Loading...
HomeMy WebLinkAboutContract 49000 PM CITY SECRETARY CONTRACT NO. Developer and Project Information Cover Sheet: co V i` Deve vx�ompany Name: LGI Homes-Texas,LLC Address, State,Zip Code: 1450 Lake Robbins Dr.,The Woodlands TX 77380 Phone&Email: 281-210-5484,cbirt@lgihomes.com Authorized Signatory,Title: PAUt,A SWALL, 4iKe/Tot, OF Ac,c.ouwrlt.1G Project Name: Stone Creek Ranch,Phase 6A Brief Description: Water, Sewer,Paving, Storm Drain, Street Lights Project Location: East of Boat Club Rd.,West of Bowman Roberts Rd.,north of Brooklynn Dr. Plat Case Number: ' None Plat Name: None Mapsco: 46G Council District: 2 City Project Number: 100611 CFA Number: 2017-042 DOE Number: <DOE#> To be completed by ff. Received by: /26�cs Date: !� Z7 71 OFFICIAL RECORD City of Fort Worth,Texas CITY SECRETARY Standard Community Facilities Agreement-Stone Creek Ranch,Phase 6A CFA Official Release Date: 01.03.2017 FT.WORTH,'i"X Page 1 of 11 STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, LGI Homes-Texas, LLC , ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Stone Creek Ranch, Phase 6A ("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 further acknowledges that said acceptance process requires the Developer's contractor(s) City of Fort Worth,Texas Standard Community Facilities Agreement-Stone Creek Ranch,Phase 6A CFA Official Release Date:01.03.2017 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) ®, Sewer(A-1) ®, Paving (B) ®, Storm Drain(B-1) ®, Street Lights & Signs (C) Z. E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section Il,paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section Il, 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 bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253,Texas Government Code. City of Fort Worth,Texas Standard Community Facilities Agreement-Stone Creek Ranch,Phase 6A CFA Official Release Date:01.03.2017 Page 3 of 11 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-Stone Creek Ranch,Phase 6A CFA Official Release Date: 01.03.2017 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 iniuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its dicers, 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-Stone Creek Ranch,Phase 6A CFA Official Release Date: 01.03.2017 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-Stone Creek Ranch,Phase 6A CFA Official Release Date: 01.03.2017 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-Stone Creek Ranch,Phase 6A CFA Official Release Date:01.03.2017 Page 7 of 11 Cost Summary Sheet Project Name: Stone Creek Ranch,Phase 6A CFA No.: 2017-042 CityProject No.: 100611 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 $ 309,939.50 2.Sewer Construction $ 395,451.50 Water and Sewer Construction Total $ 705,391.00 B. TPW Construction 1.Street $ 514,897.60 2.Storm Drain $ 386,527.60 3.Street Lights Installed by Developer $ 54,219.90 4. Signals $ TPW Construction Cost Total $ 955,645.10 Total Construction Cost(excluding the fees): $ 1,661,036.10 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 14,107.82 D. Water/Sewer Material Testing Fee(2%) $ 14,107.82 Sub-Total for Water Construction Fees $ 28,215.64 E. TPW Inspection Fee(4%) $ 36,057.01 F. TPW Material Testing(2%) $ 18,028.50 G. Street Light Inspsection Cost $ 2,168.80 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 56,254.31 Total Construction Fees: $ 84,469.95 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 1,661,036.10 x Completion Agreement=100%/Holds Plat $ 1,661,036.10 Cash Escrow Water/Sanita Sewer=125% $ 881,738.75 Cash Escrow Paving/Storm Drain=125% $ 1,194,556.38 Letter of Credit=125%w/2yr expiration period $ 2,076,295.13 City of Fort Worth,Texas Standard Community Facilities Agreement-Stone Creek Ranch,Phase 6A CFA Official Release Date: 01.03.2017 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 LGI Homes-Texas,LLC Jesus J. Chapa y Assistant Cit Manager Date: NameRkuta- SCU f l Title:Di Ye LtUY 0-f Aawq b fto Recommended by: ' Date: i ATTEST: (Only if required by Developer) Wendy Chi Babulal, EMBA, P.E. Development Engineering Manager Water Department �� Signature Name: Douglas . Wiersig, P.E. Director Contract Compliance Manager: Transportation&Public Works Department By signing, I acknowledge that I am the Approved as to Form &Legality: person responsible for the monitoring and administration of this contract,including ensuring all performance and reporting cam. requirements. Richard A. McCracken Assistant City Attonny M&C No. 4 ok L � Date: �I'��t� Name: Form 1295: 04- Title: RT ... ATTEST: � !A i f �• 'sZ Mary J{ r * •'• City Sec ary �PS City of Fort Worth,Texas Standard Community Facilities Agreement-Stone Creek Ranch,Phase 6A CFA Official Release Date:01.03.2017 OFFICIAL RECORD Page 9 of 11 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 ® 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 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-Stone Creek Ranch,Phase 6A CFA Official Release Date: 01.03.2017 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 100611 None City of Fort Worth,Texas Standard Community Facilities Agreement-Stone Creek Ranch,Phase 6A CFA Official Release Date: 01.03.2017 Page 11 of 11 UNANIMOUS CONSENT OF SOLE MANAGER OF LGI HOMES—TEXAS,LLC The undersigned,being the sole Manager of LGI Homes—Texas,LLC,a Texas limited liability company("Company"), does hereby consent to, authorize, and adopt the following Resolutions with the same force and effect as if the undersigned had been present at a meeting of the Managers and had voted for the same: RESOLVED that(i)each of MARTA CAZARES,KYLE HANNA, SHANNON (CHUCK)BIRT,PAULA SEWALL, ROBERT(CLINT) WALKER and ROBERT STEVENS, and(ii)each of the Officers of the sole Manager, shall be and hereby are authorized to sign documents on behalf of the Company in connection with its ordinary business,which shall include purchasing and selling property on behalf of the Company, including,without limitation,to execute Deeds, Settlement Statements, Owner's Affidavits,Plats of Survey,and any other related documents deemed necessary. RESOLVED that the individuals covered by the Delegation of Authority of the sole Manager shall be and hereby are authorized to sign documents on behalf of the Company in accordance with such Delegation of Authority(as then in effect). RESOLVED that the following individual(s) identified shall be and hereby are authorized to sign documents on behalf of the following Subdivisions in connection with each Subdivision's ordinary business operations, which shall include selling property on behalf of the Company, including, without limitation, to execute Deeds, Settlement Statements, Owner's Affidavits, Plats of Survey, and any other related documents deemed necessary. BAUER LANDING BRIAN BATTEN and NICHOLAS(NICK) WARREN BUNTON CREEK PARKER SCOTT, WILLIAM(CHUCK) MITCHELL and NICHOL COX CHASE RUN BRIAN BATTEN and ROBERT(CLINT) WALKER CYPRESS BEND LUCAS LANSMAN, STACY CONLEY and JEANINE ROACH DEERBROOK ESTATES BRIAN BATTEN,ERIC PRUDHOMME and JOSHUA MARTINEZ FOSTER MEADOWS PARKER SCOTT,ROGELIO(ROGER) VILLA and ERIC WARM HOLLYWOOD PARK LUCAS LANSMAN and EDWARD(EDDIE) TORRES LIBERTY PARKS PARKER SCOTT and WILLIAM(CHUCK) MITCHELL MAGNOLIA RESERVE BRIAN BATTEN, ROBERT(CLINT) WALKER and CHERYL GOLDBECK MAGNOLIA SPRINGS PARKER SCOTT and MARY ANN EGGEN MEADOW SPRINGS LUCAS LANSMAN and EDWARD(EDDIE) TORRES -1- NOWLINGSHIRE ESTATES BRIAN BATTEN PAINTED MEADOWS BRIAN BATTEN and ALVIN EDWARDS PATRIOT ESTATES LUCAS LANSMAN, STACY CONLEY and JEANINE ROACH POTRANCO RANCH PARKER SCOTT and JOHN GARZA RANCH CREST BRIAN BATTEN and JOEL TOMLIN SABLE CREEK LUCAS LANSMAN and THOMAS(TOMMY) DITTOE SHADY OAKS LUCAS LANSMAN, STACY CONLEY and STEPHEN (DREW)BALLARD SONTERRA WEST PARKER SCOTT and TORREY REYNOLDS STERLING LAKES WEST BRIAN BATTEN and LAURA RUIZ DE GONZALEZ STONE CREEK RANCH LUCAS LANSMAN STACY CONLEY and MIGUEL MORENO SUGAR PINESQUARE BRIAN BATTEN and ERIC PRUDHOMME SUMMIT HILL LUCAS LANSMAN and KEITH JOHNSON TALISE DE CULEBRA PARKER SCOTT and RICHARD FIGUEROA TRAILS AT SEABOURNE BRIAN BATTEN and DAVID BADILLO PARKS WINDMILL FARMS LUCAS LANSMAN, STACY CONLEY and STEPHEN(DREW)BALLARD RESOLVED that all prior lawful acts performed or authorized in the name of or on behalf of the Company by MARTA CAZARES, KYLE HANNA, SHANNON (CHUCK) BIRT, PAULA SEWALL, ROBERT (CLINT) WALKER or ROBERT STEVENS or any Officer of the sole Manager are hereby ratified, confirmed, authorized and approved in all respects. RESOLVED that all prior lawful acts performed or authorized in the name of, or on behalf of, the Subdivisions listed above by the individual(s) identified for each Subdivision are hereby ratified,confirmed, authorized and approved in all respects. RESOLVED that the forgoing Resolutions replace and supersede all previously adopted Resolutions covering the subject matter of these Resolutions issued by or on behalf of the Company. IN WITNESS WHEREOF the undersigned, being the sole Manager of the Company, has adopted the foregoing Resolutions as of January 18,2017. By. LGI Homes Group,LLC 7yu�"9---- Meg 19ritton,Authorized Signatory -2- I HERER RD 11MIT F-, -T.g-R,- ✓ �\ GREEN RI ITE -3� N.N1. uj Q ✓ C � I ` C FRI-NQ ER1. N11 -N G-1 11 -EGG .1111E L) 0 DID 4'59 1 GRr--- P R Vill I VICINITY MAP CL NOT-TO-SCALE uj 0 cj CL rn -mss E ti 04 CV VI JOB NO. 61066-03 VICINITY MAP EXHIBIT PAPE-DAWSON o 0 DATE FEB 2017 DESIGNER EAP STONE CREEK RANCH - PHASE 6A F ENG/VEERS CHECKED TT DPFNNAP FORT WORTH I SAN ANTONIO I AUSTIN I HOUSTON I DALLAS ui FORT WORTH, TEXAS 500 WEST SEVENTH ST,STE 350 1 Fr.WORTH,TX 76102 1817.870.3668 43 SHEET 1 QF7 TEXAS BOARD OF PROFESSIONAL ENGINEERS,FIRM REGISTRATION#470 THIS DOCUMENT MAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN y � PAPS FREE - o In SOON f_— In$ a a \ JASPER UKE DR i yI go n I 3 p z I lea _ o — z 3 Oa 1 = m CJ � � — O z I — 0 Go i IL N _ ? - LLir mz Its! Oa I I m CIL o ----------------------------- - -- [_KEaRQa=3E DI3 C3 —PROPOSED 3'WA- V3 L -L ti 0 LOT 1, BLOCK 1 SAINT THOMAS THE APOSTLE ADDITION w LEGEND SCALE: 1"= 200' 'n PROPOSED WATER LINE ; t 0 200 400 PROPOSED GATE VALVE PROPOSED FIRE HYDRANT 1 �s C) -v N C N o JOB NO. 61066-03 EXHIBIT A - WATER PAPE DAWSON o Q3 DATE FEB 2017 FENGINEERS 0 DESIGNER RI STONE CREEK RANCH - PHASE 6A a CHECKED Tl DRAWN EAP ly FORT WORTH 1 SAN ANTONIO I AUSTIN I HOUSTON I DJ#470 7 {� 500 WEST SEVENTH ST,STE 350 1 FT.WORTH,TX 76102 1817.870.3668 {' N SHEET 2 0 F r PORT WORTH, TEXAS TEXAS BOARD OF PROFESSIONAL ENGINEERS,FIRM REGISTRATIO THIS DOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN r Flw4r__ soNE c i a JASPER LAKE DR m /. CoLl i m % eR % x = LLJ I f iCV - - L O '� m paa - a VERDO GQ- E pproc�ri PR osm a* ss LI _J I I C LOT 1, BLOCK 1 SAINT THOMAS THE APOSTLE ADDITION uJu o LEGEND SCALE: 1 "= 200' V) PROPOSED SANITARY SEWER LINE 0 200 400 C, WITH FLOW ARROW EPROPOSED SANITARY MANHOLE .. CV� C n N a JOB NO. 61066-03 EXHIBIT Al - SEWER AW SON o DATE OCT sD,6ENGINEERS a DESIGNER RI NONE CREEK RANCH - PHASE 6A raj 05 CHECKED TT DRAWN EAP FORT WORTH I SAN ANTONIO I AUSTIN I HOUSTON I DALLAS +� ci SHEET 3 OF 7 FORT WORTH f TEXAS 500 WEST SEVENTH ST,STE 3501 FT.WORTH,TX 761021817.870.3668 TEXAS BOARD OF PROFESSIONAL ENGINEERS,FIRM REGISTRATION$470 O O Li THIS DOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN PROPOSED RAMP PROPOSED RAMP IJ PROPOSED \ \ RAMP < PROPOSEDz < CONCRETE < -pmaiaa z cli 6 C> to < to I < L6 VEROO GO_RL uj I 1 - - L1 -J�_ i- I LL PROPOSED PROPOSED PROPOSED-/ RAMP RAMP RAMP LOT 1, BLOCK 1 SAINT THOMAS THE CC, APOSTLE ADDITION Ir. LEGEND PROPOSED PAVEMENT 0 BEEN= SCALE: 1"= 200' V) 0 200 400 E> 0. r CL C'4 JOB NO. 61066-03 EXHIBIT B PAVING I SON AW -0 cT I DATE FEB 2017 APE -z; ENGINEERS 1� DESIGNER RI c STONE CREEK RANCH - PHASE 6A Fzj p Llf �a� CHECKED TT DRAWN EAP FORT WORTH I SAN ANTONIO I AUSTIN I HOUSTON I JAL-AL 0 500 WEST SEVENTH ST,STE 350 1 FT.WORTH,TX 76102 1817.870.3668 N SHEET 40F7 FORT WORTH, TEXAS TEXAS BOARD OF PROFESSIONAL ENGINEERS,FIRM REGISTRATION#470 O LL0 THIS DOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN F V � t0 E� PAPS � �,FZE S.E.T. ixPROPOSED c 24' RCP to JASPER LAKE DR 0 g N O'i�O5E6 21' RCP r � ,PSQ F D R CP ' o It CL I _ I ¢ ,L i — L) i LL z a N W 1 I SE.Ti. co Q I d I I a � � V R�ON R % _=__ Off^ 2. RCI _ a.. �i L 1 -J I I I IN ROP {.1 e LEGEND LOT 1, BLOCK 1 PROPOSED STORM DRAIN SAINT THOMAS THE �'— PIPE & APOSTLE ADDITION uj JUNCTION BOX UJ G m PROPOSED SCALE. 1"_ n n 0 i 9 CURB INLET 0 200 400 E SAFETY END TREATMENT CL oma , .. N r E; 3 JOB N0. 61066-03 EXHIBIT B1 — STORM DRAIN PAPE-DAWSON' o� DATE FEB 2017 ENGINEERS Q DESIGNER EAP STONE CREEK RANCH - PHASE 6A rai lJ CHECKED TT DRAWN EAP FORT WORTH I SAN ANTONIO I AUSTIN I HOUSTON I DALLAS DESIGNER: OF 7 FORT WORTH TEXAS 500 WEST SEVENTH ST,STE 3501 FT.WORTH,TX 761021817.870.3888 Ol SHEET 7 TEXAS BOARD OF PROFESSIONAL ENGINEERS,FIRM REGISTRATION#470 LL THIS DOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN E� ARE SOO- JASPER LAKE DR i �p5Q / � I \ o A I w m I ¢ X W Q _ _ w w = m Ll Z Ci 04 N I __ m _ I V VI � I I I I I II I I EROON DR c ct LOT 1, BLOCK 1 y1 LEGEND SAINT THOMAS THE APOSTLE ADDITION w cn PROPOSED STREET LIGHT SCALE: 1 "= 200' 0 200 400 E 0. o �q c n � Np JOB NO. 61066-03 EXHIBIT C - STREET LIGHTS PAPE-DAMSON oDATE FEB 2017 ENGINEERS v` DESIGNER STONE CREEK RANCH - PHASE 6A raj # CHECKED IT DRAWN EAP Lf 5� FORT WORTH I SAN ANTONIO I AUSTIN I HOUSTON I DALLAS FORT WORTH TEXAS 500 WEST SEVENTH ST,STE 350 1 FT,WORTH,TX 761021817.870.3668 O) 0 SHEET 60F ! TEXAS BOARD OF PROFESSIONAL ENGINEERS,FIRM REGISTRATION 0670 O � LZ THIS DOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN r P\A JASPER LAKE DR IPSP I �\ a 2 z w LLF m w o3 Q — w = m z ¢ ZOI N to Q / I ^— Q u- V O L) T'7 I LJ i l l li I I LI I I LOT 1, BLOCK 1 rn SAINT THOMAS THE APOSTLE ADDITION w � o LEGEND SCALE: 1"= 200' N 0 200 400 PROPOSED E, e STREET NAME SIGN a c:, rn o -o rr c"! JOB NO. 61066-03 EXHIBIT Cl - STREET NAME SIGNSPIPE-D�IW$ON 0 DATE FEB z°" ENGINEERS Q DESIGNER EAP STONE CREEK RANCH - PHASE A Fmj lL CHECKED TT DRAWN EAP FORT WORTH I SAN ANTONIO I AUSTIN I HOUSTON I DALJ.47� N 7 �� FORT WORTH TEXAS 500 WEST SEVENTH ST,STE 3501 FT.WORTH,TX 76102 1817.870.3668 0) SHEET { TEXAS 90ARD OF PFOFE55{ONAL ENGINEEF\S,FIRM REGISTRATION � LL. THIS DOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN 0 0 0 0 0 0 0 0 0 0 0 0 0 r 4 0 r i a E 0 z m fA Q W Q 2 IL o 0 0 = W 0 Z > o O o 0 0 0 0 W ' to000 0 Q W 3 m m V Z, ? J O J J W W W W W OL '^ 'r VI N N C O N m m m m g r c m � a ya � rn O LLI H g N N x !ES w � I � 3c7 F O m NLL' o O S N V S S S S C m m O m in i+� �mM � mM yA?{ 3 oio e o RIR m o 0 0 o r ��ui�niod nils ^�� r o 0 0 h "o ni ni nig a r w 0 d a E 0 z r fq Q W Q o 0 o m 0 0 0 IL W T W O O O O M O i > Om1 OMi OMi O r O O ti M M .- Z o o O0 o sr c� Y ' LV > o 0 0 W a V Z N Z LL Q LL Q LL LL LL Q Q Q C J W J W J J � ¢ W W 0 r Cl) N N M M N O O MM G O O N^O M M M M 000inminm a oo CL mM�mnimM � � m N O O M M M nMi m M M M S D C _ � O � m m LL D r CD U12 J b m U c t d m d E % d w c o CL w'v 'v � s m m M M M M M M m O 9 ui o e o o e o a o 0 0 o e o e o 0 0 0 0 0 O N V r c r E z r H Q O O O O O O O M0; ID (V tV N W M W Q 0 0 0 O 2 IL z0 0 0 0 0 0 2 W U > ZS IL O o O o 0 r W M Y a LV z o0 0000000 , W tMD N N r 0 LU U CC[[ QQ Z J J J J J J J W W W W W W W (n L0L V/ I O 4 M C V V a V N M M M M M M M M M M M M CL M M M M M M M M M M M M M N i21 R O C U CD 0 O v u K K K i0 U c c 0 U U 0 U S E E E O O O N O p^ppp 88N pp Mpp O �t���ppVVjj S O 8� r tri ea}i ai of of of of ai of M M M M O t7 M M M M M M M M M M M M M a t/J 4 k §§ 22 « 23223% 2f } §» 7» f» $» t f � � © � 2277 2 � W �U) 222 AES co 93 a `5 cl- 2 > c� c:�� - - LLI Y w m � j\m2 2 2 U Z 3 2 ± ± ± ± O � m � m % \ \ \ \ \ \ mi $ � ) \ ) B - ) a2 � ® $fa Ek « \ C,f Lx. CX3 } ' ) ) / * 3aA . k � � d $ $ ) §§ k � kki %$ 7 k � rrr 9- 0 0 0 o e e o e e o 0 0 0 0 N P eC aD aC OO ap Oi Of iC O O O O O N'i0 CO r O r w` a E 0 z s y Q w Q 2 W a 0 a _ cn V � o z Ii N Q 0 0 0 (n 07 m fD Y ' J W 0 0 0 0 0 0 W LLI w ^ � mmmm m V N LLI z C J J W W W W W W W O I N C p N m O O N N N m M m 1fJ aN m c� m m cmi imi m fn 5 v � � r a o U @ c � N S C ~ ^ O m N V O m N � Z LL CJ ,,, � LLdaN �n U y m j L - U C p m J= L L L o r Z I.� d' Jl��Lpp rrr�pppp o O O cg aOOOi �a 3 N .w 004243-1 DAP-BID PROPOSAL Page 1 of SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. pleasure Quantity UNIT I: WATER IMPROVEMENTS 1 3305.0109 Trench Safety 33 05 10 LF 4,705 50.40 S 1,882.00 2 3311.0001 Ductile Iron Water Fittings wt Restraint 33 11 11 TN 3.10 S5,100.00 S 15,81000 3 3311.0241 8"Water Pipe 33 It 10.33 11 12 LF 3.485 $31.50 S 109,777.50 4 3311.0441 12"Water Pipe 34 11 10,33 11 12 LF I,LO 547.00 S 57,340.00 5 3312.0001 Fire Hydrant 33 1240 EA 3 $3,500.00 $ 10,500.00 6 3312.2003 1"Water Service 33 1210 EA 87 $990.00 S 86,130.00 7 3312.3003 8"Gate Valve 33 1220 EA 16 S 1,300.00 S 20,800.00 8 3312.3003 12"Gate Valve 33 1220 EA 2 52,200.00 S 4,400.00 9 3312.0117 Connection to Existing 4"-12"Water Main 33 122S EA 3 $1,100.00 S 3,300.00 TOTAL UNIT I: WATER IMPROVEMENTS $309,939.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Stone Creek Ranch,Phase 6.4 Form Version September 1,2015 City Project No. 10611 a� 004243-1 DAP•BID PROPOSAL Page 2 o(6 SECTION 00 42 43 Developer Awarded Projects PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description SpeciticatIon Unitof Bid Unit Price Bid Value Item No. Section No. hlea5urc Quantity UNIT II:SANITARY SEWER IMPROVEMENTS I 330L0002 Post-CCTV inspection 330131 LF 3,173 SISO S 4,759.50 2 3301.0101 Manhole Vacuum Testing 33 01 30 EA 15 S 110.00 S 1,650.00 3 3305.0109 Trench Safety 33 05 10 LF 3,173 51.00 S 3,173.00 4 3305A 113 Trench Water Stops 33 05 15 EA 6 5300.00 S 1,800.00 5 33051003 20"Casing By Open Cut 33052-0 LF 100 590.00 $ 9,000.00 6 3331.3101 4"Sewer Service 333150 EA 88 S 1,300.00 S 114,400.00 7 3331.4115 8"Sewer Pipe 13 11 t0,33 31 12,33 31 2( LF 3,173 $57.00 S 180,861.00 8 3331.4116 8"Sewer Pipe,CSS Backfill 3 11 10.33 31 12,33 31 2( LF 40 561.00 S 2,440.00 10 3339.0001 Epoxy Manhole Lincr 33 39 60 VF 34-4 S20000 S 6.880.00 11 3339.1001 4'Manhote 33 39 10,33 39 20 EA 15 S4.40000 S 66,000.00 12 3339.t003 4'Extra Depth Manhole 33 39 10,33 39 20 VF 408 SI 10.00 S 4,488.00 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $395,451.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Stone Creek Ranch,Phase 6.4 Form Version September 1,2015 City Project No. 101611 004243-1 DAP-BID PROPOSAL Page 3 of 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BIDBidder's Application Project Item Information Bidder's Proposal BidlisiI L Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity UNIT III: DRAINAGE IMPROVEMENTS 1 3137.0101 Concrete Ripr ap 313700 SY 173 S87.00 S 15.051.00 2 3305.0109 Trench Safety 3305 10 LF 2.269 S1.00 S 2,269.00 3 3341.0201 21"RCP,Claw ill 3341 10 LF 152 580.00 S 12,160.00 4 3341.0205 24"RCP.Class 111 3341 10 LF 1,241 587.00 S 107.%7.00 5 3341,0205 27"RCP.Class 111 3341 10 LF 714 S9840 S 70.257.60 6 3341.0302 30"RCP,Class Ill 3341 10 LF 37 $11000 S 4,070.00 7 3341.0402 42"RCP,Class 111 3341 10 LF 125 S210.00 S 26.250.00 8 3349.0001 4'Storm Junction Box 3349 10 EA 3 S8,100.00 S 24,300.00 9 3349.0002 5'Storm Junction Box 334910 EA I 59,000.00 S 9,000.00 !0 3349.0003 6'Stone Junction Box 33 49 10 EA I S11,500,00 S 11,500.00 11 3349.4305 24"SET,3 pipes 33 49 40 EA 2 $4,200.00 S 8.400.00 12 3349.4206 27"SET,2 pipes 33 49 40 EA 2 $3,900.00 S 7,800.00 13 3349.5001 IV Curb Inlet 33 49 20 EA 8 S6,000.00 S 48,000.00 14 3349.7001 4'Drop Inlet 33 49 20 EA I 55,40000 S 5,400.00 15 9999.0001 SWPPP Maintenance(All Utility Imprownicnis) MO 4 550000 S 2.000.00 16 9999,0002 Inlet Protection EA 9 S175.00 S 1,575.00 17 9999.0003 18"Thick Rock RipRap,6"Thick Bedding SY 232 554.00 S 12,528.00 18 9999.0004 City Bonds for all Utility Improvements LS ! S18,000.00 S 18,000.00 TOTAL UNIT III:DRAINAGE IMPROVEMENTS $386,527.60 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Stone Creek Ranch.Phase 6.4 Foran Version September 1.2015 City Project No. 1011611 004243-1 DAP-BID PROPOSAL Page 4 of 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL.FORM UNIT PRICE BID Bidder's Application Project item Inrormation Bidder's Proposal Bidiist Description Specification Unit or Bid Unit Price Bid Value Item No. Section No. Measure Quantity UNIT IV: PAVING IMPROVEMENTS 1 3211.0400 Hydrated Lime 321129 TN 209.25 S155.00 S 32,433.75 2 3211.0501 6"Lime Treatment(35 LBSISY) 321129 SY 11,957 53.15 S 37,664.55 3 3213.0101 6"Cone Pvmt 321313 SY 11,122) 535.65 S 396,499.30 4 3213.0501 Barrier Free Ramp,Type R-t 32 1320 EA 14 S1,950.00 S 27,300.00 5 3213.0504 Barrier Free Ramp,Type M-2 32 1320 EA 5 S1,900.00 S 9,500.00 6 3441.4003 Fumish/lnstall Alum Sign Ground Mount City Std. 34 41 30 EA 9 5500.00 S 4,500.00 7 3471.0001 Traffic Control 34 71 13 MO 2 52,500.00 S 5,000.00 8 9999.0001 SWPPP Maintenance MO 2 $500.00 S 1,000.00 9 9999.0005 Fumish/lnstall Stop Sign 35 41 30 EA 9 S150.00 S 1,350.00 10 9999.0006 Furnish/install Street Name Blades 36 41 30 EA 16 S150.00 S 2,400.00 11 9999.0007 Remove Barricade EA 1 5500.00 S 50000 12 9999.0008 Connect to Existing Street EA 2 5750.00 S 1,500.00 L14 9999.0009 Connect to Concrete Header and Existing Street EA I 5500.00 S 500.00 9999.0100 "End of-Road"Barricade EA 2 S 1500.00 S 3,000.00 9999.0011 City Bonds for all Paving Improvements LS I 58,300.00 S 8,300.00 9999.0012 Mailbox CluswrConcrete Foundation SF 112 S450 S 504.00 TOTAL UNIT IV: PAVING IMPROVEMENTS $531,951.60 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Stone Creek Ranch,Phase 6.4 Foran Version September I,2015 Cit),Project No. 11Xht11 004243-1 DAP•HID PROPOSAL Page 5 of6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Unit or Bid Unit Price Bid Value Item No. Section NO, Measure Quantity UNIT V: STREET LIGHTING IMPROVEMENTS 1 2605.3001 1 14"CONDT PVC SCH 80(T) 26 05 33 LF 2,182 56.60 S 14,401 20 2 3441.1408 NO 6 Insulated Elec Condr 3441 10 LF 6,546 S0.95 S 6-118.70 3 3441.1501 Ground Boa Type B 3441 10 EA 8 S550.00 S 4,400.00 4 3441.3301 Rdwy lllum Foundation TY 1,2,and 4 34 41 20 EA 8 S935.00 S 7,480.00 5 3441.3201 LED Lighting Fixture 344120 EA 8 S950.00 S 7,600.00 6 3441.3345 Rdwy Illum TY D-25-6 Pole 34 41 20 EA 8 S1.765.00 S 14,120.00 8 9999.0013 City Bonds for all Sheet Light Imptmcments LS i S 1,350.00 S 1,350.00 TOTAL UNIT V:STREET LIGHTING IMPROVEMENTS $55,569.90 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Stone Creek Ranch,Phare 6.l Fotm Version Serunnher 1.2015 Clry Project No.100611 004243-2 DAP-BID PROPOSAL Page 6 of 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application BID SUMMARY UNIT I:WATER IMPROVEMENTS $309,939.50 UNIT II:SANITARY SEWER IMPROVEMENTS $395,451.50 UNIT III:DRAINAGE IMPROVEMENTS $386,527.60 UNIT IV:PAVING IMPROVEMENTS $53I,951.60 UNIT V:STREET LIGHTING IMPROVEMENTS $55,569.90 TOTAL CONSTRUCTION BID $1,679,440.14 Contractor agrees to complete!YORK for FINAL ACCEPTANCE within 200 calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Stone Creek Ranch.Phase bit Form Version September 1.2015 City Project No. 1(N)6!!