Loading...
HomeMy WebLinkAboutContract 49313 CITY SECRETARY CONTRACT NO._ O'l,95 Developer and Project Information Cover Sheet: Developer Company Name: LGI Homes—Texas, LLC Address, State,Zip Code: 1450 Lake Robbins Dr., Ste 430,The Woodlands, TX 77380 Phone& Email: 281-210-5484, elaine.torres@lgihomes.com Authorized Signatory,Title: Elaine Torres ,Vice President of Land Development DFW Project Name: Stone Creek Ranch, Phase 6B Brief Description: Water, Sewer,Paving, Storm Drain, Street Lights Project Location: East of Boat Club Rd., West of Bowman Roberts Rd.,North of Brooklyn Dr. Plat Case Number: None Plat Name: None Mapsco: 46G Council District: 2 CFA Number: 2017-085 City Project Number: To be completed by taff.- Received by: VAS Date: as a � � RECF-NED N , LIS �� CIIY OF FOFQ wow 3 p �(1YSECREfAf1`l a s `y► 9g � It City of Fort Worth,Texas Standard Community Facilities Agreement- Stone Creek Ranch,Phase 6B 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, 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 6 B ("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 6 B CFA Official Release Date: 02.20.2017 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) ®. 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 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 6 B CFA Official Release Date: 02.20.2017 Page 3 of 11 in. 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. 1. 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 6 B 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- Stone Creek Ranch Phase 6 B 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- Stone Creek Ranch Phase 6 B 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-Stone Creek Ranch Phase 6 B CFA Official Release Date: 02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name: Stone Creek Ranch Phase 6 B CFA No.: 2017-085 City Project No.: 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 $ 351,044.73 2.Sewer Construction $ 395,561.40 Water and Sewer Construction Total $ 746,606.13 B. TPW Construction 1.Street $ 799,299.49 2.Storm Drain $ 321,905.56 3.Street Lights Installed by Developer $ 249,323.28 4. Signals $ - TPWConstruction Cost Total $ 1,370,528.33 Total Construction Cost(excluding the fees): $ 2,117,134.46 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 14,932.12 D. Water/Sewer Material Testing Fee(2%) $ 14,932.12 Sub-Total for Water Construction Fees $ 29,864.24 E. TPW Inspection Fee(4%) $ 44,848.20 F. TPW Material Testing(2%) $ 22,424.10 G. Street Light Inspsection Cost $ 9,972.93 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ Sub-Total for TPW Construction Fees $ 77,245.23 Total Construction Fees: $ 107,109.47 Choice Financial Guarantee Options,choose one Amount Mark one' Bond= 100% $ 2,117,134.46 x Completion Agreement=100%/Holds Plat $ 2,117,134.46 Cash Escrow Water/Sanitary Sewer=125% $ 933,257.66 Cash Escrow Paving/Storm Drain=125% $ 1,713,160.41 Letter of Credit=125%w/2 rex iration period $ 2,646,418.08 City of Fort Worth,Texas Standard Community Facilities Agreement-Stone Creek Ranch Phase 6 B CFA Official Release Date: 02.20.2017 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 4usJ. LGI Homes-Texas,LLC �4 C9 fapa Assistant Pity Njanager ------ Date: _Date: `� Name: Elaine Torres Recommended by: Title: Vice President of Land Development DFW Date: �� �� 7 Wendy Chi abulal, EMBA, P.E. Development Engineering Manager ATTEST: (Only if required by Developer) Water Department (j, � Dough W. Wiersig, P.E. Signature Director Name: Transportation & Public Works Department Contract Compliance Manager: Approved as to Form &Legality: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including Richard A. McCracken ensuring all performance and reporting Assistant City A.ttorne requirements. M&C No. N fA Date: -71 -7 (vl t �7 ,;"f Form 1295: " Name: Janie Morales Title: Development Manager ATTESy pF FORS, V� O el ary J. City Sec y `meq S City of Fort Worth,Texas Standard Community Facilities Agreement-Stone Creek Ranch Phase 6 B 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 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 6 B CFA Official Release Date: 02.20.2017 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Proj ect No. None City of Fort Worth,Texas Standard Community Facilities Agreement- Stone Creek Ranch Phase 6 B CFA Official Release Date: 02.20.2017 Page 11 of 11 Cyt 0 F�' 7' � � �FPE��Pa r� �. paEr=°�°�— ;AP — � �o r HI T- 3. Ld < .......... L) -T. -L OR7H ff)00 0 C) � ) RDIE -E 'T T.- 0 0 1-F-11E LAK WOR LLJ op 4.591 V 111111111 V) Q) O VICINITY MAP 0- (D NOT-TO-SCALE ui (u V) :D q� 0 E O 0- r-7 0 V) 6 3' 08 NO. 61066-03 VICINITY MAP EXHIBITAPE SON AW-D c6 DATE MAR 2017 0 ENGINEERS cL DESIGNER EAP STONE CREEK RANCH - PHASE 6B Fj p CHECKED TT DRAWN EAP FORT WORTH I SAN ANTONIO I AUSTIN I HOUSTON I DALLAS = 500 WEST SEVENTH ST,STE 3501 Fr.WORTH,TX 76102 1817.870.3668 Q) 03 SHEET 1 OF7 FORT WORTH, TEXAS TEXAS BOARD OF PROFESSIONAL ENGINEERS FIRM REGISTRATION#470 15 THIS DOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED ANO/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN oq� ` C\F1RVFY i1NF-. �y$ I < \ \ \ 9 / _ i ppppTA � ESM = I w N a 0 Q, I —I /Q Z N ( I U (( 1 Roy / x LIJ d I (L I Z �n s� t 4 R4F w — \ F VE DON GORGE DR D - — LA �� ON ( LOT 1, BLOCK 1 U ISAINT THOMAS THE APOSTLE _ s J I ADDITION r - / I *NOTE: CANNOT MAKE CONNECTIONS TO MAINS INSTALLED UNDER CPN # zs �FL 1 I 100611 UNTIL THEY HAVE BEN ACCEPTED AND GREENSHEE S HAVE ``' � � _ I BEEN ISSUED. 00 \t . Lo O ,� 1 OPAL hYLL CJ O O I F L) \ 1 - - - - - - I DO UJ t LEGEND SCALE: 1 "_ �00' PROPOSED WATER LINE V) 0 300 600 V) Irl ^' PROPOSED GATE VALVE E PROPOSED FIRE HYDRANT 1 rn V-) Lo CID r Y MIIIIIIIIIII E; ioe No. sToss—os EXHIBIT A - WATERPAPE-DAW SON CV N DATE MAR STONE CREEK RANCH - PHASE 6B r ENGINEERS DESIGNER RI N / CHECKED TT DRAWN EAP FORT WORTH I SAN ANTONIO I AUSTIN I HOUSTON I DALLAS _N2 O F 7 500 WEST SEVENTH ST,STE 350 1 FT.WORTH,TX 76102 1817.670.3668 N . SHEET FORT WORTH, TEXAS TEXAS BOARD OF PROFESSIONAL ENGINEERS,FIRM REGISTRATION#470 O L.L THIS DOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN IMATF-SUEff-Y I INF-_ r FLO&"N Q T a — uj 'fl_ uj - laZJ 1 � D� � VIII oN BLOCK(SAINT THOMAS THE APOSTLE — 1 1 3 J ADDITION 1 1 I 1 1 J 1 LOM 1 1 ( *NOTE: CANNOT MAKE CO NECTIONS 11 TO MAINS INSTALLED UNDER CPN #100611 UNTIL THEY HAVE BEEN 1 ACCEPTED AND GREENSHEjETS HAVE BEEN ISSUED. U 1� � 1� 1 raara�m r s ci � ���- - - t - - -•- - - �- - - • � I Ln o � o I � J {� r o il 3 I z , LEGEND SCALE: 1 "= 300' y PROPOSED SANITARY SEWER LINE O 300 GOO o r3 WITH FLOW ARROW / E PROPOSED SANITARY MANHOLE � c � co co0 CN " JOB N0. 61066-03 EXHIBIT Al - SEWER PAPE-DAWSON N °"'� MAR z°" ENGINEERS DESIGNER RI STONE CREEK RANCH - PHASE 6B Fj CHECKED TT DRAWN EAP `(n, FORT WORTH I SAN ANTONIO I AUSTIN I HOUSTON I GALLAS 45 FT. _ 3 OF 7 FORT WORTH TEXAS TE WEST SEVENTH ST,STI NAL NG WORTH,IR 76102 EGGS RATIO0.3666 0 N SHEET � TEXAS BOARD OF PROFESSIONAL ENGINEERS,FIRM REGISTRATION R470 � l.L THIS DOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN CD w Al FLIgeN PAMMIT j ----- - �1 (I I -I PROP03ED III I III GRAF z D ���77 RAW ON LOT 1, BLOCK 1 ISAINT THOMAS THE APOSTLE ADDITION r z 0 m FL 0AMP DO C) C) m Lo am 0 DO C) C) Li LEGEND PROPOSED PAVEMENT Ce. SCALE: 1 300' 0 300 600 E C, Lo JOB NO. 61066-03 EXHIBIT B - PAVINGAPE D AW SON P6 i2l DATE MAR 2017 DESIGNER RI ENGINEERS STONE CREEK RANCH - PHASE 6B rj P CHECKED Tr DRAWN EAP FORT WORTH I SAN ANTONIO I AUSTIN I HOUSTON I DALLAS 500 WEST SEVENTH ST,STE 350 1 Fr.WORTH,TX 76102 1817.870.3668 0 =6 SHEET 40F7 FORT WORTH, TEXAS TEXAS BOARD OF PROFESSIONAL ENGINEERS,FIRM REGISTRATION 0470 m U- - THISDOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN IMAIE.SIlRVFY 11NF__ \ / �m900 - � - - - - - - - - - i -�- ppppL� � -a FL ESIAT IN t� c — 10:7 _I -I� I I 2r Z IU IML ""— SUE3k'y RCP— --� VERDON __.._ \ D\ �1N 21'RCS / w I LOT 1, BLOCK 1 wiaro® ISAINT THOMAS THE APOSTLE ADDITION f FL 00 Q , yM0/01ED jPA�H,L,,c_c " 2ir NFO I I _ m I Do 1 C) ( i r7 LEG ' ND PROPOSED STORM DRAIN i PIPE & JUNCTION BOX PROPOSED 5—SIDED MANHOLE Ln L, ® PROPOSED DROP INLET SCALE: 1 "= 300' (u II PROPOSED CURB INLET 0 300 600 II E o L' C) IZ TXDOT HEADWALL & LLf. RIPRAP c- E3 " JOB N0, 61066-03 EXHIBIT B1 - STORM DRAIN PAPE-DAWSON DATE MAR 2017 �ENGINEERS DESIGNER EAP STONE CREEK RANCH - PHASE 6R CHECKED TT DRAWN EAP FORT WORTH I SAN ANTONIO I AUSTIN 1 HOUSTON I DALLAS N 500 WEST SEVENTH ST,STE 350 1 FT.WORTH,TX 76102 1817.870.3668 W N SHEET 5 O F 7 FORT WORTH, TEXAS TEXAS BOARD OF PROFESSIONAL ENGINEERS,FIRM REGISTRATION 1470 � LL THIS DOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN (MATE SIIRVFY I INF ,ti �90 / Oes�O`PN \ \ I1�,1 N —� I FLO&YIN If let I II1n' Roy — LJZ t ROS —14 VERDON GORC DR D\ ON ; LOT 1, BLOCK 1 SAINT THOMAS THE APOSTLE 1 J ADDITION r 0 + _ A- � FL DO O M O — D � 11 LEGEND] j n x I i IyJ I '—y I PROPOSED 2 STREET LIGHT SCALE: 1 "= 300' 0 300 600 rp O 0) .. +s7 JOB NO. 61066-03 DATE MAR 2017 EXHIBIT C - STREET LIGHTS PAPE DAWS N 0 DESIGNER STONE CREEK RANCH - PHASE 6B ra ENGINEERS � t� :3 CHECKED TT DRAWN EAP FORT WORTH I SAN ANTONIO I AUSTIN I HOUSTON I DALLAS N 500 WEST SEVENTH ST,STE 350 1 FT.WORTH,TX 76102 1 817.870.3668 Q) _N SHEET 60F7_ FORT WORTH, TEXAS TEXAS BOARD OF PROFESSIONAL ENGINEERS,FIRM REGISTRATION 304570 O lL THIS DOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN I \ , � F — —FLCMAIN- - - - - - - Q / —�� c�I+ 1 I i < lz cn -I D\ � VERDON GOR DR \ \ , L:5 �\ \\ \\\ \ ONi LOT 1, BLOCK 1 _ _ SAINT THOMAS THE APOSTLE \ \ ADDITION r " I � 00 i \ F \ 1 \ I ! y — — — — - -I- -rr i I I I I .c LD CL L o LEGEND SCALE: 1 "= 300' 0 300 600 sTREE PROPOSED E REQ STREET NAME SIGN 0 C r` 0 JOB N0. 61066-03 EXHIBIT Cl - STREET NAME SIGNSPAPE-DAW SON DATE MAR 2017 ENGINEERS a- 0 DESIGNER EAP STONE CREEK RANCH - PHASE 6B Fj `'� CHECKED TT DRAWN EAP � � FORT WORTH I SAN ANTONIO I AUSTIN I HOUSTON I DALLAS _ 7 OF 7 FORT WORTH TEXAS TE WEST SEVENTH ST,STI NAL FT.WORTH,IR 76102 EGGS RATI 70.3668 � N SHEET f TEXAS BOARD OF PROFESSIONAL ENGINEERS,FIRM REGISTRATION 4470 D L.L THIS DOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN 004243-1 DAP-BID PROPOSAL Page I of 6 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. Measure Quantity UNIT I: WATER IMPROVEMENTS 1 3305.0109 Trench Safety 3305 10 LF 4,578 $0.42 $ 1,922.76 2 3311.0001 Ductile Iron Water Fittings w/Restraint 33 11 11 TN 5.20 $11,400.04 $ 59,280.21 3 3311.0241 8"Water Pipe 33 11 10,33 11 12 LF 4,578 $29.12 $ 133,311.36 4 3312.0001 Fire Hydrant 33 1240 EA 8 $4,134.00 $ 33,072.00 5 3312.2003 1"Water Service 33 12 10 EA 121 $780.00 $ 94,380.00 6 3312.3003 8"Gate Valve 33 1220 EA 10 $1,575.60 $ 15,756.00 7 3312.0117 Connection to Existing 4"-12"Water Main 33 1225 EA 6 $2,220.40 $ 13,322.40 TOTAL UNIT I: WATER IMPROVEMENTS $351,044.73 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Stone Creek Ranch,Phase 6B Form Version September 1,2015 City Project No.100893 004243-1 DAP-BID PROPOSAL Page 2 of 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal BidlistSpecification Unit of Bid Description Unit Price Bid Value Item No. Section No. Measure Quantity UNIT II: SANITARY SEWER IMPROVEMENTS 1 3301.0002 Post-CCTV Inspection 3301 31 LF 4,653 $1.04 $ 4,839.12 2 3301.0101 Manhole Vacuum Testing 33 01 30 EA 44 $156.00 $ 6,864.00 3 3305.0109 Trench Safety 3305 10 LF 4,653 $1.50 $ 6,979.50 4 3331.3101 4"Sewer Service 3331 50 EA 122 $535.60 $ 65,343.20 5 3331.4115 8"Sewer Pipe 3 11 10,3331 12,333120 LF 4,548 $33.80 $ 153,722.40 6 3331.4116 8"Sewer Pipe,CSS Backfill 3 11 10,3331 12,333120 LF 105 $33.80 $ 3,549.00 7 3339.0001 Epoxy Manhole Liner 33 39 60 VF 14.0 $223.60 $ 3,130.40 8 3339.1001 4'Manhole 33 39 10,33 39 20 EA 43 $3,536.00 $ 152,048.00 9 3339.1002 4'Drop Manhole 33 39 10,33 39 20 EA 1 $4,992.00 $ 4,992.00 10 3339.1003 4'Extra Depth Manhole 33 39 10,33 39 20 VF 81.9 $156.00 $ 12,776.40 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $395,561.40 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Stone Creek Ranch,Phase 6B Form Version September 1,2015 City Project No. 100893 004243-1 DAP-BID PROPOSAL Page 3 of 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal BidlistDescription Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity UNIT III: DRAINAGE IMPROVEMENTS 1 3305.0109 Trench Safety 3305 10 LF 1,087 $1.04 $ 1,130.48 2 3341.0201 21"RCP,Class III 3341 10 LF 45 $75.92 $ 3,416.40 3 3341.0205 24"RCP,Class Ill 3341 10 LF 187 $91.52 $ 17,114.24 4 3341.0302 30"RCP,Class Ill 3341 10 LF 502 $106.08 $ 53,252.16 5 3341.0309 36"RCP,Class III 3341 10 LF 264 $140.40 $ 37,065.60 6 3341.0502 54"RCP,Class 111 3341 10 LF 54 $304.70 $ 16,453.80 7 3341.I 101 4x2 Box Culvert 3341 10 LF 35 $213.20 $ 7,462.00 8 3349.0001 4'Storm Junction Box 3349 10 EA 5 $4,368.00 $ 21,840.00 9 3349.0003 6'Storm Junction Box 3349 10 EA 2 $7,800.00 $ 15,600.00 10 3349.5001 10'Curb Inlet 33 49 20 EA 4 $5,200.00 $ 20,800.00 11 3349.5002 15'Curb Inlet 33 49 20 EA 1 $7,540.00 $ 7,540.00 12 3349.5003 20'Curb Inlet 33 49 20 EA 2 $9,880.00 $ 19,760.00 13 3349.7001 4'Drop Inlet 33 49 20 EA 1 $1,456.00 $ 1,456.00 14 3349.1003 24"Flared Headwall,1 pipe 33 49 40 EA 2 $2,392.00 $ 4,784.00 15 3349.1012 54"Flared Headwall,1 pipe 33 49 40 EA 1 $16,896.00 $ 16,896.00 16 9999.0001 SWPPP Maintenance(All Utility Improvements) MO 4 $3,800.00 $ 15,200.00 17 9999.0002 Inlet Protection EA 8 $95.04 $ 760.32 18 9999.0003 12"Thick Rock RipRap,6"Thick Bedding SY 45 $118.56 $ 5,335.20 19 9999.0003 18"Thick Rock RipRap,6"Thick Bedding SY 56 $118.56 $ 6,639.36 20 9999.0004 City Bonds for all Utility Improvements LS 1 $49,400.00 $ 49,400.00 TOTAL UNIT III: DRAINAGE IMPROVEMENTS $321,905.56 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Stone Creek Ranch,Phase 6B Form Version September 1,2015 City Project No. 100893 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 Information Bidder's Proposal BidlistDescription Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity UNIT IV: PAVING IMPROVEMENTS 1 3201.0614 Concrete Pavement Repair,Residential 32 01 29 SY 351 $119.09 $ 4I,800.59 2 3211.0400 Hydrated Lime 32 1129 TN 295.5 $161.20 $ 47,634.60 3 3211.0501 6"Lime Treatment 32 1129 SY 16,887 $3.54 $ 59,779.98 4 3213.0101 6"Conc Pvmt 32 13 13 SY 15,888 $34.79 $ 552,743.52 5 3213.0501 Barrier Free Ramp,Type R-1 32 13 20 EA 10 $2,964.00 $ 29,640.00 6 3213.0504 Barrier Free Ramp,Type M-2 32 13 20 EA 5 $2,964.00 $ 14,820.00 7 3441.4003 Fumish/Install Alum Sign Ground Mount City Std. 34 41 30 EA 10 $364.00 $ 3,640.00 8 3471.0001 Traffic Control 3471 13 MO 2 $520.00 $ 1,040.00 9 9999.0001 SWPPP Maintenance MO 2 $1,000.00 $ 2,000.00 10 9999.0005 Furnish/Install Stop Sign 35 41 30 EA 7 $468.00 $ 3,276.00 11 9999.0006 Fumish/Install Street Name Blades 36 41 30 EA 36 $260.00 $ 9,360.00 12 9999.0007 Remove Barricade EA 5 $520.00 $ 2,600.00 13 9999.0008 Connect to Existing Street EA 6 $260.00 $ 1,560.00 14 9999.0009 Connect to Concrete Header and Existing Street EA 6 $260.00 $ 1,560.00 15 9999.0011 City Bonds for all Paving Improvements LS 1 $22,000.00 $ 22,000.00 16 9999.0012 Mailbox Cluster Concrete Foundation SF 31 $124.80 $ 3,868.80 17 9999.0013 Furnish/Install Speed Zone 15 MPH(W13-1P) EA 2 $520.00 $ 1,040.00 18 9999.0014 Furnish/Install Right Turn(WI-IR) EA 1 $468.00 $ 468.00 19 9999.0015 Furnish/Install Left Tum(WI-IL) EA 1 $468.00 $ 468.00 TOTAL UNIT IV: PAVING IMPROVEMENTS $799,299.49 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Stone Creek Ranch,Phase 6B Form Version September 1,2015 City Project No.100893 004243-1 DAP-BID PROPOSAL Page 5 of 6 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. Measure Quantity UNIT V: STREET LIGHTING IMPROVEMENTS 1 2605.3015 2"CONDT PVC SCH 80(T) 26 05 33 LF 4,363 $8.32 $ 36,300.16 2 3441.1408 NO 6 Insulated Elec Condr 3441 10 LF 13,089 $2.08 $ 27,225.12 3 3441.1501 Ground Box Type B 3441 10 EA 12 $780.00 $ 9,360.00 4 3441.3301 Rdwy Ilium Foundation TY 1,2,and 4 34 41 20 EA 29 $1,232.40 $ 35,739.60 5 3441.3201 LED Lighting Fixture 34 41 20 EA 29 $3,239.60 $ 93,948.40 6 3441.3345 Rdwy ilium TY D-25-6 Pole 34 41 20 EA 29 $754.00 $ 2I,866.00 7 2605.0111 Furnish/Install Elec Sery Pedestal 26 05 00 EA 3 $6,344.00 $ 19,032.00 8 9999.0013 City Bonds for all Street Light Improvements LS 1 $5,852.00 $ 5,852.00 TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS $249,323.28 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Stone Creek Ranch,Phase 6B Form Version September 1,2015 City Project No. 100893 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 $351,044.73 UNIT II: SANITARY SEWER IMPROVEMENTS $395,561.40 UNIT III: DRAINAGE IMPROVEMENTS $321,905.56 UNIT IV: PAVING IMPROVEMENTS $799,299.49 UNIT V: STREET LIGHTING IMPROVEMENTS $249,323.28 TOTAL CONSTRUCTION BID $2,117,134.46 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 243 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 6A Form Version September 1,2015 City Project No. 100611