HomeMy WebLinkAboutContract 39480COMMUNITY FACILITIES AGREEMENT
THE STATE OF TEXAS § City Secretary
COUNTY OF TARRANT §
Contract No. ��
WHEREAS, the undersigned "Developer" desires to make certain improvements (refer
to the name of the project at the bottom of the page) an addition to the City of Fort Worth,
Texas; and
WHEREAS, the said Developer has requested the City of Fort Worth, ahome-rule
municipal corporation situated in Tarrant, Denton, Parker, and Wise Counties, Texas, hereinafter
called "City", to do certain work in connection with said improvements.
Developer Information:
Developer Company Name: D.R. Horton —Texas, Ltd.
Authorized Signatory: Don E. Allen
Title: Assistant Secretary
Project Name: Santa Fe Enclave Phase II B
Project Location: '/a Mile West of Basswood Blvd. & I-35 W Intersection
Additional Streets: N/A
Plat Case No.: FP-005-115 Plat Name: Santa Fe Enclave
sco: 35T
Council District: 2
City Project No: 00820
!To be completed by staff
Received by: �'�, �An.�sAt1, Date: �� �3p � awl
CFA: 2009-046 DOE:5753
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 (A4) X Paving (B) Storm Drain (5-1) 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 iniuries, death or damages are
caused, in whole or in part, by the alleged negligence of the City of
Combined CFA final Sept 11, 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 %J 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
ills 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.
ii1. 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: Santa Fe Enclave Phase II-B
CFA No.: 2009-046
DOE No.: 5753
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
1, Water Construction
2, Sewer Construction
Water and Sewer Construction Cost 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 Fee (2%)
D. Water/Sewer Material Testing Fee (2%)
Sub -Total for Water Construction Fees
E. TPW Inspection Fee (4%)
F. TPW Material Testing (2%)
G. Street Light Inspection Cost
N. Street Signs Installation Cost
Sub -Total for TPW Construction Fees
Total Construction Fees:
Financial r�narantae nntinnc_ rhnnse nna
Developer's Cost
$ 38,518.50
$ 16;984.00
$ 55,502.50
$ 55,502.50
$ 1,110.05
$ 1,110.05
$ 21220,10
$ 2,220.10
Choice
Amount (ck one)
Bond
= 100%
$
55,502.50
Com
letion A reement = 100% /Holds Plat
$
55,502.50
Cash
Escrow Water/Sanitary Sewer— 125%
$
6%378.13
Cash
Escrow Paving/Storm Drain r= 125%
$
-
Letter
of Credit = 125% w/2 r expiration period
$
69,378.13
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
CITY OF FORT WORTH -Recommended by:
Water Department
endy Chi-)�a�ulal, EMBA, P.E.
Development Engineering Manager
Approved as to Forrn &Legality:
Amy"J. R
Assistant
ATTEST:
City Secretary
ATTEST
Attorney
Signature
(Print) Name:
day
Transportation &Public Works Department
N�g
Director
Approved by City Manager's Office
MifIL.I�-�"
Fernando Costa
Assistant City Manager
D.R. Horton —Texas, Ltd.
a Texas Limited Partnership,
By: D.R. Horton, Inc.
a Delaware Corporation
Print Name: Don E. Allen
Title: Assistant Secretary
I
Combined CFA final Sept 12, 2008 8
a
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 13-1: Storm Drain Improvements
❑ Storm Drain Estimate
❑ Exhibit C: Street Lights and Signs Improvements
❑ Street Lights and Signs Estimate
(Remainder of Page Intentionally Left Blank)
0
1
FORT WORTH
0
- o M
o�
�a o BASSWOOD L D.
WVIA
J PROJECT
m LOCATI N'
JL
IC E �-WESTER N ('�`�CENTER BLVD )f-
NOT TO SCALE
LOCATION MAP
SANTA FE ENCLAVE
PHASE II-B
JACOBS
JACOBS ENGINEERING GROUP" INC.
777 AWN STREET
FORT WORTH I% 76107
1817) 735 6OW
BGN=g1\job\ 013805\civ\ Phase II\ SF2BIcfa.dgn PAGE i OF 3
BASSWOOD BOULE,VARll
IK
- II;
` I{
a
S j
Ol Os�
L....__._, lo_..,
I I; I /
c \`.
i0N
p zz 3
I
i
LEGEND
PRQP. WATER LINE
PROP. GATE VALVE
PRQP. FIRE HYDRANT
WATER LINE (BY OTHERS)
GATE VALVE (8Y OTHERS)
FIRE HYDRANT (BY OTHERS)
LIMITS OF PROJECT
PROPOSED WATER
LINES ARE 8" UNLESS
OTHERWISE INDICATED
SCALE�J" = 300'
WATER
EXHIBIT 'A'
SANTA FE ENCLAVE
PHASE II-B
JACOBS ENGINEERING GROUP, INC
777 MAN STREET
FORT WORTH 1% 76102
(877) 735 6006
PROJECT N0, 013805. Oi 0. 1. 063D
DGN=gT\Job\ Ot3805\ctv\ Phase II\ SF2BIcfio.dgn
PAGE 2 OF 3
BASSWOOD BOULEVARD
p f .
to to
i
p a� to h` '1 i? Ifto
Ito
.. .o
lot
j .. ......: I I�or N
._[.4 ... y�
po.s No to
G
LEGEND
PROP. SANITARY SEWER
' dr
ROP. MANHOLE
P
EXIST . SANITARY SEWER —
EXIST, MANHOLE O —
LIMITS
OF PROJECT
PROPOSED SEWER LINES ARE
8" UNLESS OTHERWISE
INDICATED
SCALE:
SANITARY SEWER
EXHIBIT 'A-1'
SFE
PHASE II-S
JACOBS ENGINEERING GROUP, INC.
m I.wwN sTaLFr
roar woaB+, rx �slal
leln �ssaaoo
PROJECT N0. 013805.010. 1.0630
DGN-g°\JoD\ 013805\clv\ Phase 11\ SF26icfo.dgn
PAGE 3 OF 3
OF PROJECT
PROPOSED SEWER LINES ARE
8" UNLESS OTHERWISE
INDICATED
SCALE:
SANITARY SEWER
EXHIBIT 'A-1'
SFE
PHASE II-S
JACOBS ENGINEERING GROUP, INC.
m I.wwN sTaLFr
roar woaB+, rx �slal
leln �ssaaoo
PROJECT N0. 013805.010. 1.0630
DGN-g°\JoD\ 013805\clv\ Phase 11\ SF26icfo.dgn
PAGE 3 OF 3
CFA Estimate for®
SANTA FE ENCLAVE
SEPTEMBER 19, 2009
CONSTRUCTION COST SUMMARY
NOTE: ALL PAVING AND STORM DRAIN INFRASTRUCTURE, LIGHTING, AND STREET
SIGNAGE IMPROVEMENTS ARE PRIVATE AND THEREFORE, NOT INCLUDED IN THIS
CFA ESTIMATE,
FEE COST SUMMARY
CITY INSPECTION FEE 25WATER & SANITARY SEWER $11110.05
CITY MATERIALS TESTING FEE (2%) WATER & SANITARY SEWER $1,110,05
\\FW1-S16\LandDevelopment\JOB\013805\EST\CFA Estimate SF IIB 20091019.x1s
CFA Estimate for:
SANTA FE ENCLAVE
PHASE II-B
SEPTEMBER 19, 2009
WATER DISTRIBUTION SYSTEM
Item No.
DESCRIPTION
QTY
UNIT
PRICE
AMOUNT
1
8" WATER MAIN
11025
L.F.
21.00
21,525,00
2
6" WATER MAIN
10
L.F.
18.00
180.00
3
8" GATE VALVE & BOX
2
EA,
850.00
1,700.00
4
6" GATE VALVE & BOX
1
EA,
600.00
600.00
5
STD, FIRE HYDRANT
1
EA,
11700,00
1 11700,00
6
1" SERVICES W/METER BOX
25
EA,
430.00
101750,00
7
CAST IRON FITTINGS
0A
TON
31400,00
11360,00
8
TRENCH SAFETY
13035
L.F.
0.10
103.50
9
CONNECT TO EXIST 8" WATER
3
EA,
200.00
600.00
TOTAL - WATER DISTRIBUTION SYSTEM $381518.50
\\FW1-S16\LandDevelopment\JOB\013805\EST\CFA Estimate SF IIB 20091019.x1s
CFA Estimate for:
SANTA FE ENCLAVE
PHASE II-B
SEPTEMBER 19, 2009
SANITARY SEWER COLLECTION
SYSTEM
Item No.
DESCRIPTION
I QTYJ
UNITI
PRICEI
AMOUNT
8" SEWER MAIN SDR-35
304
L.F.
34.00
101336,00
1
2
4' DIAMETER MANHOLE
1
EA.
21300,00
21300,00
3
4" SEWER SERVICE SDR-35
6
EA,
540.00
3,240.00
4
TRENCH SAFETY
304
L.F.
1.00
304.00
5
VACUUM TEST FOR MANHOLES
1
EA,
150.00
150.00
6
TV INSPECTION OF SAN, SEWER
304
L.F.
1.00
304.00
7
CONNECT TO EXIST SAN, SEWER
1
EA.
350.00
350.00
TOTAL - SANITARY SEWER COLLECTION SYSTEM $16,984.00
\\FW1-S16\LandDevelopment\JOB\013805\EST\CFA Estimate SF IIB 20091019.x1s
PART B - PROPOSAL
DEVELOPER AWARDED CONTRACTS
This proposal must not be removed from this bank of Contract Documents.
TO: D. R. Horton -Texas, Ltd.
PROPOSAL FOR:
WATER PROJECT NO
Public Water & Sani
P264-602150082083
SEWER PROJECT NO. P274-702130082083
FILE NO, W-1963
Sewer Facilities for Santa Fe Enclave Phase 2B
Includes the furnishing of all materials, except materials specified to be furnished by the City, equipment
and labor for the installation of Public Water & Sanitary Sewer Facilities for Santa Fe Enclave Phase 2B
and all necessary appurtenances and incidental work to provide a complete and serviceable project
designated as:
Public Water &Sanitary Sewer Facilities for Santa Fe Enclave Phase 2B
(project name)
Pursuant to the foregoing `Notice to Bidders', the undersigned Bidder, having thoroughly examined the
Contract Documents, including plans, special contract documents, a*d 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:UOB1013805\specs�013805.020 Public Water and SS.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.
Measu e
Item Description
price
Amount
No.
Quantity
"D" Item reference
ment
UNIT 1: WATER
1.
11025
L.F.
8" DR.14 PVC Water Main*,
Complete in Place
Per Linear
Twenty one Dollars &
No Cents
$ 21.00
$ 21,525.00
2.
10
L.F.
6" DR-14 PVC Water Main, Complete
in Place
Per Linear Foot
Eighteen Dollars &
No Cents
$ 18.00
$ 180.00
3.
2
Ea.
8" Gate Valve Complete with Cast
Iron Valve Box and Cover
Per Each
Eight Hundred Fifty Dollars &
No Cents
$ 850.00
$ 1,700400
4.
1
Ea.
6" Gate Valve Complete with Cast
Iron Valve Box and Cover
Per Each
Six Hundred Dollars &
No Cents
$ 600.00
$ 600.00
5.
1
Ea.
Standard Fire Hydrant (4'.0" Bury),
Complete in Place
Per Each
Seventeen Hundred Dollars &
No Cents
$ 1,700.00
$ 1,700.00
6,
25
Ea.
I" Copper Service, Including Meter
Box, Complete in Place
Per Each
Four Hundred Thirty Dollars &
No Cents
$ 430.00
$ 10,750.00
N:UOB\613805�specs\013805.020 Public Water and SS.doc B-2 Updated 0Sl16/ZOOS
i
Item
Approx.
Unit
Item Description
Unit
Price
Total
Amount
No.
Quantity
Measure
"D" Item reference
ment
UNIT I: WATER
7.
0.4
Ton
Cast Iron Fitting, Furnish and Install,
Complete in Place, Including Concrete
Blocking,
Per Ton
Three Thousand Four
Hundred Dollars &
No Cents
$ 3,400.00
$ 1,360.00
8.
11035
L.F.
Trench Safety for Water Mains,
Complete in Place
Per Linear Foot
No Dollars &
Ten Cents
$ .10
$ 103.50
9.
3
Ea.
Connect to Existing 8", Complete I
Place
Per Each
Two Hundred in Dollars &
No _ Cents
$ 200.00
$ 600.00
TOTAL AMOUNT BID WATER
$ 382518650
tv:UOB\0! 3805�specs\013805.020 Public Water and SS.doc B-3 Updated OS/l6/2005
LIST OF CAST IRON FITTINGS
FOR 12" AND SMALLER WATER LINES
AS REQUIRED BY E24.11A TO BE SUBMITTED WITH BIDS
Add or Subtract for the following cast iron fittings including installation.
No. of
Fittings
Size of
Fittings
Type of Fittings
Weight Each
Fitting (lb)
Total Weight (lb)
1
8" x 8"
Tee
260
260
TOTAL
260
Contractor shall fill in blanks for "Weight Each Fitting (lb)" and "Total Weight (Ib)" as a part of bid.
N:UOB\013805�specs\013805.020 Public Water and SS.doc 8-4 Updated OS/1612005
UNIT H: SEWER
(Furnish and install, including all appurtenant work, complete in place, the following items)
(D-No. refers to related items in the Part D Special Conditions:)
Unit
Unit
Total
Item
Approx.
Measure
Item Description
Amount
No.
QuantityPrice
"D" Item reference
ment
UNIT II — SEWER
i.
304
L.F.
8" SDR-35 PVC Pipe at Various
Depths as shown on the plans,
Complete in place
Per Linear Foot
Thirty Four Dollars &
No Cents
$ 34.00
$ 10,336.00
2.
1
Ea.
4' Diameter SSMH to Depth with
water tight insert shown on the plans
Per Each
Two Thousand Three
Hundred Dollars &
No Cents
$ 25300000
$ 2,300000
3.
6
Ea.
4" Sanitary Sewer Service SDR-35,
with two-way cleanout
Per Each
Five Hundred Forty Dollars &
No Cents
$ 540.00
$ 3,240.00
4.
304
L.F.
Trench Safety
Per Linear Foot
One Dollars &
No Cents
$ 1.00
$ 304.00
5.
1
Ea.
Vacuum Test for Manholes
Per Each
One Hundred Fifty Dollars &
No Cents
$ l %00
$ l %00
6.
304
L.F.
TV Inspection of Sanitary Sewer
Per Linear Foot
One Dollars &
No Cents
$ 1.00
$ 304.00
N:VOB1013805�specs�013805.020 Public Water and SS.dce B-5 Updated 051t6J2005
T
1
Ea.
Connect to Existing 8" Sanitary Sewer,
Complete in place,
Per Each
Three Hundred FiftyDollars &
No Cents
$ 350.00
$ 350.00
TOTAL AMOUNT SEWER
$ 16,984.00
N:UOB\013805ispecs\0138oS 020 Public Water and SS.doc B-b
Updated OS/16/2005
SUMMARY
TOTAL AMOUNT BID WATER
TOTAL AMOUNT BID SEWER
GRAND TOTAL AMOUNT BID
N:VOBt0138051specs�013805.020 Nublic Water and SS.doc B-7
$ 38,518.50
$ 16,984.00
$ 55,502.50
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 withm;J Z 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.
Be The principal place of business of our company or our parent company or majority owner is
in the State of Texas.
N:VOB\Q138051specs\013805.020 Public Water and SS.doc B-8 Updated OS/l6/2Q05
I (we) acknowledge receipt of the following addenda to the plans and specifications, all of the provisions
and requirements of which have been taken into consideration on preparation of the foregoing bid:
Addendum No. I (Initials)
Addendum No. 2 (Initials)
(Seal)
Date:
Addendum No. 3 (Initials)
Addendum No. 4 (Initials)
Respectfully submitted,
President of �iCi Partners.
Title: Inc.,
Telephone: �`r . ��• �C� l�
N:VOB\OI3805�specs\013805A20 Public Water and SS.doc B-9 Updated OS/1 ti12005