HomeMy WebLinkAboutContract 49314 CITY SECRETARY
CONTRACT NO.,
Developer and Project Information Cover Sheet:
Developer Company Name: Saginaw 106 LTD, a Texas Limited Partnership,by Windfall
Investments,Inc.,it's General Partner
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: Lasatar Ranch Phase 2
Brief Description: Water,Sewer,Paving, Storm Drain,Street Lights
Project Location: J.Walker Survey Abstract Number 1602
Plat Case Number: FP-15-014 Plat Name:_ Lasater Ranch
=Mapsco.: [Mapsco] Council District: [CD#]
CFA Number: 2017-060 City Project Number: 100539
To be completed y staff.-
Received by: Date: 0/7
34S
Q
� � m
REGI VED
8 i
X917
OFFICIAL RECORD g C"YOFFORr ^'
6, C ,Sir
CITY SECRETARYErAny
FT.WORTH,TX �9 d
sb £ Z 'L �
City of Fort Worth,Texas
Standard Community Facilities Agreement-Lasatar Ranch Phase 2
CFA Official Release Date:02.20.2017
Page 1 of 11
STANDARD COMMUNITY FACILITIES AGREEMENT
THE STATE OF TEXAS § City Secretary
COUNTY OF TARRANT § Contract No.
WHEREAS, Saginaw 106 LTD, a Texas Limited Partnership, by Windfall Investments,
Inc., it's General Partner , ("Developer"), desires to make certain specific improvements as
described below and on the exhibits attached hereto ("Improvements") related to a project
generally described as Lasatar Ranch Phase 2 ("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 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 Improvements. Developer
City of Fort Worth,Texas
Standard Community Facilities Agreement-Lasatar Ranch Phase 2
CFA Official Release Date:02.20.2017
Page 2 of 11
further acknowledges that said acceptance process requires the Developer's contractor(s)
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) 0, Sewer(A-1) 0, Paving (B) 0, 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 maintenance
City of Fort Worth,Texas
Standard Community Facilities Agreement-Lasatar Ranch Phase 2
CFA Official Release Date:02.20.2017
Page 3 of 11
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.
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.
City of Fort Worth,Texas
Standard Community Facilities Agreement-Lasatar Ranch Phase 2
CFA Official Release Date:02.20.2017
Page 4 of 11
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 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.
City of Fort Worth,Texas
Standard Community Facilities Agreement-Lasatar Ranch Phase 2
CFA Official Release Date: 02.20.2017
Page 5 of 11
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
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
City of Fort Worth,Texas
Standard Community Facilities Agreement-Lasatar Ranch Phase 2
CFA Official Release Date: 02.20.2017
Page 6 of 11
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-Lasatar Ranch Phase 2
CFA Official Release Date: 02.20.2017
Page 7 of 11
Cost Summary Sheet
Project Name: Lasatar Ranch Phase 2
CFA No.: 2017-060 City Project No.: 10039
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 $ 304,434.50
2.Sewer Construction $ 349,456.40
Water and Sewar Construction Total $ 653,890.90
B. TPW Construction
1.Street $ 672,780.10
2.Storm Drain $ 640,044.00
3.Street Lights Installed by Developer $ 68,792.00
4. Signals $
TPW Construction Cost Total $ 1,381,616.10
Total Construction Cost(excluding the fees): $ 2,035,507.00
Construction Fees:
C. Water/Sewer Inspection Fee(2%) $ 13,077.82
D. Water/Sewer Material Testing Fee(2%) $ 13,077.82
Sub-Total for Water Construction Fees $ 26,155.64
E. TPW Inspection Fee(4%) $ 52,512.96
F. TPW Material Testing(2%) $ 26,256.48
G. Street Light Inspsection Cost $ 2,751.68
H. Signals Inspection Cost $ -
H. Street Signs Installation Cost $ -
Sub-Total for TPW Construction Fees $ 81,521.12
Total Construction Fees: $ 107,676.76
Choice
Financial Guarantee Options,choose one Amount Mark one
Bond= 100% $ 2,035,507.00
Completion Agreement= 100%/Holds Plat $ 2,035,507.00 x
Cash Escrow Water/Sanitary Sewer= 125% $ 817,363.63
Cash Escrow Paving/Storm Drain=125% $ 1,727,020.13
Letter of Credit= 125%w/2yr expiration period $ 2,544,383.75
City of Fort Worth, Texas
Standard Community Facilities Agreement-Lasatar Ranch Phase 2
CFA Official Release Date: 02.20.2017
Page 8 of 11
CITY OF FORT WORTH DEVELOPER
Saginaw 106 LTD,a Texas Limited Partnership,
by Windfall Investments,Inc.,it's General
Partner
Jesus J. Chapa
Assistant Ci Manager
Date: r7
Recommended by:
Name. Don E Allen
Title: Development Manager
Wendy Chi- bulal,EMBA, P.E. Date: _ /23 l
Development Engineering Manager
Water Department ATTEST: (Only if required by Developer)
Douglas, Wiersig, P.E.
Directorly. y Signature
Transportation &Public Works Department Name:
Approved as to Form & Legality: Contract Compliance Manager:
By signing, I acknowledge that I am the
person responsible for the monitoring and
Richard A. McCracken administration of this contract, including
Assistant City Attorney ensuring all performance and reporting
M&C No. J�VVI/ requirements.
Date: ')Ll 4)t-7
Form 1295: ^�� � GI ✓�l bdh
Name: Janie Morales
ATTEST: r Title: Development Manager
r ary . K O �L
City Secret
CAS OFFICIAL RECORD
CITY SECRETARY
City of Fort Worth,Texas
Standard Community Facilities Agreement-Lasatar Ranch Phase 2 �'WORTH,TR
CFA Official Release Date: 02.20.2017
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 1 -Changes to Standard Community Facilities Agreement
® Location Map
Exhibit A: Water Improvements
® Water Cost Estimate
® Exhibit A-1: Sewer Improvements
® Sewer Cost Estimate
® Exhibit B: Paving Improvements
® Paving Cost Estimate
® Exhibit 13-1: 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-Lasatar Ranch Phase 2
CFA Official Release Date:02.20.2017
Page 10 of 11
ATTACHMENT"I"
Changes to Standard Agreement
Community Facilities Agreement
City Project No. 100539
None
City of Fort Worth,Texas
Standard Community Facilities Agreement-Lasatar Ranch Phase 2
CFA Official Release Date:02.20.2017
Page 11 of 11
------------------------------------------------------------------------------ ------------------------------------
Lu
0
O �"
Nth
� o CN
m(-(D
O w �wr1-�
O~Q�w
W < K=w W
C YCO)-iz
Luo
Y
zo
z m LlJ Z
O O a�
a _
i 'n co J J o�
ir / m M W Q Ox
o _
Z
W = z
J Y�
0 ()O
_ M Zco 3�
w F--� w 00
I
N 4,_ �,/ Z LU LU o
—)Q O LL
W �0 J
G H 3 aJ
1 I�LIV411 UI 4Nn�3 la
T
Q 3(1 5 W� SIWII Allo MVNIE)VG z
N
W
U)
G Q
/ 50/ 0P�
N
J
0
N
w
Q w
U
m
�o O d
H w
O co
z w
a
0
I4rVd�Ualesal\sl!4!4+3\eJJ\Z ase4d\NO1�su�woy 4sueaialesel L004llHl\80%�J
---------------_----------------------_---------------_----------__------------_ ___--.-. ..____________________________m_
no
li
U ff U J
cli Df
jz�
w
/ o.o >N i I n wZ'C.W H �f-w I _
z r w
I o`m_w ``��`I`
'!v
w
I _
7
r=
I O
II �m N m I�c IIHi!1 VSCINOW i O w N
•uVw •\ Wil_„ J_ N ml H wa�onfo
X�
w n
to .0
r , < , IIS a Y�Jz
uwo
ni Y11a
1 mo I n w i � mm O m III I -
� II
Y H � m p lar. p
�N I m m m QNr >io
m g
�
m N a0 II71
f H ll 1 10 tlIV IN dr2 m I I !
i a n m
O III rWOz��
I I I LL�Z�
L_ I c N N Q r n
IN 30 3n OS d' I N W Z
I w .------ - I I !
I f•- � _ o m ,v � >� T I I J J 0 ID
n
ZX
Y H
m I ! _ Q
v-m m W I m I j \ Z g 3
r2 — w m I
n II4 3Ntll J o
m ! l� oano�o ; Z Y cn p
9 p jU, o
O Q
Q,
lJ
Ik,IF IF
ry II I
I m ll O2j S3 i
� I v I III
I i g
! I 3$r.
! jor. jor.
a pd Noy N
I - �asU Gatti
WrA WYN
!� d2 d2 00-900410-t 'ON f021dW.F
� GPUS; I
-
01-040_ W MUVH H12ONavo,O �
00 /►
F- w L�
Z
> U
Q F- w J
> w Z Z_
_ J
Q Q E } wo H
C9 > LL = Q w
w H w w ~O Q;
L w >;
d d � o W
Ln 0
x X x xX CL J
CL w d uJ O w Q' Q
CL
c)
Z m.
U �W ='
0z� W; c7
14s'tl��Ua1Bse"I\sUQl4x3\el0\Z�eUdWp\�N�u+w}4�ueaialBsel 100411H1180fGp
---------------
_-------------------------------------_____-----------_-------_____________________________________________ CN
_r
n O
Z O-j
Wr
LuNF FCL
LuaoDU ui d
QN� I W Q
Cl)COO° !Q F
I w v<p
,1
z w o
cmM
� n,M
-- _� _�inj in�p(o N
. W W
�[r w -y J ° 05
Of uo
nWaY�JW
W w 0
Q� n �aa mtid L Ya
W p
pg i <\ m, lMtl2il VSOINOIN I -
m NI m m
I IUm�c' ---- -- -_- - ------ --- I I�
0 K I J J Q.h
LLJ> O Zx
I I N 1 ll 11 /� N 1 !� KYZ
=011
V ❑ I I ��rN; UQ
per: ° W42 Z g3
I n I LLZ13?> W 00
MO
" i.: 34 3AOS d' i—:2I I N 4V
m I II I J
I'I i
r Z ,
II —�
�3N` lio '
1 I m m O
ZC;�Y. Z 11 I
w " �oyu. g I I
dV Nm I I I I I -_-
T " m7�,� Zgo I ' z
r—--I• � " " .iJ I I
— N Fi rV III , I N
II I
/ I
m
.�, ON S3
I n I < � �
w 1
�I W; rQ �
W ''^^
I . ter. W F- Q; V J
amu. u. W O Q
or. or.
I I o� Nod Z Z �: J
I ` ru r Yu _1 W
act Z
Ix (1) >-U) W:
W Z
W W
- (AW-JO-1H�JIN 1,Ol-OLS) U) LU Q� Q;
ON(lOW 3(Hill118 H12fON W
� W 0�
(n W 1
p O� T--� o W
X dZ Q;
a W OQ
0 a oo U)
Z -j� m' ez
a
C7 W
F-W x
J 0=, W:
14s'V�0 Zialesel\e.0 Z4d\V�ON!0\4�ueb ielese-j L004�1H1180%'J
........................................................................................ �f0
LL
1 1a ON
----- ---------------— - -- --- U ----------{ III I W m
N 'I
c3 4 I I =W
�/\ ✓� Il Z w o ui
cl
WWFXN0
CL z
W o
Inl a
- N r og= i II
11w 0
1 U)
NOW
q� '_- w z
n Atl Of I
4a
� I1
o"
w O o",
N
QW 2 J F
1 N I _ 0 UO
W m V Id Z g3
�3N W a o
m a �O I I �o J o0
mZ Y C',LL
o,-
> o o jo o I I V
J a H I oo II
m a`o
I I t Z i IIS I
3n -L ss o I
� ( I
• I
I ,
QNr QNr
I QitJ
yljo pod 0 R! N V J
a
I (AVM-30-1HJIa,SEL Ol,OZI) W
(95L AVMHJIH'W�d)
—— —` OVON ONnoW 3mg HIHON w w r1
W a-
0 in p Q
> >w w J
W 0 0
0
CID Z:
Y Y a-
Ln
�:
CIS W W a
62 A .
o, o o d o w
C14 v) in o
U
UJ
�z O m
U
w O o 0
W:
14sHd�UaleseTsilglgx31e10\Z aseyd\NO\�suj woq gvueaialese�L0061�N118UfFU
.................................................................................................................... r
�O
w _ c LLN
I \\JL / / ^~a �N n III ( O J
;m LET
—�
w a
f r
�-Z °' IIx N�r=o.0 R for N I I I S w
O ''
0w Q
I om I t\ ! o �I o llva�-vsoiNow I I�� o coN
U� I NNII
mar 1 T
i I t
(w9w �
IwviC7� — _ O w co" T \ 1 _ �z III Q ; -10
I 91
NI I HI = r, Yx
O In o
I '
U
I m o Mo. of
I I—
eoa•rx•8
r l n m r 1m fi0 VN
r r " III �o�
a awll r OLL vJ
I � INN NN N N_N� m � x
N N ' F>All N a,w I I it w
—1 I dna tz _ d�a.ea v ao�z I!; I d aro
3 IHO 34 3n S
.a
I R
LU 0 IX
T
Im m w
� Y-2w m m ZI 3
z n N ";� III I{, 3Ntll g aK
o
l� oanolo w c o
z Y LL
_ I m I avo� r
I llW � �° o� III J
I m _ Zr
e
CoCO gg I I I
I I n _ " I III I I •
aoa.cz I l l l
I 1 oa s3 I II
IIIUo:$ o.o
��cr. z
NOS. NOS
Q.6 QacU N
�Z �2 w J W
I
LIVOM uo O J Q W
to I0n _ _ _
— _ (�
(AVM-30-1HOla,9£LOl�0ZO w Z Q Q W Q
(991,AVMHEIH'W_3) ... Z < w 7
—-' —— OVON ONnOW 3n18 H1NON _ L_
Z �j Z Z Q: Q
J
❑ Z ❑
O ❑ O O G'
U U)
❑ o ❑ ❑ O
H
o o o V3.
o D o 0
d w d d t"Mi° C) W
W; M Q
U)
a.
W° C
)Us'Vd0 Ualesel\elO Z4d\VdO^!O\9...aFIQ -M OKIHTGONO
....................................................................................................................... pa)
LL
O N
Oaw x�ia —T N(YN Y > __J III I W M°�N Ioa-N I w
z
a/1 I I N N ry I I llval W
Z I M/� ✓N I I Z i W LLI
Om I m IMU VSOl O III r O ; po
N
wail I—— 1—I N O o m J CW7 W F
0 Ir OD
i i I W
V"� Y 'WW WoeT
HYaU
I w0 i m
MNOL-��
L-v-
51
II
r\
-woo
I jig
`� Ab 'VIN Of I II W Z
I -J
a _ I LLI m
��w �I i II > 20 aa IX
00
N
Lo
N m
I I I 3NVl W J o
II Oanoi� o
OfI w�6o Nm III I-__ J
� N U
50 II
fni BA
P?T.Al k I
Ll
I
I 6J\~N 6W N •
KZ KZ W
yme uo o U)
1 !O
I (AVM-d0.1H91a,S£L O1 AZ L)
(9SL AVMH`JIH'W_d)
—— —— OV02f dN OW 3L118 HIHON /1
♦'_R: U) LL
2 V Q
J U `
F- r
w W:w
H
U)
W
W X �;
O U) o W
d _� V: U
O
C) IY x U)
W M� let U
W =
w 00x o
—i W
14sV�0 Zalesel\al0 Z4d\tl�0\NO\4ueaialesel 1000LlHl\9°fFJ
_.......................................................................................................................... �CD
rLL�
Xwox O�
o�W - X Q-- r—T— N Y m ;_ III I W m
I O I
N o oI I
llvm.L v w
lival vsol oU II 0 o N o
O �
: EXT
J 05w-
N F O
I F \ " III W ` N J W
� m II � Wo
II
m
CL
� III
J YY
_I I
F
T"C71,
N
oId
i-:
NSII w Z
I I __ ` --- II I O am
� o r� > —T I I J J 'o n
�° z
II � _O zx
t= ° I I W
I a
0
3
I l �s r I I aNv, b a a o�c
I 1 1 l� oanolo W J
lo
I = 4 a I I I Z Y LL
J 6�7 O i0
N m o J =Y° I
e
E
E:�-J
u ss 1 (
" mmI -
n 3n I I
I II
I JnY. J,or.
, �J, Z
QN� �N
Q (J); �< N
LLdZ �Z i �R LL w
4Uo �o o �/ U)
!O CL.
— UtlM'd
(8S0AtlMH1H0Ia•S£�01.OZ1) W
l `
JIH'W_A W
—— —— Otl02!ONf10W 3n19 H12JON /1
LL
U)
V)
Z J
w CO
Q (D W ;
Z 7J5 W :
w W :
w Q
H:
Z tt�
v~i w
0 � rq : o w
W r> Q
0 CO
a ~ ' CO
Z w x Ln m : el
z
W a w _ _
W X °
J /
a W
6/1/2017
ITEM TOTAL UNIT PRICE ITEM TOTAL COST
ITEM NO. BID ITEM UNIT 3 'XDOT
1 8"PVC Water Pie LF 1,71! 4,691 $28.50 $133,693.50
2 8"Gate Valve EA 17 $950.00 $16,150.00
3 Connection to Existing 4"-12"Water Main EA 1 $1,500.00 $1,500.00
4 Fire Hydrant EA 5 $4,000.00 $20,000.00
5 24"x 8"Tapping Sleeve&Valve EA 1 1 $4,800.00 $4,800.00
6 1"Water Service EA M 120 $750.00 $90,000.00
7 1 1/2"Water Service EA 3 $1,200.00 $3,600.00
8 Trench Safety LF 1,71! 4,691 $1.00 $4,691.00
9 Ductile Iron Water Fittings w/Restraint TON : 5 $6,000.00 $30,000.00
10 8"Sewer Pie LF 4,618 $34.00 $157,012.00
11 8"SS w/Cement Stabilized Sand Encasement LF 320.0 $75.00 $24,000.00
12 4"Sewer Service EA 134 $395.00 $52,930.00
13 4'Manhole EA 17 $3,600.00 $61,200.00
14 4'Drop Manhole EA 1 $7,200.00 $7,200.00
15 Manhole Vacuum Testing EA 18 $150.00 $2,700.00
16 Trench Safety LF 4,938 $1.00 $4,938.00
17 Post-CCTV Inspection LF 4,938 $2.80 $13,826.40
18 Epoxy Manhole Liner VF 41 $200.00 $8,200.00
19 T Extra Depth Manhole VF 53 $150.00 $7,950.00
20 Connect to Existing 8"Sanitary Sewer EA 1 $500.00 $500.00
21 Concrete Encase Sewer Pipe LF 60.00 $150.00 $9,000.00
22 6"Conc Pvmt SY 1401 15,111 $35.60 $537,951.60
23 6"Lime Treatment SY 149 16,617 $2.30 $38,219.10
24 Hydrated Lime TN 2 316 $163.00 $51508.00
25 Barrier Free Ramp,Type R-1 EA 8 $1,130.00 $9,040.00
26 Barrier Free Ramp,Type P-1 EA 4 $760.00 $3,040.00
27 Barrier Free Ramp,Type M-2 EA 4 $820.00 $3,280.00
28 Const Std Street Header&Install Barricade EA 2 $1,320.00 $2,640.00
29 4"Conc Sidewalk SF 3,619 $5.40 $19,542.60
30 Barricades,Signs&Traffic Handling MO 1 1 $1,440.00 $1,440.00
31 Furnish and Install Street Signs and Post EA 12 $389.90 $4,678.80
32 Furnish and Install Street Name Blade EA 32 $45.00 $1,440.00
33 21"RCP Class III LF 72 241 $66.00 $15,906.00
34 24"RCP,Class III LF 562 $72.00 $40,464.00
35 30"RCP,Class III LF 165 $110.00 $18,150.00
36 36"RCP,Class III LF 435 $102.00 $44,370.00
37 7x4 Box Culvert LF 484 $368.00 $178,112.00
38 8x4 Box Culvert LF 449 $395.00 $177,355.00
39 5'Curb Inlet EA 2 $3,500.00 $7,000.00
40 10'Curb Inlet EA 4 $5,200.00 $20,800.00
41 15'Curb Inlet EA 4 $6,100.00 $24,400.00
42 4'Dro2 Inlet EA 1 $3,800.00 $3,800.00
43 4'Stacked Manhole EA 2 $3,500.00 $7,000.00
44 4'Storm Junction Box EA 2 $5,800.00 $11,600.00
45 Large Stone Ri ra ,dry SY 64 $110.00 $7,040.00
46 Laze Stone Ri ra ,grouted SY 253 $160.00 $40,480.00
47 Headwall,Box Culvert CY 10 $650.00 $6,500.00
48 21"TxDOT SET Concrete Headwall EA 22 $3,500.00 $7,000.00
49 Remove 18"Storm Line LF 43 43 $12.00 $516.00
50 Remove Headwall/SET EA 2 4 $1,500.00 $6,000.00
51 Remove 2-5'x2'MCB LF 100 $150.00 $15,000.00
52 Salvage Rock Rip gap SY 263 $5.00 $1,315.00
53 5'X 2'Box Culvert LF 12 $325.00 $3,900.00
54 24"RCP PlugEA 1 $500.00 $500.00
55 30"RCP Plu EA 1 $500.00 $500.00
56 Trench Safe LF 72 2,336 $1.00 $233600
57 Rd Illum Assmbl TY 8,11,D-25,and D-30 EA 21 $1,504.00 $31,584.00
58 Rd Illum Foundation TY 1 2,and 4 EA 21 $948.00 $19,908.00
59 6-6-6 Triplex Alum Elec Conductor LF 1,730 $2.35 $4,O65.50
60 2"CONDT PVC SCH 40 T LF 1,730 $7.65
$13,234.50
UNIT TOTAL $2,035,507.00
SECTION 00 4100—PROPOSAL
DEVELOPER AWARDED CONTRACTS
This proposal must not be removed from this book of Contract Documents.
TO: Saginaw 106, Ltd.
PROPOSAL FOR: PAVING IMPROVEMENTS
PROJECT NAME: LASATER RANCH PHASE 2
FILE NO.W-2341
CITY PROJECT NO. 100539
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:
PAVING IMPROVEMENTS
TO SERVE LASATER RANCH PHASE 2
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:
Furnish and install, including all appurtenant work, complete in place,the following items:
Page 1 of 3
004243—Proposal-Paving
DAP- ID PROPOSAL
Page 1 of 1
SECTION 00 42 43
Developer Awarded Projects-PROPOSAL FORM
UNIT PRICE BID Bidder's Application
Project Item Information Bidder's Proposal
Bidlist Item Specification Unit of Bid
No. Description Section No. Measure Quantity Unit Price Bid Value
UNIT I:PAVING IMPROVEMENTS
3213.0101 6"Conc Pvmt 32 13 13 SY 15,111 $35.60 $537,951.60
3211.0501 6"Lime Treatment 32 11 29 SY 16,617 $2.30 $38,219.10
3211.0400 Hydrated Lime 3211 29 TN 316 $163.00 $51,508.00
3213.0501 Barrier Free Ramp,Type R-1 32 13 20 EA 8 $1,130.00 $9,040.00
3213.0506 Barrier Free Ramp,Type P-1 32 13 20 EA 4 $760.00 $3,040.00
3213.0504 Barrier Free Ramp,Type M-2 32 13 20 EA 4 $820.00 $3,280.00
9999.0002 Const Std Street Header&Install Barricade 000000, „EA 2 $1 320.00 $2,640.00
3213.0301 4"Conc Sidewalk 32 13 20 SF 3,619 $5.40 $19,542.60
9999.0014 Barricades,Signs&Traffic Handling 00 00 00 MO 1 $1,440.00 $1,440.00
9999.0006 Furnish and Install Street Signs and Post 34 41 30 EA 12 $389.90 $4,678.80
9999.0007 Furnish and Install Street Name Blade 13441 30 1 EA 1 32 $45.001 $1,440.00
TOTAL UNIT I:PAVING IMPROVEMENT-1 $672,780.10
UNIT I:PAVING IMPROVEMENTS $672,780.10
Total Construction Bid $672,780.10
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS
Form Version April 2,2014 LASATER_RANCH_PH2_QTO_CFA_SPECS.xIs
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 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 2 of 3
The Bidder agrees to begin construction within TEN (10) calendar days after issue of the work
order, and to complete the contract within ( 70 ) calendar days after beginning
construction as set forth in the written work order to be furnished by the Owner.
I (we) acLmowledge 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.
JLB Contracting.LLC.
Name of Contractor
(Signature)
�117
Ronald D Stinson, Jr
(Printed Name)
Title: Vice President of Business Development
Compa iv Name: JLB Contracting. LLC
Address: P.O. Box 24131
Foil Worth. Texas 78124
Email: rstinson@jlbcontracting.com
Telephone: 817-261-2991
Paze 3 of 3
SECTION 00 4100—PROPOSAL
DEVELOPER AWARDED CONTRACTS
This proposal must not be removed from this book of Contract Documents.
TO: Saginaw 106,Ltd.
PROPOSAL FOR: STREET LIGHTING IMPROVEMENTS
PROJECT NAME: LASATER RANCH PHASE 2
FILE NO.W-2341
CITY PROJECT NO. 100539
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:
STREET LIGHTING IMPROVEMENTS
TO SERVE LASATER RANCH PHASE 2
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:
Furnish and install, including all appurtenant work, complete in place,the following items:
Page 1 of 3
00 42 43—Proposal-Street Light
DAP-BID PROPOSAL
Page 1 of 1
SECTION 00 42 43
Developer Awarded Projects-PROPOSAL FORM
UNIT PRICE BID Bidder's Application
Project Item Information Bidder's Proposal
Bidlist Item Specification Unit of Bid
No. Description Section No. Measure Quantity Unit Price Bid Value
UNIT I:STREET LIGHTING IMPROVEMENTS
3441.3001 Rdwy Illum Assmbly TY 8,11,D-25,and D-30 13441 20 EA 21 $1,504.00 $31,584.00
3441.3301 Rdwy Illum Foundation TY 1,2,and 4 3441 20 EA 21 $948.00 $19,908.00
3441.3401 6-6-6 Triplex Alum Elec Conductor 34 4120 LF 1,730 $2.35 $4,065.50
2605.3001 2"CONDT PVC SCH 40(T) 26 05 33 LF 1,730 $7.65 $13,234.50
TOTAL UNIT I:SIR ET LIGHTING I PROVEMENT $68,792.00
UNIT I:STREET LIGHTING IMPROVEMENTS $68,792.00
Total Construedon Bid $68,792.00
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS
Form Version Apnl 2,2014 LASATER RANCH PH2 QTO CFA SPECS.xIs
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 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 2 of 3
The Bidder agrees to begin construction within TEN(10) calendar days after issue of the work
order,and to complete the contract within--r%-1WVcalendar 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,
Independent Utility Construction,Inc.
Name of Contractor
By:
(Signature)
Wo I
(Printed Nairne)
Title: V I, Q- tQs i Q T
Company Name:
Address: 5109 Sun Valley Drive
Fort Worth,Texas 76119
Email: +(1jdeL t tJ t+)(•CC�1rY1
Telephone: 0 1' 41? - q4
Page 3 of 3
SECTION 00 4100—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,AND STORM DRAIN
IMPROVEMENTS
PROJECT NAME: LASATER RANCH PHASE 2
FILE NO.X-23849
CITY PROJECT NO. 100539
WATER PROJECT NO.59601-0600430-100539-001580
SEWER PROJECT NO.59607-0700430-100539-001380
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,and Storm Drain Improvements
to serve Lasater Ranch Phase 2
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:
Furnish and install, including all appurtenant work, complete in place,the following items:
Page 1 of 3
004243-ProposaFUtilifies
DAP-BID PROPOSAL
Page 1 of 2
SECTION 00 42 43
Developer Awarded Projects-PROPOSAL FORM
UNIT PRICE BID Bidder's Application
Project Item Information Bidder's Proposal
Bidlist Item Specification Unit of Bid
No. Description Section No. Measure Quantity Unit Price Bid Value
UNIT I:WATER IMPROVEMENTS
3311.0261 8"PVC Water Pipe 33 11 12 LF 4 691 $28.50 $133,693.50
3312.3003 8"Gate Valve 33 12 20 EA 17 $950.00 $16,150.00
3312 0117 Connection to Existing 4 12 Water Main 33 12 25 EA 1 $1 500 00 $1 500 y00
_.__.._.. . ._ __. . ...._._ ... .._.....__ _ ..... _.. . ._._ �... _.. _......_ 0_w
3312.0001 Fire Hydrant 33 12 40 EA 5 $4,000.00 $20,000.00
3312 4209 24"x 8 Tapping Sleeve&Valve 33 12 25 EA 1y $4,800 00 $4 800.00
3312.2003 1"Water Service 33 12 10 EA 120 $750.00 $90,000.00
3312.2103 1 1/2 Water Service ---33-1-2-10 EA 3 $1 200 00 $3 600.00
3305.0109 Trench Safety -3--3""0, 10 LF 4,691 $1.00 $4,691.00
3311.0001 Ductile Iron Water Fittings w/Restraint 13311 11 1 TON 1 5 $6,000.00, $30,000.00
TOTAL UNIT I:WATER IMPROVEMENT $304,434.50
NIT II:SANITARY SEWER IMPROVEMENTS
3331.4115 8"Sewer Pipe 33 31 20 LF 4,618 $34.00 $157,012.00
^,,,-,,- - -- -"-e-------",-,---, -,-, --- ----,-------
......_ _ _.__e_..____ _ ..._____ -._. ....._.._ .._ .__ .._.------__ _._..__....
9999.0009 8"SS w/Cement Stabilized Sand Encasement 00 00 00 LF 320 $75.00 $24,000.00
___._. _.._,,.,, W_._ ......._ _..._... .._ ._..__. _... ._.,..._ -. . .._ 2-,---i331.3101
._m.__,
3331.3101 4"Sewer Service 33 31 50 EA 134 $395 00 $52,930.00
3339 1001 4 Manhole 33 39 20 EA 17 $3,600.00 $61 200.00
3339.1002 4'Drop Manhole 33 39 10,33 EA 1 $71200.00 $7,200.00
3301.0101 Manhole Vacuum Testing 3301 30 EA 18 $150.00 $2,700.00
3305 0109Trench Safety 33 05 10 LF 4,938 $1.00 $4 938,.00
3301.0002 Post CCTV Inspection 33 01 31 LF 4,938 $2.80 $13,826.40
_._. ....0
3339.0001 Epoxy Manhole Liner 33 39 60 VF 41 $200.00 $8,200.00
_.,_..__ -..____.. p _ _._.,.. _._. -33-3-6-1-6,____ _ .._._._. � ._..... ___ _ �__
3339.1003 4 Extra Depth Manhole 33 VF 53 e $150 00 $7,950.00
9999.0020 Connect to Existing 8"Sanitary Sewer 00 00 00 EA 1 $500.00 $500.00
330.0001 lConcrete Encase Sewer Pipe 1033000 1 LF 1 60 $150.00 $9,000.0
TOTAL UNIT II:SANITARY SEWER IMPROVEMENTS $349,456.40
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS
Form Version April 2,2014 LASATER_RANCH_PH2 aTC_CFA SPECS.)ds
004243-Proposal-Utililies
DAP- ID PROPOSAL
Page 2 of 2
SECTION 00 42 43
Developer Awarded Projects-PROPOSAL FORM
UNIT PRICE BID Bidder's Application
UNIT III:STORM DRAIN IMPROVEMENTS
3341.0201 21"RCP,Class III 3341 10 LF 241 _ $66.00 $15,906.00
3341.0205 24"RCP,Class III 3341 10 LF v 562 $72.00 $40,464.00
_._______ $ _ _^__$_18,1_5_0-.,_0-0_,
__8, _.__...___.
3341.0302 30 RCP Class III 33,41 10 LF 165 $110 00 $18,150.00
3341.0309 36 RCP Class III 33 4,_f_10____, LF 435 $102.00 $44,370.00
3341 1402 7x4 Box Culvert 33 41 10 LF 484 $368 00 $178,112.00
3341.1501 8x4 Box Culvert 3341 10 LF
00 00 00 449 $395.00 $177,355.00
9999.0012 5'Curb Inlet 2. ,_
_ $3,500.00 _$7,000.00
3349.5001 10'Curb Inlet 33 49 20 EA 4
$5,200.00 $20,800.00
3349.5002 15'Curb Inlet 33 49 20 EA 4
$6,100.00 $24,400.00
3349.7001 4'Drop Inlet 33 49 20 EA 1 ,$3,800 00„ $3 800000
3349.0104 4'Stacked Manhole 33 49 10 EA 2 $3,500.00 $7,000.00
3349.0001 4'Storm Junction Box 33 49 10 EA 2 $5,800.00 $11,600.00
___.7. __g___.._t'o'.._ _____.___ _...- -_'--$1
. ,, .__._. __$7
3137.0102 Large Stone Riprap,dry 31 37 00 SY 64 $11.0.00 $7 040.00
3137.0103 Large Stone Riprap,grouted 31 37 00 a SY 253 $160.00 $4048000
3349.1000 Headwall,Box Culvert 334940 CY 10 $650.00 $6,500.00
_9 _ _ __._.�. . ......___ _... ..._.__ ___00-00,
__, 0_.__ _.__._ ._..________. ___--,$_70_0,_,0,-._0_0_
_ ... _._.... _
9999.0013 21"TxDOT SET Concrete Headwall 00 00 00 EA 2 $3,500.00 _. $7 000,00
241.3013 Remove 18"Storm Line 0241 14 LF 43 $12.00 $516.00
241.4401 Remove HeadwalUSET 0241 14 EA 4 $1 50000 $6,000.00
___._-_ ._,. 6_000-6_..__. _...__.._..._._ 0 ____�__
9999.0010 Remove 2-5'x2'MCB 0 LF 100 $150.00 $15,Ofl0.00
9999.0011 Salvage Rock Rip Rap 00 00 00 SY 263 $5.00 $1,315.00
_....... __ __. .............._....
9999.00175'X 2'Box Culvert 3341 10 LF 12 $325.00 $3,900.00
9999.0018 24"RCP Plug 00 00 00 EA 1 $500.00 $500.00
9999.0019 30"RCP Plug 00 00 00 EA 1 $500.00 $500.00
3305.0109 Trench Safety 133_05 10 LF 2,336 $1.00 $2,336.00
TOTAL UNIT III:STORM DRAIN IMPROVEMENT $640,044.00
UNIT I:WATER IMPROVEMENTS $304,434.50
UNIT ll:SANITARY SEWER IMPROVEMENTS $349,456.40
UNIT III:STORM DRAIN IMPROVEMENTS $640,044.00
Total Construction Bid $1,293,934.90
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS
Form Version April 2,2014 LASATER_RANCH PH2_QTO_CFA SPECS.)ds
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 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 2 of 3
The Bidder agrees to begin construction within TEN j L01 calendar days after issue of the work
order,and to complete the contract within (�}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,
D.T.Utility Contractors,Inc.
Name of Contractor
(Signature)
(Printed Name)
Title: /0.
Company Name: D.T.Utility Contractors,Inc.
Address: 2614 Causbie Road
Weatherford,Texas 76087
Email:
Telephone:
Page 3 of 3