HomeMy WebLinkAboutContract 39096 COMMUNITY FACILITIES AGREEMENT
THE STATE OF TEXAS § City Secretary
COUNTY OF TARRANT § Contract No.
WHEREAS,the undersigned Independent School District, "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:
Name:Dwayne Jones
Title: Executive Director of Business Services
Company: Crowley Independent School District
Project Name: Crowley I.S.D. Middle School No.4
Paving&Drainage Improvements to Serve McCart Avenue
Project Location:
Streets:McCart Avenue
Mapsco: 117ZQ Council District: 6
OFFICIAL RMORD
CFA: 2009-036 DOE: 6165 City Project No.: 01278 CITY SECRETARY
T WORTH, TX
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 11, 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 it 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) ;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 Il, paragraph 7 of the Policy and the
contracts for the construction of the public infrastructure shall be
2
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.
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. City is requiring the widening and/or straightening of the City road(s)
contemplated herein. City shall not be responsible for any costs that may be
incurred for the relocation of any utilities that are or may be in conflict with
any of the community facilities to be installed hereunder.
I. Developer agrees that the City shall not be responsible for any inadequacies in
the preliminary plans, specifications and cost estimates supplied by the
Developer for this Agreement and hereby releases the City from same.
J. 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.
K. Developer will 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
4
and delivered to the City an indemnity agreement from such contractors on a
form to be promulgated by the City.
L. 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.
M. 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.
5
COST SUMMARY TABLE
Items Developer's Cost
A. Water and Sewer Construction
1. Water $0.00
2. Sewer $0.00
Water/Sewer Construction Cost Sub-Total $0.00
B. TPW Construction
1. Street $709,990.76
2. Storm Drain $164,283.00
3. Street Lights $0.00
4. Street Name Signs
TPW Construction Cost Sub-Total $874,273.76
Total Construction Cost(excluding fees): $874,273.76
Construction Fees:
C. Water Inspection Fee (2%) $0.00
D. Water Material Testing Fee (2%) $0.00
Sub-Total for Water/Sewer Construction Fees $0.00
E. TPW Inspection Fee(4%) $34,970.95
F. TPW Material Testing (2%) $17,485.48
Sub-Total for TPW Construction Fees $52,456.43
Total Construction Fees: $52,456.43
6
The Checked 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)
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 affxed, and said Developer has executed this instrument in
quadruplicate,at Fort Worth,Texas this_1 t�day of 2009.
CITY OF FORT WORTH DEVELOPER
Crowley Independent School District
Fernando Costa D ay Jo
Assistant City Manager E cutive ctor of Business Services
Recommended by:
Transportation&Public Works Department
Wi liam .Verkest, . —
Director
Water Department
/(A--
Wendy Chi-Babulal,EMBA,P.E.
Water Development Engineering Manager
Approved as to Form&Legality:
Amy J.Rams
Assistant City Atto ey
ATTEST:
l -- ENO M&C REQUIRED
1�QUIRI:D
fal
Hendrix
ty Secretary
OFFICIAL RECORD
CITY SECRETARY
8 FT WORTH,TX
STUART - FELTZ I
t
o I
z ; /
z � I
I
I, I
gPATR'
3 COLONY
RACE
PG SKELL
WEST CLEBURNE - CROWLEY i HAL STRICKLAN Y p w�FF` a AR H
N 0 3 MAIN
w
o AHOL !3
MEADOWCRES
' = M DOWVIE o
Li I c�
BRIAR = MEADOWLARKCROWLEY - CLEBURNE
> I
SITE J
o ,
Li
0 PARK
w CREST I
w
CROWLEY - PLOVER 1187
187
z e� ppp 1 187
} V)
o Q a
� W
Z U Z.
-
F -j DONALD
ui DRIVE
U
Z
N
a f
LOCATION MASCALE I P
N.T.S.
T miff NALL AND PERKINS an of Foal WORTH. TEXAS
LOCAMON MAP
1100 Macon street
Y HO SCM 04
Fort Worth, roxoo 7sios
rhos.:(et7)aae-a77a.F.,t:(st7)880-:sts LOCATION MAP rl
DULY 2009
IMF N� 0,vAl,RM rrw.tnr-onttno.0o0
PROPOSED 2-1
CURB INLETS I
PROPOSED 24"ROD PROPOSED 211 RL-P
PROPOSED 4'SO PROPOSED 54"RCP
MANHOLE PROPOSED
4 W'DROP INLET--
NTH 240 RCP I-0
PROPOSM.-O'-Sa MANHOLE
PROPOSED
R
RCP
i—i---i —T T -T T- F,
+ + 4 4-
0 0
71
I L j— 1-1
L1,L
41—
L
L---j
T PROPOSED 10'
-�-KET WZY 2r--*Qb�
0
PROPOSED-2177JIMP
T—FRWW
MANHOLF,
Pj?a60$m 1 1,0 —7
ED,,1,0),
Z
PROPOW 24
T- ATbD6sm,24, ` All
ova
1.��OWF C VARY
GRAPHIC SCALE
300 0 300 600
OTY OF FORT IAKWTH. TEXAS
1" YEAGM NAU AND MRKINS PAVK A*W.AkhZ—NFQM60 IWO
1100 Al000n 9froof MOO am SDM 14
AlL Fort Worth. To x a T8102
Phoao:(Blr)s8a-fTT8*F:x.!(8lr)8,,5-2518 ENTs B-1
XLY 20MI MV Ib-ft-i N,F-M wwwAnp-ofill DRAINAGE IMPROVEM
TARRANT COUNTY/CITY OF FORT WORTH ETJ DATE: August 21,2009
DEVELOPER CHANGE ORDER
PROJECT NAME: Paving and Drainage Improvements to serve McCart
Avenue(Crowley Middle School#4
CONTRACT: Conatser Construction TX,LP CHANGE ORDER No: 1A
Paving Contract
CITY PROJECT NO. 01278
DOE NO: 6165
WATER PROJECT# NIA
SEWER PROJECT# NIA
FILE# I W-2092
INSPECTOR: Not Assigned Yet
PROJECT MANAGER: Raul Lopez Phone No.817-392-7818
WATER SEWER PAVING DRAINAGE MISC. DAYS
ORIGINAL CONTRACT $ 0.00 $0.00 $792,081.50 $160,553.00 $50,000.00 70
EXTRAS TO DATE $0.00 $0.00 $0.00 $0.00 $0.00 0
CREDITS TO DATE $0.00 $0.00 $0.00 $DAO $0.00 0
CONTRACT TO DATE $0.00 $0.00 $792.081.50 $160.563.00 $50,000.00 70
PROP.CHANGE ORDER $0.00 $0.00 ($82,090.75) $3,720.00 $0.00 0
REVISED CONTRACT $0.00 1 $0.00 $709,990.75 $164,283.00 $50,000.00 70
TOTAL(REVISED CONTRACT) WATER DEPARTMENT TRANSPORTATION AND PUBLIC WORKS
BY CITY DEPARTMENT
$0.00 $924,273.75
TOTAL REVISED CONTRACT $924,273.75
Revised:7/24/06
You are directed to make the following changes in the contract documents:
Pay DESCRIPTION Original Quantity Revised Unit Unit Cost
Item Quanta Adjustment Quantity Price Ad ustment
A-1-2 Undassified Street Excavation 4 468 1,060 6.530 CY $2.25 $2.385.00
A-1-3 64nch Lime Stabilized Subgrade 17.260 17.260 0 SY $2.00 $34 520.00
A-1-4 Lime for Stabilized Sub rade 27#fS 237 (2371 0 TN $145.00 36S.00
A-1-5 12-Inch Reinforced Con-Pavement 11,700 (11,700) 0 SY $42.00 $491,400.00
A-1.6 9-inch Reinforced Conc.Pavement 2,600 9100 11,700 SY $35.00 $318 500.00
A-1-9 4-ft Standard Concrete Sidewalk 7,550 8113 16,663 SF $2.25 $20.504.25
A-1-10 Type'l-I'l-laoicap Accessible Ramp 1 1 2 EA $1.W0.00 $1 000.00
A-1-13 2"PVC Conduit and Pull Boxes for Street Lights 2.650 (2,336) 314 LF $5.00 $11680.00
A-1-18 Standard City of Fort Worth Street Lights 14 14 0 EA $3,000.00 $42 000.00
A-1-19 Wire for Installation of Street Linhis 2 80D 2,600 0 LF $2.50 $6 500.00
A-1-21 8-inch Ume Stabilized Subarade 312 15,510 15,822 SY $3.00 $46 530.00
A IAa Lime for Stabilized Sub 49#/S 0 387 387 TN $145.00 $56115,00
A-1-5a 7.54nch Reinforced Cone.Pavement 0 2,600 2,600 SY $34.00 $88 400.00
A-1-22 I Chain Link Fence 6'He' ht 0 67 67 LF $20.00 $1340.00
A-1-23 12'Chain Link Gate 6'HeIgUt 0 2 2 EA $1,800.00 $3 600.00
Subtotal f$82.090.7
A-II-5 24-Class III RCP 848 744 1592 LF $50.00 $37 200.00
A-II-6 21_Class Ill RCP 975 744) 231 LF $45.00 $33.480,00
Subtotal $3.720.00
TOTAL ($78.3T0.76)
RECOMMENDED: APPROVED: APPROVED:
Teague Nall and Perkins CrtrMey I.S.D. ZConsr Co n
By. E-��—j- By: S
Print Name Print Name Prl t Name
Sr. F�xs�►�t /rf�e�r..r� '�r/l:• I�•f7� V7y r
-Tftte Title TNIe
Revised:724/06
REASON(S)FOR CHANGE ORDER(""Keen on separate oaae"")
Pavement revisions are due to the acquisition of the Geotechnlcai Report(Project No.04-4006-1016)by Fugro Consultants,
Inc.dated April 2009.
■ Final City Comments addressed as shown on construction plan sheets 5 thru 14,15,17,19,20.27 thru 31.
■ Nb change to number of days.
NO CITY FUNDS INVOLVED IN THIS PROJECT. DEVELOPER IS RESPONSIBLE FOR 100%OF THE
CHANGE ORDER COST AND NO REIMBURSEMENT WILL BE REQUESTED FROM THE CITY
Revised:7/24/06
PART B - PROPOSAL
DEVELOPER AWARDED CONTRACTS
This proposal must not be removed from this book of Contract Documents.
TO: Crowley I.S.D.
512 Peach Street
Crowley, Texas 76036
PROPOSAL FOR: UNIT A: CITY OF FORT WORTH, ETJ
PROJECT NAME: Paving and Drainage Improvements to serve McCart
Avenue (Crowley I.S.D. Middle School No. 41
CITY PROJECT No. TBD
D.O.E. No. TBD
FILE No. TBD
UNIT B: CITY OF CROWLEY
PROJECT NAME: Paving and Drainage Improvements to serve I.S.D.
Middle School No. 4
Includes the furnishing of all materials, except materials specified to be furnished by the City,
I equipment and labor for the installation of paving facilities and all necessary appurtenances and
incidental work to provide a complete and serviceable project designated as:
Plans for:
Paving and Drainage Improvements to serve
McCart Avenue (Crowley LS.D. Middle School Now
A nd
Plans for:
Paving and Drainage Improvements to serve
Crowley I.S.D. Middle School No. 4
Note: Construction staking for this project shall be performed by the Contractor. Part C General
Conditions for Developer Awarded Project C5-5.7 and Part D Special Conditions D-63 shall be
reworded accordingly to state that the Contractor is responsible for all construction staking.
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
B-1
1
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:
J
1
l
I
J
}
B_2
Crowley I.S.D. Middle School No. 4
CITY PROJ. No. TBD, DOE No. TBD, FILE No. TBD
Item Approx. Description of Item With Unit Total
No. Quantity Unit Bid Price Written in Words Price Amount Bid
(Furnish and install, including all appurtenant work, complete in place the following items.)
UNIT A-I: PAVING IMPROVEMENTS
1. 1 LS Right of Way Preparation
Per Lump Sum; Per Item GP-100:
Two Thousand Dollars
and No Cents $ 2,000.00 $ 2,000.00
2. 4,468 CY Unclassified Street Excavation
Per Cubic Yard; Per Item GP-106:
Two Dollars
and Twenty Five Cents $ 2.25 $ 10,053.00
3. 17,260 SY 6-inch Lime Stabilized Subgrade
Per Square Yard; Per Item GP-210:
Two Dollars
and No Cents $ 2.00 $ 34,520.00
4. 237 TN Lime for Stabilization (27#1SY)
Per Ton; Per Item GP-212:
One Hundred Forty-Five Dollars
and No Cents $ 145.00 $ 34,365.00
5. 11,700 SY 12-inch Reinforced Conc. Pavement
Per Square Yard; Per Item GP-314:
Forty-Two Dollars
and No Cents $ 42.00 $ 491,400.00
6. 2,600 SY 9-inch Reinforced Conc. Pavement
Per Square Yard, Per Item GP-314:
Thirty-Five Dollars
and No Cents $ 35.00 $ 91,000.00
7. 345 SY 6-inch Drive Approach Reinforced Conc. Pavement
Per Square Yard; Per Item GP-314:
Thirty-Four Dollars
and No Cents $ 34.00 $ 11,730.00
B-3
Crowley I.S.D. Middle School No. 4
CITY PROJ. No. TBD, DOE No. TBD, FILE No. TBD
Item Approx. Description of Item With Unit Total
No. Quantity Unit Bid Price Written in Words Price Amount Bid
(Furnish and install, including all appurtenant work, complete in place the following items.)
8. 55 LF Concrete Header
Per Linear Foot; Per Item GP-514:
Twenty Dollars
and No Cents $ 20.00 $ 1,100.00
9. 7,550 SF 4-ft Standard Concrete Sidewalk
Per Square Foot; Per Item SP-52 & GP-504:
Two Dollars
and Twenty-Five Cents $ 2.25 $ 16,987.50
10. 1 EA Type 'H' Handicap Accessible Ramp
Per Each; Per Item SP-52 & GP-504:
F One Thousand Dollars
and No Cents $ 1,000.00 $ 1,000.00
11. 1 LS Pavement Striping, Buttons and Signage
Per Lump Sum; Per Plans (Sheets 19-22):
Twelve Thousand Dollars
and No Cents $ 12,000.00 $ 12,000.00
12. 54 LF Place Barricades
Per Linear Foot; Per Plans (Sheets 19-22:
Thirty Dollars
and No Cents $ 30.00 $ 1,620.00
13. 2,650 LF 2" PVC Conduit and Pull Boxes for Street Lighting
Per Linear Foot; Per Item GP-522:
Five Dollars
and No Cents $ 5.00 $ 13,250.00
14. 1 LS Traffic Control
Per Lump Sum; Per Item GP-524:
One Thousand Dollars
and No Cents $ 1,000.00 $ 1,000.00
B-4
Crowley I.S.D. Middle School No. 4
CITY PROJ. No. TBD, DOE No. TBD, FILE No. TBD
Item Approx. Description of Item With Unit Total
No. Quantity Unit Bid Price Written in Words Price Amount Bid
(Furnish and install, including all appurtenant work, complete in place the following items.)
15. 1 LS Erosion Control
Per Lump Sum; Per Item SP-90:
Three Thousand Dollars
and No Cents S 3,000.00 $ 3,000.00
16. 62 SY 6" Rock Rip-Rap
Per Square Yard; Per Details on Plans:
Eighty-Five Dollars
and No Cents $ 85.00 $ 5,270.00
17. 1 LS Hydromulch Seeding
Per Lump Sum; Per GP-120:
Thirty Five Hundred Dollars
and No Cents S 3,500.00 $ 3,500.00
18. 14 EA Standard City of Fort Worth Street Lights
Per Each; Per Details on Plans:
Three Thousand Dollars
and No Cents $ 3,000.00 $ 42,000.00
19. 2,600 LF Wire for Installation of Street Lights
Per Linear Foot; Per Plans and Details:
Two Dollars
and Fifty Cents $ 2.50 $ 6,500.00
20. 295 SY 6" HMAC Transition Pavement
Per Square Yard; Per Item GP-312:
Thirty Dollars
and No Cents $ 30.00 $ 8,850.00
21. 312 SY 8-inch Lime Stabilized Subgrade
Per Square Yard; Per Item GP-210:
Three Dollars
and No Cents $ 3.00 $ 936.00
B-5
Crowley I.S.D. Middle School No. 4
CITY PROJ. No. TBD, DOE No. TBD, FILE No. TBD
Item Approx. Description of Item With Unit Total
No. Quantity Unit Bid Price Written in Words Price Amount Bid
(Furnish and install, including all appurtenant work, complete in place the following items.)
UNIT A-1: TOTAL AMOUNT BID
PAVING IMPROVEMENTS $ 792,081.50
}
B-6
Crowley I.S.D. Middle School No. 4
CITY PROJ. No. TBD, DOE No. TBD, FILE No. TBD
Item Approx. Description of Item With Unit Total
No. Quantity Unit Bid Price Written in Words Price Amount Bid
(Furnish and install, including all appurtenant work, complete in place the following items
UNIT A-II: DRAINAGE IMPROVEMENTS
1. 38 LF 54"Class III RCP
Per Linear Foot; Per GP-440:
One Hundred Fifty Dollars
and No Cents $ 150.00 $ 5,700.00
2. 110 LF 48" Class III RCP
Per Linear Foot; Per GP-440::
One Hundred Twenty Five Dollars
and No Cents $ 125.00 $ 13,750.00
3. 58 LF 36"Class III RCP
Per Linear Foot; Per GP-440:
Seventy Five Dollars
j and No Cents $ 75.00 $ 4,�50.00
J
4. ITEM DELETED
5. 848 LF 24"Class III RCP
Per Linear Foot; Per GP-440-
Fifty Dollars
and No Cents $ 50.00 $ 42,400.00
6. 975 LF 21"Class III RCP
Per Linear Foot; Per GP-440-
Forty-Five Dollars
and No Cents S. 45.00 $ 43,875.00
7 7 EA 10' Recessed Curb Inlet
Per Each; Per GP-444:
Twenty-One Hundred Dollars
and No Cents $ 2,100.00 $ 14,700.00
B-7
Crowley I.S.D. Middle School No. 4
CITY PROJ. No. TBD, DOE No. TBD, FILE No. TBD
Item Approx. Description of Item With Unit Total
No. Quantity Unit Bid Price Written In Words Price Amount Bid
(Furnish and install, including all appurtenant work, complete in place the following items.)
8. 3 EA 10'Curb Inlet
Per Each; Per GP-444:
Two Thousand Dollars
and No Cents $ 2,000.00 $ 6,000.00
9. 2 EA 4'x4' Drop Inlet with Concrete Apron
Per Each; Per GP-444:
Twenty-Five Hundred Dollars
and No Cents $ 2,500.00 $ 5,000.00
10. ITEM DELETED
11 1 EA 24"Type B Headwall
Per Each; Per GP-410:
Fifteen Hundred Dollars
and No Cents $ 1,500.00 $ 1,500.00
12. 2 EA 6'x6' Storm Drain Manhole
Per Each; Per GP-444:
Twenty-Five Hundred Dollars
and No Cents $ 2,500.00 $ 5,000.00
13. 2 EA 4'x4' Storm Drain Manhole
Per Each; Per GP-444:
Two Thousand Dollars
and No Cents $ 2,000.00 $ 4,000.00
14. 2,985 CY Unclassified Channel Excavation
Per Cubic Yard:
Three Dollars
and No Cents $ 3.00 $ 8,955.00
B-8
Crowley I.S.D. Middle School No. 4
CITY PROJ. No. TBD, DOE No. TBD, FILE No. TBD
Item Approx. Description of Item With Unit Total
No. Quantity Unit Bid Price Written in Words Price Amount Bid
(Furnish and install, including all appurtenant work, complete in place the following items.)
15. 15 SY 12" Rock Rip-Rap
Per Square Yard; Per GP-418:
Eighty-Five Dollars
and No Cents $ 85.00 $ 1,275.00
16. 2,029 LF Trench Safety
Per Linear Foot; Per GP-525:
Two Dollars
and No Cents $ 2.00 $ 4,058.00
UNIT A-II: TOTAL AMOUNT BID
DRAINAGE IMPROVEMENTS $ 160,563.00
B-9
Crowley I.S.D. Middle School No. 4
CITY PROJ. No. TBD, DOE No. TBD, FILE No. TBD
Item Approx. Description of Item With Unit Total
No. Quantity Unit Bid Price Written in Words Price Amount Bid
(Furnish and install, including all appurtenant work, complete in place the following items.)
UNIT B-I: PAVING IMPROVEMENTS
1. 1 LS Right of Way Preparation
Per Lump Sum; Per SC-50:
One Thousand Dollars
and No Cents $ 1,000.00 $ 1,000.00
2. 344 CY Unclassified Street Excavation
Per Cubic Yard; Per SC-50:
Two Dollars
and_. Twenty-Five Cents $ 2.25 $ 774.00
3. 2,955 SY 6-inch Lime Stabilized Subgrade
Per Square Yard; Per SC-50:
Two Dollars
and No Cents $ 2.00 $ 5,910.00
4. 40 TN Lime for Stabilization (27#/SY)
Per Ton; Per SC-50:
One Hundred Forty-Five Dollars
and No Cents $ 145.00 $ 5,800.00
5. 2,390 SY 9-inch Reinforced Conc. Pavement
Per Square Yard; Per SC-50:
Thirty-Six Dollars
and No Cents $ 36.00 $ 86,040.00
6. 135 SY 6-inch Drive Approach Reinforced Conc. Pavement
Per Square Yard; Per SC-50:
Thirty-Four Dollars
and No Cents $ 34.00 $ 4,590.00
7. 480 SY Flex Base Drive
Per Square Yard; Per SC-50:
Five Dollars
and No Cents $ 5.00 $ 2,400.00
B-10
Crowley I.S.D. Middle School No. 4
CITY PROJ. No. TBD, DOE No. TBD, FILE No. TBD
Item Approx. Description of Item With Unit Total
No. Quantity Unit Bid Price Written in Words Price Amount Bid
(Furnish and install, including all appurtenant work, complete in place the following items.)
8. 37 LF Concrete Header
Per Linear Foot; Per SC-50:
Twenty Dollars
and No Cents $ 20.00 $ 740.00
9. 2,185 SF 4-ft Standard Concrete Sidewalk
Per Square Foot; Per SC-50:
Two Dollars
and Twenty-Five Cents S 2.25 $ 4,916.25
10. 655 LF 2" PVC Conduit and Pull Boxes for Street Lighting
Per Linear Foot: Per SC-50:
Five Dollars
and No Cents $ 5.00 $ 3,275.00
11. 1 LS Hydromulch Seeding
Per Lump Sum; Per SC-50:
Two Thousand Dollars
and No Cents $ 2,000.00 $ 2,000.00
12. 1 LS Traffic Control
Per Lump Sum; Per SC-50:
One Thousand Dollars
and No Cents $ 1,000.00 $ 1,000.00
13. 42 SY 6" Rock Rip Rap
Per Square Yards; Per SC-50:
J
Eiahty-Five Dollars
and No Cents $ 85.00 $ 3,570.00
14. 1 LS Erosion Control
Per Lump Sum; Per SC-50:
1 One Thous@nd Dollars
and No Cents $ 1,000.00 $ 1,000.00
B-11
Crowley I.S.D. Middle School No. 4
CITY PROJ. No. TBD, DOE No. TBD, FILE No. TBD
Item Approx. Description of Item With Unit Total
No. Quantity Unit Bid Price Written in Words Price Amount Bid
(Furnish and install, including all appurtenant work, complete in place the following items.)
15. 1 LS Pavement Striping, Buttons and Signage
Per Lump Sum; Per SC-50:
Three Thousand Dollars
and No Cents $ 3,000.00 $ 3,000.00
16. 4 EA Adjust Manhole Rim to Grade
Per Each; Per SC-50:
Three Hundred Dollars
and No Cents $ 300.00 $ 1,200.00
17. 3 EA Standard City of Fort Worth Street Lights
Per Each; Per Details on Plans:
Three Thousand Dollars
and No Cents $ 3,000.00 $ 9,000.00
18. 600 LF Wire for Installation of Street Lights
Per Linear Foot; Per Plans and Details:
Two Dollars
and Fifty Cents 5 2.50 $ 1,500.00
UNIT B-I: TOTAL AMOUNT BID
PAVING IMPROVEMENTS $ 137,715.25
B-12
Crowley I.S.D. Middle School No. 4
CITY PROJ. No. TBD, DOE No. TBD, FILE No. TBD
Item Approx. Description of Item With Unit Total
No. Quantity Unit Bid Price Written in Words Price Amount Bid
(Furnish and install, including all appurtenant work, complete in place the following items.)
UNIT B-II: DRAINAGE IMPROVEMENTS
1. 44 LF 5'x4' RCB
Per Linear Foot, Per SC-50:
One Hundred Ninety Dollars
and No Cents $ 190.00 $ 8,360.00
2. 30 LF 48" Class III RCP
Per Linear Foot, Per SC-50:
One Hundred Twenty Five Dollars
and No Cents $ 125.00 $ 3,750.00
3. 453 LF 30" Class III RCP
Per Linear Foot, Per SC-50:
Sixty-Five Dollars
and No Cents $ 65.00 $ 29,445.00
4. 31 LF 24"Class III RCP
Per Linear Foot, Per SC-50:
Fifty Dollars
and No Cents $ 50.00 $ 1,550.00
5. 52 LF 21"Class III RCP
Per Linear Foot, Per SC-50:
Forty-Five Dollars
and No Cents $ 45.00 $ 2,340.00
6. 2 EA 10' Curb Inlet
Per Each, Per SC-50:
Two Thousand Dollars
and No Cents $ 2,000.00 $ 4,000.00
7. 1 EA 7' Square Storm Drain Manhole
Per Each, Per SC-50:
Forty-Five Hundred Dollars
1 and No Cents $ 4.500.00 $ 4,500.00
J B-13
Crowley I.S.D. Middle School No. 4
CITY PROJ. No. TBD, DOE No. TBD, FILE No. TBD
Item Approx. Description of Item With Unit Total
No. Quantity Unit Bid Price Written in Words Price Amount Bid
(Furnish and install, including all appurtenant work, complete in place the following items.)
8. 1 EA 4' Square Storm Drain Manhole
Per Each, Per SC-50:
Two Thousand Dollars
and No Cents $ 2.000.00 $ 2,000.00
9. 1 EA 5'x4' RCB Flared Wing Headwall
Per Each, Per SC-50:
Forty-Five Hundred Dollars
and No Cents $ 4,500.00 $ 4,500.00
10. 3,190 CY Unclassified Channel Excavation
Per Cubic Yard, Per SC-50:
Three Dollars
and No Cents $ 3,00 $ 9,570.00
11 506 SY 18" Rock Rip-Rap
Per Square Yard, Per SC-50:
Eicahty-Five Dollars
and No Cents $ 85.00 $ 43,010.00
12. 610 LF Trench Safety
Per Linear Foot, Per SC-50:
Two Dollars
and No Cents $ 2,00 $ 1,220.00
13. 306 LF 33"Class III RCP
Per Linear Foot; Per SC-50:
Seventy Dollars
and No Cents $ 70.00 $ 21,420.00
14. 2 EA 33" Double Barrel Sloped End Headwall
Per Each; Per SC-50.
Two Thousand Dollars
and No Cents $ 2,000.00 $ 4,000.00
B-14
Crowley I.S.D. Middle School No. 4
CITY PROJ. No. TBD, DOE No. TBD, FILE No. TBD
Item Approx. Description of Item With Unit Total
No. Quantity Unit Bid Price Written in Words Price Amount Bid
(Furnish and install, including all appurtenant work, complete in place the following items.)
UNIT B-II: TOTAL AMOUNT BID
DRAINAGE IMPROVEMENTS $ 139,665.00
B-15
Crowley I.S.D. Middle School No. 4
CITY PROJ. No. TBD, DOE No. TBD, FILE No. TBD
Item Approx. Description of Item With Unit Total
No. Quantity Unit Bid Price Written in Words Price Amount Bid
(Furnish and install, including all appurtenant work, complete in place the following items.)
UNIT B-III: SEWER IMPROVEMENTS
1. 438 LF 8" Sanitary Sewer SDR-26
Per Linear Foot, Per SC-49:
Forty Dollars
and No Cents $ 40.00 $ 17.520.00
1b. 393 LF 8"Sanitary Sewer SDR-35
Per Linear Foot, Per SC-49:
Thirty-Five Dollars
and No Cents $ 35.00 $ 13,755.00
2. 2 EA 6' Sanitary Sewer Manhole
Per Each, Per SC-49:
Thirty-Five Hundred Dollars
and No Cents $ 3,500.00 $ 7,000.00
3. 1 EA 6' Sanitary Sewer External Drop Manhole
Per Each, Per SC-49:
Four Thousand Dollars
and No Cents $ 4,000.00 $ 4,000.00
4. 2 EA 4' Sanitary Sewer Manhole
Per Each, Per SC-49:
Twenty-Five Hundred Dollars
and No Cents $ 2,500.00 $ 5,000.00
5. 5 LOT 4"Sanitary Sewer Service
Per Lot, Per SC-49:
1 Four Hundred Dollars
and No Cents S. 400.00 $ 2,000.00
6. 5 EA Water Tight Manhole Inserts
Per Each, Per SC-49:
Fifty Dollars
and No Cents 51 50.00 $ 250.00
B-16
Crowley I.S.D. Middle School No. 4
CITY PROJ. No. TBD, DOE No. TBD, FILE No. TBD
Item Approx. Description of Item With Unit Total
No. Quantity Unit Bid Price Written in Words Price Amount Bid
(Furnish and install, including all appurtenant work, complete in place the following items.)
7. 1 EA Concrete Collar Cover& Ring
Per Each, Per SC-49:
Three Hundred Dollars
and No Cents $ 300.00 $ 300.00
8. 5 EA Vacuum Test Manhole
Per Each, Per SC-49:
Fifty Dollars
and_ No Cents $ 50.00 $ 250.00
9. 39 VF Additional Depth SSMH >6'
Per Vertical Foot, Per SC-49:
One Hundred Fifty Dollars
and No Cents $ 150.00 $ 5,850.00
10. 7,866 VF/FT Additional Depth SS Line>6'
Per Vertical Foot per Foot, Per SC-49:
No Dollars
and Twenty-Five Cents $ .25 $ 1,966.50
11. 1,041 LF Post Construction TV Inspection
Per Linear Foot, Per SC-49:
Two Dollars
and No Cents $ 2.00 $ 2,082.00
12. 1,041 LF Trench Safety
Per Linear Foot, Per SC-49:
Two Dollars
and No Cents $ 2.00 $ 2,082.00
UNIT B-111: TOTAL AMOUNT BID
SEWER IMPROVEMENTS $ 62,055.50
B-17
Crowley I.S.D. Middle School No. 4
CITY PROJ. No. TBD, DOE No. TBD, FILE No. TBD
Item Approx. Description of Item With Unit Total
No. Quantity Unit Bid Price Written in Words Price Amount Bid
(Furnish and install, including all appurtenant work, complete in place the following items.)
UNIT C-IV: MISCELLANEOUS IMPROVEMENTS
1 1 LS Owner's Betterment
Per Lump Sum:
One hundred thousand Dollars
And zero Cents $ 100,000 $ 100,000
UNIT C-IV: TOTAL AMOUNT BID
MISCELLANEOUS IMPROVEMENTS $ 100,000
B-18
Crowley I.S.D. Middle School No. 4
CITY PROJ. No. 01278, DOE No. 6165, FILE No. W-2092
Item Approx. Description of Item With Unit Total
No. Quantity Unit Bid Price Written in Words Price Amount Bid
(Furnish and install, including all appurtenant work, complete in place the following ite
SUMMARY-UNIT A (Fort Worth ETJ)
UNIT A-I: TOTAL AMOUNT BID
PAVING IMPROVEMENTS $ 792,081.50
UNIT A-II: TOTAL AMOUNT BID
DRAINAGE IMPROVEMENTS $ 160,563.00
TOTAL IMPROVEMENTS-UNIT A $ 952,644.50
SUMMARY-UNIT B (Crowley)
UNIT B-I: TOTAL AMOUNT BID
PAVING IMPROVEMENTS $ 137,715.25
UNIT B-II: TOTAL AMOUNT BID
DRAINAGE IMPROVEMENTS $ 139,665.00
UNIT B-III: TOTAL AMOUNT BID
SEWER IMPROVEMENTS $ 62,055.50
TOTAL IMPROVEMENTS-UNIT B $ 339,435.75
SUMMARY-UNIT C
UNIT C-IV: TOTAL AMOUNT BID
MISCELLANEOUS IMPROVEMENTS $ 100,000
SUMMARY-TOTAL
UNIT A: TOTAL AMOUNT BID $ 952,644.50
UNIT B: TOTAL AMOUNT BID $ 339,435.75
UNIT C: TOTAL AMOUNT BID $ 100,000.00
TOTAL IMPROVEMENTS $ 1,392,080.25
B-19
Crowley I.S.D. Middle School No. 4
CITY PROJ. No. TBD, D.O.E. No. TBD, FILE No. TBD
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 Constructi.)n,
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 5 calendar days after issue of the work
order, and to complete the contract within 70 working days after beginning construction as
set forth in the written work order to be furnished by the Owner.
(Complete A or B below, as applicable:)
A. The principal place of business of our company is in the State of
Nonresident bidders in the State of , our principal
place of business, are required to be percent lower than resident bidders
by state law. A copy of the statute is attached.
Non resident bidders in the State of , our principal
place of business, are not required to underbid resident bidders.
_�<_B. The principal place of business of our company or our parent company or
a majority owner is in the State of Texas.
B-20
Crowley I.S.D. Middle School No. 4
CITY PROJ. No. TBD, D.O.E. No. TBD, FILE No. TBD
I (we) acknowledge receipt of the following addenda to the plans and specifications, all of the
provisions and requirements of which have been taken into consideration on preparation of
the foregoing bid:
Addendum No. 1 (Initials) Addendum No. 3 (Initials)
Addendum No. 2 (Initials) Addendum No. 4 (Initials)
Respectfully submitted,
Conatser Construction TX LP
By:
Mark Pappas,Vice-President of
(itle Conatser Management Group,Inc.G.P.
ddres
.a �x �rJ4} ip
Fi4 I&I n& .Tew ��o��
f
Telephon 311 5J4 — 1-14
(Seal)
Date:
- END OF PROPOSAL-
J
1
B-21
I