Harmony School Project Location: 8080 W.Cleburne Road Additional Streets:N/A Plat Case No.: FP-010-035 Plat Name: Harmony School Addition Mapsco: 103Q Council District: 6 City Project No: 01685 To be completed staff Received Date: I CFA: 2011-001 DOE: 6611 ,F 1 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)_?�_, 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 12,2008 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 DF,VFLOPF,R, his contractors. sub-contractors, officers. agents or employees, whether or not such injuries, death or damages are caused, in whole or in Dart, by the alleged negligence of the City of Combined CFA final Sept 12,2008 4 Fort Worth, its o—Mcers,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 employee& 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. iii. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the construction of the community facilities if at the end of two (2) years from the date of this Agreement the community facilities have not been completed and accepted. iv. The City may utilize the Developer's financial guarantee to cause the completion of the construction of the community facilities or to cause the payment of costs for construction of same before the expiration of two (2) years if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction, the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement. Combined CFA final Sept 12,2008 6 Cost Summary Sheet Project Name: Harmony School CFA No.:2011-001 DOE No.: 6611 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 $ 119,881.50 2.Sewer Construction $ 9,950.00 Water and Sewer Construction Total $ 129,831.50 B. TPW Construction 1.Street $ 115,531.50 2.Storm Drain $ 53,675.00 3.Street Lights Installed by Developer $ - TPW Construction Cost Sub-Total $ 169,206.50 Total Construction Cost(excluding the fees): $ 299,038.00 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 2,596.63 D. Water/Sewer Material Testing Fee(2%) $ 2,596.63 Sub-Total for Water Construction Fees $ 5,193.26 E. TPW Inspection Fee(4%) $ 6,768.26 F. TPW Material Testing(2%) $ 3,384.13 G. Street Light Inspsection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 10,152.39 Total Construction Fees: $ 15,345.65 Choice Financia/Guarantee Options,choose one Amount (ck one Bond=100% $ 299,038.00 Completion Agreement=100%/Holds Plat $ 299,038.00 Cash Escrow Water/Sanitary Sewer-125% $ 162,289.38 Cash Escrow Paving/Storm Drain=125% $ 211,508 13 Letter of Credit= 125%w/2yr expiration period $ 373,797 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 Developer has executed this instrument in quadruplicate, at Fort Worth,Texas this ,3 17*4"k. day of S A n _ os ez ,20 " - CITY OF FORT WORTH-Recommended by: Water Department Transportation & Public Works Department 7 - a� (.i, j iendyChi-Babulal,EMBA,P.E. Doug W. Wiersig,P.E. Development Engineering Manager Director Approve Form &Legality: Approved by City Manager's Office Douglas W. Black Fernando Costa Assistant City Attorney Assistant City Manager ATTEST: p0000000 po a O o �d V #tea �� Marty Hendrix �o° o � City Secretary NO M&C ,,ojjjRjzr � � �4 AY a r�xc► .oa ATTEST Cosmos Foundation,Incc..An���4 Signature Signature (Print)Name: Print Name: Oner Ulvi Celepcikay Title:President s 1 t y r Combined CFA final Sept 12,2008 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 y� a d C � Z ds�� u > ❑ :P q 3w21n9313 ALi N r m H — s W _ Lo F— " X z W iQ vi o LL. s U w3-lnH N Z w A > as �S 3Tol. NWoHZa �rK OasCG j O � O 3 a z a Wi z g O Tvai avev3vw � La La aJ Q i� i i �.omr1>V.Addv rnV rewM Y�oPiJAwwi<��-�DWtLiuoA�+u�A a is ai Pon o �� r ➢�l ��g O U 3' o OWN - F 3 g � CES Si OOovy,FE' 9 m 7 B F ; 9 t' to ¢'•� zZM: 1 €�� �� � � t � to �� g� y s�l 9I � �eE� a�'.t'+ww�o..o�ua . m ,yc\e • tgs t � g 5pA @ H_ '" }4 1 t , 5 f t } .. € a.�V`-'ow�Qo.. { [ t !� ! C/�aaoF c a 7€�a 4 : B fg€ t g p@ q°�!i F d ae s �i'� E v s t as o 3� ny3ee F- j t 1 $� gfid �` i ��i m g HI „R;,'a E tjY ;y ° d 1B �l° 1 t ° ° S pt 8 a omU¢c�a s �Ialq- fyp!e .W: ! IN HN �j1 110 t11 s i le� O..s a� oi°:.„2 1 1 �` ;dS gl° % t � �j �° � � t �t W � F sc pit � � 9 � TSiRt 1, € A t3 1 6 n eg!lL 6 §� gi z n " f pit �E�� I out g � � � � �§t � gpit ill u v§i F aeo® .........e�E o»a lglil l�5@4 €Pon� p sQp�4F� � s5•��� _ ER�yAIE�Ai i �= ' ani:.w N WON. ,gQ1' y , uta 0 7 - �.e.�xc�i a ........ __�� z N TIM 1 . SRI -------- - __ ___ ___ _ ------- RAT) it sly --------------' 3„44,L L00 S I 1 1- ;ea'tryryyyEE ,_mss<4r 'a,:v�o3. ; I A6d�• Ii'C a I.- 2 s� � "� F o} Loi_.t¢ w Pat�pj i ,BE 4901 M„9Z,9 L00 N z j. g I�� I ' sl al s� 's3 s• s� s� `�ti • sf 59 sf sr R. Eis — �” 1_ ($._ eis��1 i�. �!!3 ! . .�li! 1.3 ' °! n!i !agge° E•e- II °.° i 1. !1 .qq - w+'!�.'I��ly Jill I''_�_1.,.!i�. 1C� Fes'°°=".. z� ;�t!�Sie�i`�'�d4����'�iF!:s°Il1eEi�Ib!�°�i3�°.p!��!•��I_�I�ii�e!��EA.i�i�isA�(1e44E{iE�!i!���j!�!�'S!�1e�!l�!�•!! ei p i�ise�!t E� 1 4�iPt4i�fA1!lE 1 1�F!itip Sol - 11 l - 11 RIC F �yM; — — — — — — — — — — — — - - - - - - - - - - - - - - U W Cl) Cl) Of 0 ,X) a. LJ 0 V1 N W. �3 00 Cl)0 00 < loo 0 c a. z V, _ LJ X 0F= V) W cn LLr- < LLI oc) V) co LU a. 0 < U- a_z C) < cn V) ui ui LL Cl) U9 0Cl) 0a_ w i I u I I i I I L�111 �a z � 1 i a ❑ � i 11 I ❑ Icox uiE Q in y LL ► En d Ln Ln �Z 4 DO r z co � R w o ~ ui m > W I 3 o O N W m O _� I $moo -_ ,H� --__��F # , o a.'-wo * iO a � I z w I I I 0�� 3 Q o ZI z O II z z q0 I ; � a�� o CL OX H 0 aa..6I w O W 2 LU o � z a z ' s q w ,: w ' Z p U w Q w w . .. <z PQ � � U] Z Z�W W Z W 2 r 3 > w g w zw Z4 y x Oa:ZE W 0QLa y x W Q-0 I> U) > CL 1 0 0 z I _ 00 o'owod o \mv rn\IM]\OOv\ww5 twuww- OS9tL90\wJ'u .H { PART B—PROPOSAL DEVELOPER AWARDED CONTRACTS This proposal must not be removed from this book of Contract Documents. TO: COSMOS FOUNDATION PROPOSAL FOR: PROJECT NAME: Harmony School Addition, Lot 1, Block 1 WATER PROJECT NO. P265-606150168583 SEWER PROJECT NO. P275-706130168583 FILE NO.W-2164 X NO. 21469 CITY PROJECT NO, 01685 Includes the furnishing of all materials, except materials specified to be furnished by the City, equipment and labor for the installation of WATER SANITARY SEWER STORM DRAIN AND PAVING IMPROVEMENTS and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: HARMONY SCHOOL ADDITION LOT 1 BLOCK 1 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 UNIT L WATER ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT (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 Approx. Unit Item Description Unit Price Total No. Quantity Measurement "D" Item reference Amount 36X10 Tapping Sleeve Valve Bid 00670 1 Each Five Thousand Dollars $5,000.00 $5,000.00 And Zero Cents Per Unit Pipe-Pressure-10 Inch—Install Bid 00588 1037 LF Fifty Five Dollars $55.00 $57,035.00 And Zero Cents Per Unit Pipe-Pressure-8 Inch—Install Bid 00618 378 LF Forty Eight Dollars $48.00 $18,144.00 And Zero Cents Per Unit Valve-10 Inch-Gate Valve wBox—Install Two Thousand Seven Hundred Bid 00715 3 Each Fifty Dollars $2,750.00 $8,250.00 And Zero Cents Per Unit Valve-8 Inch-Gate Valve wBox—Install Two Thousand Five Hundred Bid 00749 4 Each Dollars $2,500.00 $10,000.00 And Zero Cents Per Unit Meter Box Class B —Install Eight Hundred Fifty Dollars Bid 00566 2 Each $850.00 $1,700.00 And Zero Cents Per Unit I ,dated:8 30'0 0 Concrete Blocking—Install Two Hundred Eighty Five Bid 00538 2.5 CY Dollars $285.00 $712.50 And Zero Cents Per Unit Pipe Fittings- <Than 16 Inch DI Pipe—Install Bid 00568 0.5 Ton Six Thousand Dollars $6,000.00 $3,000.00 And Zero Cents Per Unit Pavement Repair-Concrete (per STR-031)—Install Bid 00458 690 SF Six Dollars $6.00 $4,140.00 And Zero Cents Per Unit Water Service-1 '/2 Inch-Tap to Main—Install Two Thousand Nine Hundred Bid 00755 1 Each Dollars $2,900.00 $2,900.00 And Zero Cents Per Unit Water Service-2 Inch-Tap to Main—Install Three Thousand Five Hundred Bid 00767 1 Each Dollars $3,500.00 $3,500.00 And Zero Cents Per Unit Reconstruct Air Release Valve —Install Two Thousand Five Hundred Bid 00619 1 Each Dollars $2,500.00 $2,500.00 And Zero Cents Per Unit Vault Adjustment to Grade-- Install Bid 00752 1 Each Three Thousand Dollars $3,000.00 $3,000.00 And Zero Cents Per Unit TOTAL AMOUNT BID WATER $119,881.50 1pdated 8 ;u,ow UNIT II: SEWER ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT (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 Approx. Unit Item Description Unit Price Total No. Quantity Measurement "D"Item reference Amount Sewer-Service-6 Inch-Service Tap Install Four Thousand Five Hundred Bid 00366 1 Each $4,500.00 $4,500.00 Dollars And Zero Cents Per Unit Manhole-4 Ft—Install Four Thousand Five Hundred Bid 00118 I Each Dollars $4,500.00 $4,500.00 And Zero Cents Per Unit Manhole-Vacuum Test Services Bid 00217 1 Each Nine Hundred Fifty Dollars $950.00 $950.00 And Zero Cents Per Unit TOTAL AMOUNT BID SEWER $9,950.00 lI'd a)ed 8 10 2oln UNIT III: PAVING IMPROVEMENTS ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT (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:) *Example Format* Item Approx. Unit Item Description Unit Price Total No. Quantity Measurement "D" Item reference Amount Excavation—Remove Bid 00418 850 CY Six Dollars $6.50 $5,525.00 And Fifty Cents Per Unit Subgrade Lime for Stabilization—Install Bid 00496 33 Ton One Hundred Forty Five Dollars $145.00 $4,785.00 And Zero Cents Per Unit Subgrade- Lime Stabilized— 30#/SY—Install Bid 00498 1810 SY Three Dollars $3.50 $6,335.00 And Fifty Cents Per Unit 6"High Volume Driveway Install Bid 00401 266 SY Forty Five Dollars $45.00 $11,970.00 And Zero Cents Per Unit T' Pavement Concrete (Left Turn lane and Median) — Install Bid 00429 1380 SY Fifty Dollars $50.00 $69,000.00 And Zero Cents Per Unit Curb-6 Inch— Install O Bid 00842 1011 LF nc Dollars 1;1.50 $1,516.50 And Fifty Cents Per Unit l 1pdatal:8?0 2010 6" Topsoil—Install Bid 00147 1350 CY Twenty Five Dollars $25.00 $33,750.00 And Zero Cents Per Unit Grass-Hydromulch Seeding Install Bid 00134 4600 SY One Dollars $1.00 $4,600.00 And Zero Cents Per Unit Traffic Control—Install Bid 00181 1 Lump Sum Two Thousand Dollars $2,000.00 $2,000.00 And Zero Cents Per Unit Erosion Control—Install Bid 00125 1 Lump Sum Five Thousand Dollars $5,000.00 $5,000.00 And Zero Cents Per Unit Irrigation Sleeve—Install Bid 00800 165 LF Seven Dollars $7.00 $1,155.00 And Zero Cents Per Unit Pavement Marking-Lane Markers Type II-CR-4 Install Bid 00434 18 Each $5.00 $90.00 Five Dollars And Zero Cents Per Unit Pavement Marking-Lane Markers Type W-4—Install Bid 00435 60 Each Three Dollars $3.00 $180.00 And Zero Cents Per Unit TOTAL AMOUNT BID PAVING $115,531.50 111)dated 8 .0 '0 10 UNIT IV: STORM IMPROVEMENTS ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT (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:) *Exam le Format* Item Approx. Unit Item Description Unit Price Total No. Quantity Measurement "D"Item reference Amount Pipe-36 Inch-CL III —Install Bid 00085 11 LF One Hundred Dollars $100.00 $1,100.00 And Zero Cents Per Unit Pipe-21 Inch-CL III —Install Bid 00081 9 LF Seventy Five Dollars $75.00 $675.00 And Zero Cents Per Unit Pipe-18 Inch-CL III Install Bid 00121 5 LF Fifty Dollars $50.00 $250.00 And Zero Cents Per Unit Manhole- 5 Ft—Install Five Thousand Five Hundred Bid 00117 1 Each Dollars $5,500.00 $5,500.00 And Zero Cents Per Unit Headwall-42 Inch Pipe Install Bid 00076 1 Each Nine Thousand Dollars $9 000.00 $9,000.00 And Zero Cents Per Unit Headwall-36 Inch Pipe Install Seven Thousand Five Hundred Bid 00075 1 Each Dollars 57,500.00 57,500.00 And Zero Cents Per Unit t!pdated-8 30'M Detention Pond Excavation Install Bid 00065 2350 CY Four Dollars $4.00 $9,400.00 And Zero Cents Per Unit 6" Topsoil — Install Bid 00147 675 CY Twenty Five Dollars $25.00 $16,250.00 And Zero Cents Per Unit Grass-Hydromulch Seeding Install Bid 00134 4000 SY One Dollars $1.00 $4,000.00 And Zero Cents Per Unit TOTAL AMOUNT BID STORM DRAIN $53,675.00 Updated:8 30 3010 BID SUMMARY TOTAL AMOUNT BID WATER $119,881.50 TOTAL AMOUNT BID SEWER $9,950.00 TOTAL AMOUNT BID PAVING $115,531.50 TOTAL AMOUNT BID STORM DRAIN $53,675.00 GRAND TOTAL AMOUNT BID $299,038.00 Vpdoicd_K .0'()1()