Loading...
HomeMy WebLinkAboutContract 47663 CITY SECRETARY r. 4 CONTRACT NO. 11 Developer and Project Information Cover Sheet: Developer Company Name: Saginaw 106 LTD Address, State,Zip Code: 7300 Blue Mound Rd,Fort Worth TX 76131 Phone&Email: 817-502-2539,DAllen@lacklandholdings.com Authorized Signatory,Title: Don E Allen,Development Manager Project Name and Brief Lasater Ranch Phase 1 Description: Project Location: J.Walker Survey Abstract number 1602 Plat Case Number: FP-15-014 Plat Name: Lasater Ranch Mapsco: <Mapsco> Council District: 2 City Project Number: 02646 CFA Number: 2015-106 DOE Number: 7507 To be completed by st Received by: S Date: 12 AIV/ A �q � r OFFICIAL RECORD 16 City of Fort Worth,Texas CITY SECRETARY Standard Community Facilities Agreement FT.WORTH,TX CFA Official Release Date:07.30.2015 Page 1 of 11 " STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, Saginaw 106 LTD, ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Lasater Ranch Phase 1 ("Project") within the City or the extraterritorial jurisdiction of Fort Worth, Texas ("City"); and WHEREAS, the City has no obligation to participate in the cost of the Improvements or Project; and WHEREAS, any future City participation in this CFA is subject to the availability of City funds and approval by the Fort Worth City Council and shall be memorialized as an amendment to this Agreement; and WHEREAS, the Developer and the City desire to enter into this Community Facilities Agreement ("CFA" or "Agreement") in connection with the collective Improvements for the Project. NOW, THEREFORE, 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, as amended, is hereby incorporated into this Agreement 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 H, 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 Improvements. Developer further acknowledges that said acceptance process requires the Developer's contractor(s) City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date:07.30.2015 Page 2 of 11 to submit a signed affidavit of bills paid and consent of Surety signed by its surety to ensure the contractor has paid any sub-contractor(s) and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full by Developer 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 describe the Improvements and are incorporated herein: Water (A) a, Sewer (A-1) 0, Paving (B) 11, Storm Drain (B-1) 0, Street Lights & Signs (C) �. E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section II, paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section II, of the Policy. Developer shall ensure its contractor(s) pays the then-current City-established wage rates. F. For all Improvements 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 prequalified, insured, licensed and bonded to do work in public ways and/or prequalified to perform water/wastewater 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 from the date of final acceptance insuring the maintenance and repair of the constructed infrastructure during the term of the City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date:07.30.2015 Page 3 of 11 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 Certificate of Insurance (ACORD or other state- approved form) supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours advance notice of intent to commence construction to the City's Construction Services Division so that City inspection personnel will be available; to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces, to not 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 in order to schedule a Pre-Construction Meeting. The 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, if any, until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. G. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the improvements under 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. City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date:07.30.2015 Page 4 of 11 I. City shall not be responsible for payment of 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, its contractors, subcontractors, officers, agents or employees, or in consequence of any failure to properly safeguard the work, or on account of any act, intentional or otherwise, neglect or misconduct of said Developer, its contractors, sub-contractors, officers, agents or employees, 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. 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 City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date:07.30.2015 Page 5 of 11 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. N. Upon completion of all work associated with the construction of the Improvements, Developer will assign to the City a non-exclusive right to enforce the contracts entered into by the Developer with its contractor along with an assignment of all warranties given by the contractor, whether express or implied. Further, Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. O. Inspection and material testing fees are required as follows: i. Developer shall pay in cash water and wastewater inspection fees and material testing fees equal to two percent (2%) for a total of 4% of the developer's share of the total construction cost as stated in the construction contract. ii. Developer shall pay in cash paving and storm drain inspection fees equal to four percent (4%) and material testing fees equal to two percent (2%) for a total of 6% of the developer's share of the total construction cost as stated in the construction contract. 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. Developer shall complete the Improvements within two (2) years, provided, however, if construction of the Improvements has started within the two year period, the developer may request that the CFA be extended for one additional year. ii. Nothing contained herein is intended to limit the Developer's obligations under the Policy, this Agreement, its financial guarantee, its agreement with its contractor or other related agreements. iii. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the construction of the Improvements if at City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date:07.30.2015 Page 6 of 11 the end of two (2) years from the date of this Agreement (and any extension period) the Improvements 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 Improvements or to cause the payment of costs for construction of same before the expiration of two (2) years if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction, the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date:07.30.2015 Page 7 of 11 Cost Summary Sheet Project Name chse.1 CFA No.: 2015-106 DOE No.: 7507 An Engineer's Estimate of Probable Cost is acceptable. However, the construction contract price will ultimately determine the amount of CFA fees and financial guarantee. The bid price and any additional CFA payments will be required prior to scheduling a pre-construction meeting. An itemized estimate corresponding to each project-specific exhibit is required to support the following information. Items Developer's Cost A. Water and Sewer Construction 1. Water Construction $ 410,839.00 2.Sewer Construction $ 320,326.75 Water and Sewer Construction Total $ 731,165.75 B. TPW Construction 1.Street $ 698,176.00 2.Storm Drain $ 285,620.00 3.Street Lights Installed by Developer $ 143,290.00 4. Signals 5... TPW Construction Cost Total $ 1,127,086.00 Total Construction Cost(excluding the fees): $ 1,858,251.75 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 14,623.32 D. Water/Sewer Material Testing Fee(2%) $ 14,623.32 Sub-Total for Water Construction Fees $ 29,246.63 E. TPW Inspection Fee(4%) $ 39,351.84 F. TPW Material Testing(2%) $ 19,675.92 G. Street Light Inspsection Cost $ 5,731.60 H. Signals inspection Cost $ H. Street Signs Installation Cost Sub-Total for TPW Construction Fees $ 71,759.36 Total Construction Fees: $ 101,005.99 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 1,858,251.75 Com letion n ement=100%/Holds Plat $ 1,858,251.75 x Cash Escrow Water/Sanitary Sewer-125% $ 913,957.19 Cash Escrow Paving/Storm Drain=125% $ 1,408,857.50 Letter of Credit=125%w/2yr expiration period 1 $ 2,322,814.69 City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date:07.30.2015 Page 8 of 11 ACCORDINGLY,the City of Fort Worth and Developer have each caused this instrument to be executed in quadruplicate in each entity's respective name by its duly authorized signatories effective as of the date executed by the City's City Manager or his/her designee. CITY OF FORT WORTH DEVELOPER Saginaw 105 LTD I �oC Jesus J. hapa Assistant City Manager N me: Don E Allen Title: Development Manager Date: Date: Recommended by: ATTEST: (Only if required by Developer) endy Ch' Babulal,EMBA, P.E. Development Engineering Manager Signature Water Department Name: S- Dou rsig, P.E. Dire Transportation &Public Works Department Approved as to Form &Legality: ATTEST: Q;r," A. tAr& c6o.. ary J. er �O �,► Assistant City Attorney City Secretary (� M&C No. y Date: OFFICIAL RECORD City of Fort worth,Texas CITY SECRETARY Standard Community Facilities Agreement CFA Official Release Date:07.30.2015 FT. WORTH, TX Page 9 of 11 Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment Attachment I -Changes to Standard Community Facilities Agreement Location Map Exhibit A: Water Improvments Water Cost Estimate Exhibit A-1: Sewer Improvements Sewer Cost Estimate Exhibit B: Paving Improvements Paving Cost Estimate Exhibit B-1: Storm Drain Improvements Storm Drain Cost Estimate Exhibit C: Street Lights and Signs Improvements Street Lights and Signs Cost Estimate (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date:07.30.2015 Page 10 of 11 ATTACHMENT"I" Changes to Standard Agreement Community Facilities Agreement City Project No. 02646 None City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 11 of 11 i HARMON ROAD GS 0 a O w z O E BAILEY z BOS JELL ROAD p 0 J O Lo Q coO Lo x z u- � W 49 �0lp Oz BASSWOOD L00 BOULEVARD 1� SITE OWNER/ DEVELOPER: PELOTON LASATER RANCH SAGINAW 106 LTD '' ""° `O1"""04' PHASE 1 7300 BLUE MOUND ROAD 5751 SUI EE 85 RIVE NOT TO SCALE FORT WORTH,TEXAS 76131 KELLER,TX 76244 DATE:OCTOBER 2015 PHONE:817-502.2539 PHONE:817-562-3350 f J CR�'gE28�P G R79 'J601 cio-c- LOT 17X PRIVATE OPEN SPACE 12 1X.RLRCU5v 13 12 1110 9 8 7 6 5 4 3 2 1 0 PP P Pp,S'cD ROC STL RO D LOT 18X PRIVATE OPEN SPACE 36 1 F23 1 � 17 0 35 02 2 16 g 34 3 22 3 15 17 J 33 4 J 21 4 14 8 O V 32 5 16 6 0 J 6 9 F- 20 5 13 0 -Ti O 10 15 0 31 6 tl 19 6 W 12 14 7 Q D 30 (� 18 Q 7 W 11 J J 29 8 Lu 17 8 0 10 30 9 O 22 23 24 25 26 27 28 16 9 0 9 Q ® 10 15 10 Q 8 0 11 14 11 7 RET 1 3.PPZ 21 20 19 111 17 16 15 14 13 'lOIUM CjtSC(. 0 12 13 12 ARROYO VERDE TRAIL 1 2 3 4 5 6 7 8 9 10 11 1 2 3 4 5 6 2 LOT 1X PRIVATE OPEN SPACE LOT 5X PRIVATE OPE PACE EX 16'WATER LINE EX 16"WATER LINE —� BASSWOOD BOULEVARD LEGEND PROPOSED WATER LINE EXISTING WATER LINE --�--- PROPOSED GATE VALVE -------N EXISTING GATE VALVE PROPOSED FIRE HYDRANT NOTE:ALL PROPOSED WATER LINES ARE 8" UNLESS OTHERWISE NOTED EXHIBIT A — WATER OWNER/DEVELOPER: NMI PELOTON LGRAPHICSCALE 200' LASATER RANCH SAGINAW 106 LTD • L&NO .e..T.e., 5751 KROGER DRIVE PHASE 1 7300 BLUE MOUND ROAD SUITE 185 FORT WORTH,TEXAS 76131 KELLER,TX 76244 DATE:OCTOBER 2015 PHONE:817-502-2539 PHONE:817-562-3350 5 tLE�j E T6p3.Pt � � co LO P1�Akl O40, lP Pp,RKI C jL.a 88P O R79 VO��1M CFit G:C 13 12 11 10 9 8 7 6 5 4 3 2 1 RI O TIF O D DROP MH OT 18X LOT 17X L]36 1 24 1 17 NATE PRIVATE OP SPAC PEN SPA 035 (2)2 J_23 2 16 34 3 3 i15 17 J33 4 21 4 r14 6 16 r 32 5 1220 5 LU13 Q 15 031 6 Q19 6 W12 10 14 30 7 18(D 7 >11 00.29 8 w17 8 0 NSM`P• 22 23 24 25 26 27 28 9 <16 9 9 pF TEXT ITMTUTr Q 10 X15 10 �8 Q 11 14 11 7 21 20 19 18 17 16 15 14 13 12 13 12 Q r Z ae� ick'' A R Y E D T A L 1OPA2�. 1 2 3 4 5 6 7 8 9 10 11 1 2 3 4 5 6 CRCC OO LOT 1X PRIVATE P N ACE LOT 5X PRIVATE OPE PACE BASSWOOD BOULEVARD r ITT ITT I T IT. LEGEND ��-- PROPOSED SEWER LINES --�,-- EXIST SEWER LINES NOTE:ALL PROPOSED SANITARY SEWER LINES ARE 8"UNLESS OTHERWISE NOTED EXHIBIT Al - WASTEWATER OWNER/DEVELOPER: 1191 PELOTON LASATER RANCH SAGINAW 106 LTD I' LAMD SOLUTIONS 0 m 300' 5751 KROGER DRIVE PHASE 1 7300 BLUE MOUND ROAD SUITE 185 FORT WORTH,TEXAS 76131 KELLER,TX 76244 DATE:OCTOBER 2015 PHONE:817-502-2539 PHONE:817-562-3350 GRAPHIC SCALE C•R'g8128 PPGE119 LOT 17X PRIVATE OPEN SPACE i 14 ly"B�OCKt 13 12 11 10 9 TC 6 5 4 3 2 1 ~O PPRRPA0vk_V11KED RI LA�Z DD J LOT 18X PRIVATE OPEN SPACE 36 1 24 1 17 35 02 23 2 16 34 3 22 3 15 17 33 4 21 4 14 8 9 16 32 5 20 5 13 Q © 15 31 6 19 6 12 10 14 30 7 18 O3 7 11 di 29 8 17 8 10 9 9 22 23 24 25 26 27 28 16 9 Q 10 15 10 8 ix RET ASA 3;pA E 260 11 14 11 7 1661 1. 21 20 19 18 17 16 15 14 13 vO�UlAEG.R�C. 12 13 12 1 2 3 4 5 6 7 8 910 11 1 2 3 4 5 6 - Q O LOT 1X PRIVATE OPEN SPACE It LOT 5X PRIVATE OPE PACE BASSWOOD BOULEVARD i , -T--T I -T--T I -r- 7 -� LEGEND 29' B-B i 50' ROW(TYP) SIDEWALK BY DEVELOPER SIDEWALK BY HOMEBUILDER 20' B-B DIVIDED/80' ROW(TYP) ^ H.C. RAMPS BY DEVELOPER EXHIBIT B - PAVING OWNER/DEVELOPER: € PELOTON 0 '^ 200' nuNa LASAT E R RANCH SAGI NAW 106 LTD LAN. a014 5751 KROGER DRIVE PHASE 1 7300 BLUE MOUND ROAD SUITE 185 FORT WORTH,TEXAS 76131 KELLER,TX 76244 GRAPHIC SCALE DATE:OCTOBER 2015 PHONE:817-502-2539 PHONE:817-562-3350 CF-E 12g�AG R79 VOWM C.RT C 30"SLOPING Lor 17x WL PRIVATE OPEN 4'X4'JUNCTION SLOPINI BOX HDWL O o'K AD, 12 O 1X,8�R051 13 12 11 10 9 8 7 6 5 4 3 2 1 PFROppSE� BO 'JU NCTION 10 OS IL R AD iP p Kl 24 24 21 2- 10' INLETS LOT 18X n " PRIVATE �� OPEN SPACE 21" 36 1 2a 1 17 4' JUNCTION � � z [:23 2 3016 BOX 2- 15' 34 3 22 INLETS 3 1s 17 Q5 33 4 — 14 J 21 4 16 8 3 Q 8 O 9 O N OU) O 32 5 20 5 w 10IBO 31 6 nom. 19 6 w 12 'JUNCTION 27" 1a 11 30 7 1: U 18 7 p 11 BOX 21" J 1, 811 SLOPING 29 8 0 17 6 0 10 *22 23 24 25 26 27 28 9 j 16 9 Q 9 Q ® 10 (9 15 10 21 8 (Pspl 1,T ch P�E O 11 JJJ 14 11 7 R E 1663'T_ V 20 19 18 17 16 15 14 13 VO�uM CFTC- 12 13 12 -15'I T 4'JUNCTION BOX 7 39„ ARROYO VERDE TRAIL 2-10'INLETS 21 24 -24"COPING 11 " 'JUN-,TION 1 2 3 4 5 6 7 8 9 10 11 1 2 3 4 5 6 BOX O LOT 1X PRIVATE OPEN SPACE LOT 5X PRIVATE OPE PACE BASSWOOD BOULEVARD LEGEND �- PROPOSED STORM DRAIN INLET EXIST STORM DRAIN INLET --f-- PROPOSED STORM DRAIN MANHOLE PROPOSED STORM DRAIN HEADWALL EXHIBIT B1 - STORM DRAINAGE OWNER/DEVELOPER: 091 PELOTON 0 200' VIII LAND SOLUTION• LASATER RANCH SAGINAW 106 LTD PHASE 1 7300 BLUE MOUND ROAD 5751 SUOEEBDRIVE FORT WORTH,TEXAS 76131 KELLER,TX 76244 GRAPHIC SCALE DATE:OCTOBER 2015 PHONE:817-502-2539 PHONE:817-562-3350 G R &8E28�PGE�j9 VO�UM cR�Gt LOT 17X PRIVATE OPEN SPACE 12 X O tX,glR'051 . 13 12 11 10 9 8 7 6 5 4 3 2 1 O ` PPRPPRKI o RIO C STI LA ROAD J LOT 18X PRIVATE OPEN SPACE 36 1 24 1 17 Q35 0 2 23 2 16 34 3 22 3 15 17 J 33 4 J 21 4 J 14 8 16 8 O O 32 5 F- 20 5 I— 13 9 Q 10 15 O 31 6 CL 19 6 W 12 LLI 14 30 7 > U 18 O9 7 11 29 8 0 17 8 ry Ick O 10 J_ q 9 H 23 24 25 26 27 28 9 Z 16 9 Q Q Q 10 0 15 10 8 1, GE 260 11 14 11 7 R�10 3'TP 1 20 19 18 17 16 15 14 13 vOtU1J�R C G 12 13 12 A RO O ER E I RAI 1 2 3 4 5 6 7 8 9 10 11 1 2 3 4 5 6 Q LOT 1X PRIVATE OPEN SPACE LOT 5X PRIVATE OPEN IPACE BASSWOOD BOULEVARD -.-- LEGEND PROPOSED STREET LIGHTS O EXIST STREET LIGHTS EXHIBIT C - STREET LIGHTS OWNER! DEVELOPER: PELOTON 0 IT 200 LASATER RANCH SAGINAW 106 LTD 141 LAND SOLUTIONS 5751 KROGER DRIVE PHASE 1 7300 BLUE MOUND ROAD SUITE 185 FORT WORTH,TEXAS 76131 KELLER,TX 76244 GRAPHIC SCALE DATE:OCTOBER 2015 PHONE:817-502-2539 PHONE:817-562-3350 C R E28 APpGER 19 vO�VM CRAG- . LOT 17X PRIVATE OPEN SPACE W F- H 12 ^ `O 1X,BjR St 0 13 12 11 10 9 8 7 6 5 E42 ROC STL RO LOT 18X PRIVATE OPEN SPACE 0 36 1 24 1 17 O 35 Q 2 23 2 16 Q 34 3 J 22 3 15 17 J H 33 4 J 21 4 14 8 U 16 Q 0 32 5 �L J e 9 U H 20 5 13 15 31 6 d 19 6 12 10LU ,4 R—i 30 7 U 18 O3 7 LU 11 J > 29 8 w 17 8 O 10 O J FT 22 23 24 25 26j27218 9 � 16 9 I 9 ,0 g 15 10 Q 8 0 REEP6673'�pC'E 260 'X Z 21 20 19 18 17 16 ,5 14 13 11 14 11 7 VOIUM CRj G' 12 ARROYO VERDE TRAIL 1 2 3 4 5 6 7 8 910 11 1 2 3 4 5 6 O LOT 1X PRIVATE OPEN SPAC LOT 5X PRIVATE OPE PACE BASSWOOD BOULEVARD LEGEND 1 PROPOSED STREET NAME SIGNS EXIST STREET NAME SIGNS EXHIBIT Cl — STREET NAME SIGNS OWNER/DEVELOPER: (ilf PELOTON 0 200 LA AT A .e�o.,eM. S ERR NCH SAGINAW 106 LTD PHASE 1 7300 BLUE MOUND ROAD 5751 SUIITE 1KROGE85 RIVE FORT WORTH,TEXAS 76131 KELLER,TX 76244 GRAPHIC SCALE DATE:OCTOBER 2015 PHONE:817-502-2539 PHONE:817-562-3350 .f SECTION 00 41 00—PROPOSAL DEVELOPER AWARDED CONTRACTS This proposal must not be removed from this book of Contract Documents. TO: Saginaw 106, Ltd. PROPOSAL FOR: WATER, SANITARY SEWER, STORM DRAIN, PAVING AND STREET LIGHT IMPROVEMENTS PROJECT NAME: LASATER RANCH PHASE 1 D.O.E. NO. 7507 FILE NO. 2424 CITY PROJECT NO.2646 WATER PROJECT NO. P265-602150264683 SEWER PROJECT NO. P275-702130264683 Includes the furnishing of all materials,equipment and labor for the installation of median openings, left turn lane, water& sanitary sewer improvements and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: Water, Sanitary Sewer, Storm Drain,Pavine and Street Liehts to serve Lasater Ranch Phase 1 Pursuant to the foregoing `Notice to Bidders',the undersigned Bidder,having thoroughly examined the Contract Documents, including plans, special contract documents,the Technical Specifications listed in this contract,the site of the project and understanding the amount of work to be done, and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment and material except as specified to be furnished by the City, which is necessary to fully complete the work as provided in the Plans and Contract Documents and subject to the inspection and approval of the Director of the Department of Transportation & Public Works of the City of Fort Worth,Texas;and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond,Payment Bond, Maintenance Bond,and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the work within the time stated and for the following sums: Page 1 of 5 Furnish and install, including all appurtenant work, complete in place,the following items: SECTION 00 42 43 PROPOSAL FORM UNIT PRICE UNIT PRICE BID Bidder's Application Project heminfomation Bidders Proposal Bidtat Item Description Specir"ion Una of Bid Quantity Unit Price Bid Value No. Section No. Measure WATER 011PROVENIENTS 33110261 8"PVC Water Pipe 33 1112 IF 4,879 $33.00 5161,007.00 3312.2003 V Water Service 331210 FA 109 $900.00 $98,100. 33122103 11/2'Water Service 331210 EA 2 $2000.00 54000.00 33123003 8"Cate Valve 331220 FA I5 $1,200.00 $18 000. 3312 4112 16'Or Tapping Sleeve R Valve 331225 FA 2 $4 000.00 $8,000. 33120001 Fire Hydrant 331240 FA 3 $4,500.00 3,500.ODI 0. 3312.0106 IConnectbontoExisting 16'Water Main 331225 FA 2 $1000.00 $2,000.00 3311.0001 Ductile Iron Water Fittings wd Restraint 3311 11 TON 315W.00 S13 9999.0001 Concrete Blocking 000000 CY S $200.00 $1000. 3305.0109 JTrench Safety 33 05 10 IF 4,879 1 $0.25 $1,219.75 TOTAL WATER EWROVE IEN S S320,326.75 SANrrARY SEWER 01IPROVE71IUM 3331.4115 r Sewer Pipe 333120 IF 4,209 538.00 $159,942.00 3331 A 116 r Sewer Pipe,CSS Backfill 333120 LF 965 $48.00 S,16,320.00 0330.0001 Concrete Encase Sewer Pipe 033000 CY 54 $150.00 $8,100. 3339.1001 ,'Manhole 333920 FA 17 $4000.00 $68000.00 3339.1002 f Drop Manhole 333920 FA 1 $6,200-00 56 .00 3339.1003 4BoraDepth Manhole 333920 VF 54 $175.00 59450. 3305.0112 Concrete Collar 330517 EA 3 $300.00 $900. 3301.0101 Manhole Vacuum Testing 330130 EA 18 $150,00 700, 3339.0001 Epoxy Manhole-Liner 333960 VF 43 $185.00 $7955. 33313101 4'Sewer Service 333150 EA 109 $750.00 $81,750. 9999.0012 Connect toErrSS 000000 EA I SI,000.00 51000. 9999.0013 Connect to Er SS Manhole 000000 EA I $3,000.00 $3,000. 3305.0109 Trench Safety 330510 LF 5,174 $1.00 $5174. 3301.0002 Post-CCTV Inspection 330131 1 LF 5,1741 $2.00 $10,348. TOTAL SANITARY SEWER IMPROVEHITfIS S410,839.00 STORM DRAIN IMPROVEMEN IS 3341.0502 54"RCP,Class 111 3341 10 LF 68 $155.00H$22,920.0( 3341.0709 4r RCP,Class 111 3341 10 LF 191 $120.003341.0402 42'RCP,ClassIn 334110 LF 155 $105.003341.0312 39'RCP,Class 111 334110 LF 330 $100.3341.0002 30'RCP,Class IB 334110 LF 892 $60.003341.0208 2T RCP,Class 111 3341 10 LF 151 $55.00 3341.0205 24"RCP,Class 111 33 41 10 IF 743 $50.00 S37.150.0( 3341.0201 21'RCP,Class 111 3341 10 IF 175 $48.00 S8 400. 9999.0002 54"Sloping Headwa8 000000 LS I S4 00.00 $4 .00 9999.0003 3(r Sloping Headwall 000000 LF 1 53 .00 S3 9999.0004 27'Sloping Headwall 000000 LF 1 $3,000.00 53000. 99990005 24'Sloping Headwall 00 0000 EA I $2,5W.00"$2 3349.5001 10 Curb Inlet 334920 EA 4 $2,200.00 58,800.00 3349.5002 ISCurbInlet 334920 EA 4 $3600.00 514400. 3137.0110 Special Riprap 313700 SY 207 595.00 $19,665. 3349.0001 V Storm Junction Box 334910 FA 5 54 _00 S22 3349.0002 S Storm Junction Box 334910 FA 2 S5,500, $11.000.00 9999.0007 Remove 39'RCP 000000 IF1 97 $20.00 $1940. 9999.0008 Remove3SrHeadwall 000000 EA I 1 1 $1,000.00 SI,0D0.00 3305.0109 Trench Safety 1 330510 LF 1 2,7051 $1.00 $2705. TOTAL STORM DRAIN EKPROVENEWIS 5285,620.00 Page 2 of 5 PAYING"ROVEMFNTS 3213.0101 6'Conc Porn 321313 SY 16,545 $33.002154' 985.3213.0301 4'Cone Sidewalk 3213 20 SF 4,237 53.0012 711.3211.0501 6'line Treatrnertt 321129 SY 17,614 $3.00 52,842.3211.0400 Hydrated Lane 321129 TN 335 $175.008625.3213.0501 Barrier Free Rang,Type R1 3213 20 FA 14 51,20fiS698,1706.00 00. 32172103 REFLRaisedMarkerTYB-A-A 321723 EA 27 58. 3217.0503 24'SLD Pmt Marking Paint(W) 321723 IF 32 5240. 3137.0110 Special Riprap 313700 SY 59 5905. 9999.0009 Std Street Header 000000 lF 87 $3 $2610. 9999.0010 End of RoadBamcade 000000 EA 3 $7550. TOTAL PAYING 11�ROVRNF6.00 STREET 1JGFMNG"ROVE VIENTS 34413002 Rdwy plum Assmbly TY 8,1133-25,and D-30 3441 2D EA 24 $3,400.00 581,600, 3441.3301 Rdwy Illum Foundation TY 1,2,and 4 34 412D FA 24 $12M.00 $29,800. 2606.3001 11/4-CONDTPVC SCH80(T) 260533 LF 2,530 $10.00 $25,300. 3441.1408 NO 6 Ins u lated Elec Condr 344110 IF 2,530 $3.00 57$90. TOTAL STREET LIGHUNGl17PROVFMENTS 5143,290.00 BidSummi ry Base Bid Water Improvements $320,326.75 Sanitary Sewer Inprovements S410,839. Storm Dram Irrprovements $285,620.00 Paving Irrprovernents 5698 176.001 Street Lighting Improvements 5143 Tod Bid 51,858,251.75 PART B -PROPOSAL (Cont.) Page 3 of 5 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 successful bidder shall be required to perform the work in accord with these contract documents and the technical specifications available in the City of Fort Worth's Buzzsaw site and incorporated herein and made a part hereof for all purposes. 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. Page 4 of 5 The Bidder agrees to begin construction within TEN L UO calendar days after issue of the work order,and to complete the contract withinZjjd 4wWis �( /6V) calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. 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,L.P. Name of Contractor By: (Signature) Brock Huggins (Printed Name) Title: Vice President Company Name: Conatser Construction Address: P.O. Box 15448 Fort Worth,TX 76119 Email: Telephone: 817-534-1743 Page 5 of 5