HomeMy WebLinkAboutContract 41196'
COMMUNITY FACILITIES AGREEMENT
THE STATE OF TEXAS
COUNTY OF TARRANT
§
§
City Secretary
Contract No. L.\: \ V-\ le
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 sai d 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: D.R. Horton -Texas, Ltd.
Authorized Signatory: Don E. Allen
Title: Assistant Secretary
Project Name: Emerald Park Phase 4B
Project Location: Emerald Park Blocks 13 , 19 & 21
Additional Streets: NI A
Plat Case No .: FP-006-033 Plat Name: Emerald Park
Mapsco: 20N Council Di strict : 2
CFA: 2010-044 DO E : 5315
City Project No: 01599
Date: \ \/t \
----'----'--.+--:=---
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
A .. ..
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 an d workmanlike manner and in accordance with all
City standards an d the City-approved construction plans, specifications and
cost estimates provided for the Project and the exhibits attached hereto .
The following checked exh ibits are made a part hereof: Water (Al__L,
Sewer (A-I) ~ , Paving (B) X , Storm Drain B-1) ~ , Street
ights & Signs C) _x_.
E . The Developer sha ll 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:
1. 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.
11. 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 su bject to in spection at any
and all times by City in spection 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 req uired 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 IO 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 m
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, bv the alleged negligence of the Citv of
Combined CFA final Se pt 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 s uch contracts.
0 . Inspection and material testing fees are required as follows:
i. Developer s hall pay in cash water and wastewater in spect io n fees an d
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 CF A 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 CF A 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.
111. 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 s uppliers
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: Emerald Park Phase 4B
CFA No.: 2010-044 DOE No.: 5315
An Engineer's Estimate of Probable Cost is acceptable . However, the const ruction 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 Deve loper's Cost
A. W ate r and Sewer Construction
1. Water Construction $ 93 ,417 .00
2. Sewe r Construction $ 89 ,656 .25
Water and Sewer Co nstru ction To ta l $ 183 ,073 .25
B. TPW Construction
1 . Street $ 185,527 .30
2 . Storm Drain $ 5,850 .00
3 . Street Lights In stalle d by Deve lope r $ 44 ,000 .00
TPW Construction Cost Sub-Tota l $ 235,377 .30
Total Con st ruction Cost (excluding the fees): $ 41 8,450.55
Construction Fees :
C . Water/Sewer Inspection Fee (2%) $ 3,661.47
D . Water/Sewer Materia l Testing Fee (2%) $ 3,6 61.47
Sub-Total fo r Water Construction Fees $ 7,322.93
E. TPW Inspection Fee (4%) $ 7 ,655.09
F. TPW Materia l Testing (2%) $ 3,827 .55
G . Street Light lnspsection Cost $ 1,760.00
H. Street Signs In stallatio n Cost $ 1,225 .00
Sub-Total for TPW Construction Fees $ 14,467.6 4
Total Cons truction Fees: $ 21 ,790 .57
Choice
. IG manc1a uaran tee 0 . h 1ot1on s, c oose one A mount ( k ~ C one
Bond= 100% $ 418 ,450 .55 v
Completion Aqreement = 100% I Holds Plat $ 418 ,450.55
Cash Escrow Water/Sanitarv Sewer= 125 % $ 228,841.56
Cash Escrow Pav inq/Storm Drain r= 125% $ 294 ,221 .63
Lette r of Credit= 125% w/2vr expi ration period $ 523 ,063 .19
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 ~\"\~ day
of h~k:it ,2o_ID_.
CITY OF FORT WORTH -Recommended by:
Water Department Transportation & Public Works Department
Development Engineering Manager Director
Approved as to Form & L egality: Approved by City Manager's Office
NO M&C REQUIRED
ATTEST D.R. Horton -Texas, Ltd.
Signature
(Print) Name: tfN\ ~C\-\t
Combined CF A fin a l Sept 12, 2008 8
By its General Partner
Meadows I, Ltd.
7 s· 1gnature
Print Name: D on E . A ll e n
Title: Ass istant Secretary
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
.·
·"
Check items associated with the project being undertaken; checked items must be
included as Attachments to this Agreement
Included Attachment
Location Map
Exhibit A: Water Improvements
Water Estimate
Exhibit A-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
* VICINITY MAP *
NOT TO SCALE
MAPSCO NO. ----=2:...;;.0_N __
COUNCIL DISTRICT--=2 __
OWNER:
D .R. HORTON TEXA S, LTD.
DFW West Division
6751 North Freeway
Ft Worth, TX 76131
(817) 23 0-0800
FAX-(817) 23 0 -0896
DATE: 10-2 7-10
FINAL PLAT
LOTS 12-14,
BLOCK 13, LOTS
81-98, BLOCK 19,
LOTS 20-50
&54-61 , BLOCK 21
EMERALD PARK
AN ADDITION TO THE CITY OF FORT WORTH,
TARRANT COUNTY, TEXAS
BEING 11 .312 ACRES OF LANO LOCATED IN
THE HENRY ROBERTSON SURVEY, A-1259
60 RESIDENTIAL LOTS
TH[ PR[C£DING TO 8£ KNOWN AS:
LO TS 12-14, BLOCK 13; LO TS 81-98, BLOCK 19
LOTS 20-50 & 54-61, BLOCK 27
PRELIMINARY PLAT CASE NUMBER: FP-02-036
CASE NUMBER: FP-006-033
CASE NAM[: EMERALD PARK
PHASE: 48
PROJECT#: 1978-4-2
DRAWN BY: J. WIGHT
EMERALD PARK
PHASE FOUR E
PLAT INFORMATION
mycoskie +mcinnis +associates
civil engine ering surveying landscape architecture planning
200 eost obram CHECKED BY: A. CASCO & VICINITY MAP orlington , texos 76010
817-469-1671
SHEET NO : 1 OF 6 lo,: 817-274-8757
VAN CA TTL£
YA RDS INC.
FORT WORTH £. T.J.
GAS WELL
SIT£
P .O.B.
FORT wo1TH CI TY u1.1,;ts
I I I f,f I
DATE:
' I ' ! @, ··-·· ; I !
.J. I I
-=-L ' ~
IJ
-8 " WATER LINE + FIRE H YDRANT
~~ GA TE VAL VE
-SER VICES
10-27-10
PR OJECT#: 1978-4-2 EMERALD
mo o 100 mo 400
r::~•-·::i--·=--1 _1
1 inch = 200 ft.
PARK mlm1a
DRAWN BY: J. WIGHT PHASE FOUR B mycoskie +mcinnis +associates
civil engineering surveying landscape architecture planning
CHECKED BY: CASCO
WATER
A. EXHIBIT "A"
200 eost obrom
orlington, texos 76010
817-469-167 1
SHEET NO: 2 OF 6 lo,: 817-2 74-8757
VAN CA TTL[
YARDS IN C.
FORT WORTH [. r.J.
FORT WO R'rH CIPY L/1,11 /S
I I I
/ / @;
i j !
[X .
P.O.B.
,.
GA S WELL
SIT£
EMERALD PAR K
FUTURE PHA SE
• SANITAR Y SEWER MANHOLE
--8" SANITARY SEWER
WO O 100 WO 400
--SANITARY SEWER SER VICE c:~•-·::i--·=-·'-1
DATE: 10-27-10
PROJE C T#: 19 78-4-2
DRAWN B Y: J. WI GHT
CHE CK ED B Y: A. CAS CO
SHEET NO: J OF 6
EMERALD PARK
PHASE FOUR B
SANITARY SEWER
EXHIBIT "A-1 "
1 inc h 2 0 0 ft.
mlm1a
mycoskie +mcinnis +assoc iates
civil engineering surveying landscape architecture pl anning
200 eost obrom
orlington, texos 76010
817-469-1671
lo,: 8 1 7 -2H -8757
VAN CA TTL£
YARDS INC .
LEGEND
GAS WELL
P.O.l3?1T£
EMERALD PARK
FUTURE PHASE
/~ I r i I
200 0 100 200 400
kU\::);J 29' 8-8 PAVEMENT, 7" CONC., 50' ROW r::~--=-=---=·=-·''---1
DA TE: 10-27-10
PROJECT#: 1978-4-2
DRAWN BY: J. WIGHT
CHECKED BY: A. CASCO
SHffT NO: 4 OF 6
EMERALD PARK
PHASE FOUR E
PAVEMENT
EXHIBIT "B"
1 inc h 200 ft.
mlm1a
mycoskie +mcinnis +associates
civil engineering surveying landscape architecture plann ing
200 east obrom
orlington , texos 76010
817 -<69-1671
foe 817-27<-8757
VAN CA TTL£
YARDS INC .
OAT£:
PROJECT#:
DRAWN BY:
CHECKED B Y:
SHEET NO :
GAS WELL
SITE
P.O.B.
'
EMERALD PARK
FU TUR£ PHASE
200 0 100 200 400
10-27-10
1978-4-2
J. WIGHT
A. CASCO
5 OF 6
L'.:~a-r::_•:.-~1111:'111111•1_!
EMERALD PARK
PHASE FOUR B
STORM DRAIN
EXHIBIT "B-1"
1 inc h 2 00 ft.
mlm1a
mycoskie +mcinnis +associates
civil engi neeri ng su rveying landscape architect ure planning
2 00 east obrom
orlington, texos 76010
81 7 -469-1671
fox: 817-274-8757
VAN CA TTL£
YARDS INC .
GAS WELL
SIT£
P.O.B.
r STREET NAM£ SIGNS
¢ STREET LIGHTS
DATE:
PROJECT#:
DRAWN BY:
CHECKED BY:
SHffT NO :
10-27-10
1978-4-2
J. WIGHT
A. CASCO
6 OF 6
EMERALD PARK
PHASE FOUR B
STREET LIGHTS & SIGN
EXHIBIT "c" & "Cl"
100
I
1 inc h
EMERALD PARK
FUTURE PHASE
200
2 00 ft.
mlm1a
400
mycoskie +mcinnis +associates
civi l enginee ri ng surveying landscape architecture pla nning
200 east ob ram
orlinqton, tew:os 76010
817-469-1671
lox: 817-2 74-8757
PART B -PROPOSAL
D EV ELOPE R A WA RD ED CO NTRACT S
This proposal must not be removed from this book of Contract Documents.
TO: D.R. Horton-Texas Ltd.
PROPOSAL FOR: Project Name: Emerald Park Phase Four B
Water Project No.: 265-6071501599-83
Sewer Project No.: 275-7071301599-83
File No.: W-1846
XNo .: 18735
D.O.E. No .: 5315
City Project No .: 01599
Includes the furnishing of all materials, except materials specified to be furnished by the
City, equipment and labor for the installation of paving improvements and all necessary
appurtenances and incidental work to provide a complete and serviceable project
designated as:
Emerald Park Phase Four B
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 furni shed 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 :
B-1
-.
Prices in Figures
Item Quantity
No. & Unit Description & Price In Words Total Unit TOTAL
1. 6325 6 " Lime Stabilized Subgrade Preparation ,
SY per recommendations from the
geotechnical report prepared by Rone
Engineering no . 10-16148 dated 7/21/2010, $ 2.30 $14 ,547.50
complete and in place for the sum of:
TWO
dollars and THIRTY cents
per square yard
2 . 114 Hydrated Lime for Subgrade (36#/SY per
TONS recommendations from the geotechnical
report prepared by Rone Engineering no.
10-16148 dated 7/21/2010 , complete and in
place for the sum of: $ 145.00 $16,530.00
ONE HUNDRED FORTY FIVE
dollars and ZERO
cents per ton
3 . 5953 7" Reinforced concrete pavement including
SY 7" monolithic curb , per recommendations
from the geotechnical report prepared by
Rone Engineering no . 10-16148 dated
7/21/2010 , complete and in place for the $ 25 .60 $ 152,396 .80
sum of:
TWENTY FIVE
dollars and SIXTY
cents per square yard
4. 50 LF Type Ill Barricade , per detail sheet S-M12
of the city stds ., (see page 2 of the Special
Provisions for Street and Storm Drain
Improvements for description of work to be
performed) complete and in place for the $ 29.00 $ 1,450.00
sum of:
TWENTYNINE
dollars and ZERO
cents per linear foot
B-2
Item
No.
5 .
6 .
7 .
8 .
Prices in Figures
Quantity
& Unit Description & Price In Words Total Unit TOTAL
29 LF Concrete street header, per detail on sheet
24 , complete and in place for the sum of:
$ 7 .00 $ 203 .00
SEVEN
dollars and ZERO
cents per linear foot
4 EA Remove existing barricade , (see pages 2 &
10 of the Special Provisions for Street and
Storm Drain Improvements for description
of work to be performed) complete and in $ 75 .00 $ 300 .00
place for the sum of:
dollars and
cents per each
1 LS Maintain Erosion Control Devices during
paving construction , (see sheet no . 9&10 of
the construction plans for Emerald Park
Phase 48) complete and in place for the
sum of: $ 100.00 $ 100 .00
ONE HUNDRED
dollars and ZERO
cents per lump sum
8 Furnish and install 025-6 street lights , per
EA detail sheets 3257 , 3256 , of city stds., (see
sheet no. 24 of the construction plans for
Emerald Park Phase 48) complete and in
place for the sum of: $5,500 .00 $44,000.00
FIVE THOUSAND FIVE HUNDRED
dollars and ZERO
cents per square yard
TOT AL AM OUND BID PA YING $ 229,527.30
$ 229,527.30 GRAND TOT AL AM OUN T BID
B -3
PART B -PROPOSAL (Cont.)
After acceptance of this Proposal, the undersigned will ex ecute 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 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 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 ___ calendar days after issue of the work
order, and to complete the contract within _30_ working days after beginning
construction as set forth in the written work order to be furnished by the Owner.
(Complete below:)
__ 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-4
Addendum No. I (Initials)
Addendum No. 2 (Initials)
(Seal)
Date:
---
---
--------
Addendum No . 3 (Initials) ----
Addendum No. 4 (Initial s) ___ _
8-5
Re spectfully submitted,
Pre s, en t of JCI Part ners ,
Title nc., Genera l Pa rt ner
Address
5lt~$u.n V8.lta; /drkei
P+. lJor-fu3 l)l 7 ~ l fl
Telephone: f 11, 57-;;.._3?::{]3
PART B -PROPOSAL
DEV E LOP ER A WARD ED C ON TRA CTS
This proposal must not be removed from this book of Contract Documents .
TO: D.R. Horton-Texas Ltd.
PROPOSAL FOR: Project Name: Emerald Park Phase Four B
Water Project No.: 265-6071501599-83
Sewer Project No.: 275-7071301599-83
File No .: W-1846
XNo.: 18735
D .O .E. No.: 5315
City Project No.: 01599
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, and storm drain
systems improvements and all necessary appurtenances and incidental work to provide a
complete and serviceable project designated as :
Emerald Park Phase Four B
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 full y 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 bond s, 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 :
B-1
SECTON I: WATER
PROPOSAL SCHEDULE
Item Quantity Prices in Figures
No. & Unit Description & Price In Words Total Unit TOTAL
1. 1612 LF 8-inch DR14 (Class 200) AWWA C900
water pipe all depths (see sheet no . 4&8 of
the construction plans for Emerald Park
Phase 4B), complete and in place for the
sum of: $ 18.00 $29,016 .00
EIGHTEEN
dollars and ZERO
cents per linear foot
2. 3 EA 8-inch resilient-seated gate valve with cast
iron box and cover (see sheet no. 4&8 of the
construction plans for Emerald Park Phase
4B), complete and in place for the sum of:
$1 ,000.00 $3,000.00
ONE THOUSAND
dollars and ZERO
cents per each
3 . 4 EA Remove existing 8-inch plug and connect to
existing water line (see sheet no . 4&8 of the
construction plans for Emerald Park Phase
4B), complete and in place for the sum of:
$ 250.00 $1 ,000 .00
TWO HUNDRED FIFTY
dollars and ZERO
cents per each
4. 6 EA Fire hydrant assembly including tee , 6-inch
valve and 6-inch pipe, complete and in place
for the sum of:
TWO THOUSAND EIGHT HUNDRED $2,850.00 $17,100 .00
FIFTY
dollars and ZERO
cents per each
B-2
PROPOSAL SCHEDULE
Item Quantity Prices in Figures
No. & Unit Description & Price In Words Total Unit TOTAL
5 . 60 EA 1-inch water tap and line (see sheet no . 4&8
of the construction plans for Emerald Park
Phase 48), complete and in place fo r the
sum of: $ 450 .00 $27,000 .00
FOUR HUNDRED FIFTY
dollars and ZERO
cents per each
6 . 60 EA Class A meter box , complete and in place
for the sum of:
ONE HUNDRED FIFTY $ 150 .00 $9,000.00
dollars and ZERO
cents per each
7. 1.40 Ductile iron fittings , including mechanical
TONS joint, polyethylene wrapping and concrete
blocking , complete and in place for the sum
of:
THREE THOUSAND TWO HUNDRED $3,200.00 $4,480 .00
dollars and ZERO
cents per ton
8 . 1612 LF Testing (water line only , excludes
geotechnical testing), complete and in place
for the sum of:
$ 0 .75 $1,209 .00
ZERO
dollars and SEVENTY FIVE cents linear foot
9 . 1612 LF Trench safety system meeting OSHA
standards for depths over 5 feet , complete
and in place for the sum of:
ONE $1 .00 $1,612 .00
dollars and ZERO
cents per lump sum
TOTAL AMOUNT BID SECTION I -WATER $ 93,417.00
B-3
•
SECTION II: SEWER
PROPOSAL SCHEDULE
Item Quant Prices in Figures
ity
No. & Unit Description & Price In Words Total Unit TOTAL
1. 1405 8-inch SDR-35 sanitary sewer pipe for all
LF depths (see sheet no. 5&8 of the
construction plans for Emerald Park Phase
48), complete and in place for the sum of:
$ 19.00 $26,695 .00
NINETEEN
dollars and ZERO
cents per linear foot
2 . 30 8-inch SDR-26 pipe sanitary sewer pipe for
LF all depths (see sheet no . 5&8 of the
construction plans for Emerald Park Phase
48), complete and in place for the sum of:
$ 25 .00 $ 750 .00
TWENTY FIVE
dollars and ZERO
cents per linear foot
3. 4 EA Remove existing plug and connect to
existing sanitary sewer line , complete and in
place for the sum of:
FIVE HUNDRED $ 500 .00 $2,000.00
dollars and ZERO
cents per each
4 . 11 EA Standard 4 ' diameter manhole to top of cone
elevation ( 15" below finished grade) and
provision of frame , cover and grade rings to
paving contractor , per Figures 103 and 104,
complete and in place for the sum of:
TWO THOUSAND TWO HUNDRED
dollars and ZERO $2,200 .00 $24,200.00
cents per each
B-4
PROPOSAL SCHEDULE
Item Quant Prices in Figures
ity
No. & Unit Description & Price In Words Total Unit TOTAL
5. 29 4-inch sanitary sewer service PVC pipe
EA (SDR-35) to property line, (see sheet no .
5&8 of the construction plans for Emerald
Park Phase 48) complete and in place for
the sum of: $ 400 .00 $11 ,600 .00
FOUR HUNDRED
dollars and ZERO
cents per linear foot
6. 31 EA 4-inch sanitary sewer service PVC pipe
(SDR-26) to property line , (see sheet no.
5&8 of the construction plans for Emerald
Park Phase 48) complete and in place for $400.00 $12,400 .00
the sum of:
FOUR HUNDRED
dollars and ZERO
cents per linear foot
7. 20 LF Cement stabilized backfill (see sheet no. 6
of the construction plans for Emerald Park
Phase 48), complete and in place for the
sum of: $ 25 .00 $ 500 .00
TWENTY FIVE
dollars and ZERO
cents per linear foot
8. 60 EA Two-way cleanout for sewer service (see
sheet no . 8 of the construction plans for
Emerald Park Phase 48), complete and in
place for the sum of: $ 75 .00 $4,500 .00
SEVENTY FIVE
dollars and ZERO
cents per each
B-5
•
PROPOSAL SCHEDULE
Item Quant Prices in Figures
ity
No. & Unit Description & Price In Words Total Unit TOTAL
9 . 1435 Trench safety for depths 5 feet and over,
LF complete and in place for the sum of:
$ 0.25 $ 358 .75
ZERO
dollars and TWENTY FIVE
cents per linear foot
10 . 11 EA Vacuum test sanitary sewer manhole,
complete and in place for the sum of:
$ 250.00 $2,750.00
TWO HUNDRED FIFTY
dollars and ZERO
cents each
11. 1435 Post-construction TV inspection, complete
LF and in place for the sum of:
ONE $1 .50 $2,152.50
dollars and FIFTY
cents linear foot
12 . 7 EA Clay Dam, per city standards, complete and
in place for the sum of:
$ 250 .00 $1 ,750.00
TWO HUNDRED FIFTY
dollars and ZERO
cents each
TOTAL AMOUNT BID SECTION II-SANITARY SEWER $89,656.25
B-6
SECTION III: STORM DRAIN
PROPOSAL SCHEDULE
Item Quant Prices in Figures
ity
No. & Unit Description & Price In Words Total Unit TOTAL
1. 2 10 foot std curb inlet, (see sheet no. 17 of
EA the construction plans for Emerald Park
Phase 4B), complete and in place for the
sum of:
TWO THOUSAND FIVE HUNDRED FIFTY $2,550 .00 $5,100.00
dollars and ZERO
cents per each
2 . 1 LF Maintain erosion control devices during all
utility construction ( see sheet no. 9& 1 O of
the construction plans for Emerald Park
Phase 4B), complete and in place for the $ 750 .00 $ 750.00
sum of:
SEVEN HUNDRED FIFTY
dollars and ZERO cents per lump sum
TOTAL AMOUNT BID-SECTION Ill STORM DRAIN $ 5,850.00
TOTAL AMOUNT BID WATER $93,417.00
TOTAL AMOUNT BID SEWER $89,573.25
TOTAL AMOUNT BID STORM DRAIN $5,850.00
GRAND TOT AL AMOUNT BID $188,923.25
B-7
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_ calendar days after issue of the work
order, and to complete the contract within _lQ__ working days after beginning
construction as set forth in the written work order to be furnished by the Owner.
(Complete below:)
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 -8
•
I (we) acknowledge receipt of the following addenda to the p lans and specifications , all
of the provisions and req uirements of which have been tak en int o consid eration on
preparation of the foregoing bid:
Addendum No . I (Initial s) ---
Addendum No. 2 (I nitials) __ _
(Seal) \ \
Date:_C\~2j{~~~-
Addendum N o . 3 (Initials) ----
Addendum No. 4 (Ini tials) ----
Res pectfull y submitted,
Address \ \6J}\ a L..\L
Y:Q2tJe{~5"\.~
>l~.:2 Cnuau'
Telephone: (C\.1])-5b:\'.-3 \3 3
B-9