Loading...
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