Loading...
HomeMy WebLinkAboutContract 51109 Received Date: Aug 14,2018 Received Time: 5:01 p.m. Developer and Project Information Cover Sheet: Developer Company Name: ADG Watson Creek,LLC Address, State,Zip Code: 405 Crown of Gold Dr.,Lewisville, TX 75056 Phone&Email: 972-571-2545, bubsra (&aol.com Authorized Signatory,Title: Robert Ray,Manager Project Name: Watson Creek Estates Brief Description: Water, Sewer,Paving, Storm Drain, Project Location: Northeast Corner of Golden Triangle and Alta Vista Plat Case Number: None Plat Name: None Mapsco: None Council District: None CFA Number: 2018-044 City Project Number: 101515 OFFICIAL RECORD CITY SECRETARY WO"H9 TX City of Fort Worth,Texas Standard Community Facilities Agreement-Watson Creek Estates 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. 51109 WHEREAS, ADG Watson Creek, 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 Watson Creek Estates ("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-Watson Creek Estates EO"ICIAL CFA Official Release Date:02.20.2017Page 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) 19, Sewer(A-1) Z. Paving(B) ®_ Storm Drain (B-1) N. Street Lights & Signs (C) Z. 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-Watson Creek Estates CFA Official Release Date:02.20.2017 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-Watson Creek Estates 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 nezli-eence 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 nez1heence 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-Watson Creek Estates 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-Watson Creek Estates 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. Q. Developer acknowledges that in accordance with Chapter 2270 of the Texas Government Code,the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Developer certifies that Developer's signature provides written verification to the City that Developer: (1)does not boycott Israel; and(2)will not boycott Israel during the term of the contract. IMMIGRATION AND NATIONALITY ACT R. Developer shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form(I-9). Upon request by City, Developer shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Developer shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Developer employee who is not legally eligible to perform such services. DEVELOPER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY DEVELOPER, DEVELOPER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Developer, shall have the right to immediately terminate this Agreement for violations of this provision by Developer. City of Fort Worth,Texas Standard Community Facilities Agreement-Watson Creek Estates CFA Official Release Date:02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name: Watson Creek Estates CFA No.: 2018-044 City Project No.: 101515 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 Developers Cost A. Water and Sewer Construction 1. Water Construction $ 376,343.80 2.Sewer Construction $ 315,593.00 Water and Sewer Construction Total $ 691,936.80 B. TPW Construction 1.Street $ 882,892.00 2.Storm Drain $ 19,500.00 3.Street Lights Installed by Developer $ 160,486.65 4. Signals $ - TPW Constriction Cost Total $ 1,062,878.65 Total Construction Cost(excluding the fees): $ 1,754,815.45 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 13,838.74 D. Water/Sewer Material Testing Fee(2°.%) $ 13,838.74 Sub-Total for Water Construction Fees $ 27,677.48 E. TPW Inspection Fee(4%) $ 36,095.68 F. TPW Material Testing(2%) $ 18,047.84 G. Street Light Inspsection Cost $ 6,419.47 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 60,562.99 Total Construction Fees: $ 88,240.47 Choice Financial Guarantee Options.choose one Amount Mark one Bond=100% $ 1,754 815.45 Completion Agreement=100%/Holds Plat $ 11754,815.45 x Cash Escrow Water/Sanitary Sewer-125% $ 864 921.00 Cash Escrow Paving/Storm Drain=125% $ 1,328,598.31 Letter of Credit=125%w/2yr expiration period $ 2,193,519.31 City of Fort Worth,Texas Standard Community Facilities Agreement-Watson Creek Estates 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 ADG Watson Creek,LLC Jesus J.Chapa(Aug 14,2018) Jesus J. Chapa Assistant City Manager AugDate: 14 2018 F,heft Ray(Aug,10,2018) Name: Robert Ray Recommended by: Title: Manager 9eLZ� Ezerlwa k Date: Aug 10,2018 ,fer L.Ezernack(Aug 10,2018) Evelyn Roberts/Jennifer Ezernack Project Assistant Planning and Development Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and Approved as to Form &Legality: administration of this contract, including ensuring all performance and reporting Richard A NcCrao&n requirements. Richard A.McCracken(Aug 14,2018) Richard A. McCracken Assistant City Attorney M&C No. N/A Name: Janie Morales Date: Title: Development Manager Form 1295: N/A ATTEST: Mary J.Mayser(Aug 14, 18) Mary J. Kayser/Ronald Gonzales City Secretary/Assistant City Secretary OFFICIAL RECORD CITY SECRETARY W011TNo TX City of Fort Worth,Texas Standard Community Facilities Agreement-Watson Creek Estates 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 IR Location Map 19 Exhibit A: Water Improvements Exhibit A-1: Sewer Improvements Exhibit B: Paving Improvements ® Exhibit B-1: Storm Drain Improvements Exhibit C: Street Lights and Signs Improvements ® Final Cost Estimates (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement-Watson Creek Estates CFA Official Release Date:02.20.2017 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 10 1515 None. City of Fort Worth,Texas Standard Community Facilities Agreement-Watson Creek Estates CFA Official Release Date:02.20.2017 Page 11 of 11 - - - EHO LLZELLER, HIGKS ROAD N TRIAGE_ ULARD o PROJECT LOCATION aHM ®__ LOCATION MAP Not To Scale MAPSCO PAGE 922K.#22L,22P.220 COUNCIL DISTRICT NO.7 oo lL�oo/-� .LIgIHX3 �i3..I..d'M [.0 L:•LLBI•'_.0�'ML ou�,�.001•llln.-ye•b�i•��S5L © N i b 3 3 N 11D N 3 ` SVX3-L'7..LNnOJ LNVU'dV.L a a SMUI� � H.LZIOM.L2103 30.I.I.IJ u SRIVISR )BRUD NOSIVM Y0. . { •1'71V74Y2CIRtl •'^�. / 31ONVRLL N30109 NO 3A`'I3N3 3H.L — ---------------l i Am a • � Ja = JJa n� Ja '�° Ja += X �Jx+ t J WHIT Y X559 111 i —i J 1XI'M € 11 � n<z11, i q aJx F I II �n 3 �' ��IZtp �� �� �i i E�__� i 37x R 3�III i � A •- e � �R� RAP fJl J z sJA IS - - — — j # h_ j _ __ _ lit sJx Ulm, j' I �Jx I anna �y � J as 2J4 1 ss]S o i 110 ; �� i C , I a- t 1I 1. IRo -L-- — -- - J ; # I 3 II --- -- - -- — � �JxA e , = I I x } I it I TT R q Eh i 1 I - Elx A --- r -1 - -� a s#s F5 J C I< i � I I � II i �L ill El 14111 Hill; INDIV :7 Jbl ax ti ; — — — -- -- -- _—_—_--__—_—_—_—_— lain ti���l fit IPAII MEMEM10MEM! CITY OF FORT WORTH MEM- TARRANT COUNTY.TEXAS mill MMIM m _-=-�.. ���"■ IIh 0 0 IIY - III��I� I �l� fm M- 11 I ■_� nil ■� �' m _ [via CITY OF FORT WORTH tl DARLENE 539b�MM �HUMF A.ANDREW'' ---------------- AM� V ---------- 02 s u ' M T E VRVE; % kill --------------- 1\1 ------------------ ------------- THE E.Na.AVE oGOLDEN i ;j6j&j.-j;�fij5jfi &151i�ijgjj�915161�JF MIN G G G C�;Jqjq�qjqjq G G q�qjqjGjqjqjqjq1 IP " Nos f. 'I a 8 . " . . . fill &j6j6j6j6j6j6 & r.616�6 & & ri F. '11 lip 6 ell g ; G G q pkit t. kg V WATSONCREEK ESTATES , SPIARS CITY OF FORT WORTH TARRANT COUNTY,TEXAS E N G I N E E R I N G STORM F-X11-11131-r T.- Z E) N I N 3 3 N 1 0 N 3svxHi'AJNnon.LNVIMVJ. - 'Cd� S H.L2ION1 J.2I03 3Q JC.L[J - SUV I.SI N39ND NOSIVM - -------------------------- MINI A $ s 2 Poll F' -_ - g 1 - --- --r a{ 9 -59 I i all I A � ' NM0— 3 Y33713 NDSiVM - _ I , I MS II _. II : .......... -------- I I' 1 a j! li I a A u ?J �S d8m83dn8.rtt4 s - u J I Ne ------------ ! a r ° = 1° e 5� ° ° S - - wF 1 ��V�// r Q 5555S56bbb5555555 � �Aoir =�� 6 '�� ,v° �.._ i L sr,� : F- § �`��n:n:na°o�w4"iR.4��m�N ° a �- .�•�Bo,,.. a tie . o6°� §. `.� .:tlNv°riai'..1 { , BURNSCO CONSTRUCTION, INC. 6331 SOUTHWEST BLVD.BENBROOK,TEXAS 76132 OFFICE(817)738-3200 FAX(617)738-3435 WATSON CREEK ESTATES WATER,SEWER&STORM DRAIN FORT WORTH,TEXAS SPIARS ENGINEERING BID: THURSDAY MAY 31,2018 WATER ITEM DESCRIPTION UNIT QUANTITY BID PRICE TOTAL 1 8"PVC WATER PIPE LF 4956.00 $22.20 $110,023.20 2 6"GATE VALVES EA 15.00 $900.00 $13,500.00 3 8"GATE VALVES EA 23.00 $1,300.00 $29,900.00 4 1"WATER SERVICE&BOX EA 122.00 $830.00 $101,260.00 5 1"IRRIGATION SERVICE&BOX EA 3.00 $950.00 $2,850.00 6 FIRE HYDRANT ASSEMBLY EA 15.00 $3,200.00 $48,000.00 7 DUCTILE IRON FITTINGS TN 3.90 $3,200.00 $12,480.00 8 CONCRETE BLOCKING LS 1.00 INCLUDED IN ITEM 1 M-N-N-ff U=E XI ST I NG 4*-1 g IMAIN EA 1.00 $800.00 $800.00 10 16"x8"TAPPING SLEEVE&VALVE EA 1.00 $6,000.00 $6,000.00 11 21"x8"TAPPING LEEVE&VALVE EA 1.00 $7,400.00 $7,400.00 12 4"SCH40 PVC UTILTY CROSSINGS LF 2500.00 $8.40 $21,000.00 WA LI 13 ITRIANGLE LF 45.00 $410.00 $18,450.00 14 20"STEEL ENCASEMENT LF 45.00 $93.00 $4,185.00 15 CEMENT STABLIZED BACKFILL LF 295.00 SEE SEWER ITEM 11 16 TRENCH SAFETY LF 4956.00 $0.10 $495.60 17 WATER LINE TESTING LF 4956.00 INCLUDED IN ITEM 1 $376,343.80 SANITARY SEWER ITEM DESCRIPTION UNIT QUANTITY BID PRICE TOTAL 1 8"PVC(SDR 26) LF 4889.00 $27.00 $132,003.00 2 4'DIA.MANHOLE EA 17.00 $3,100.00 $52,700.00 3 CONNECT TO EXISTING MANHOLE EA 2.00 $2,000.00 $4,000.00 4 4"SEWER SERVICE EA 122.00 $645.00 $78,690,00 --'TE-VVMl-lffnORE UNDER Ga-Mg- 5 ITRIANGLE LF 30.00 $760.00 $22,800.00 6 20"STEEL ENCASEMENT LF 30.00 $93.00 $2,790.00 7 8"PLUG EA 1.00 $50.00 $50.00 8 TRENCH SAFETY LF 4889.00 $1.00 $4,889.00 9 POST CCN INSPECTION LF 4889.00 $1.50 $7,333.50 10 MANHOLE TESTING EA 17.00 $110.00 $1,870.00 11 CEMENT STABLIZED BACKFILL LF 295.00 $16.50 $4,867.50 12 EPDXY MANHOLE LINER VF 18.001 $200.00 $3,600.00 $315,593.00 DRAINAGE ITEM DESCRIPTION UNIT QUANTITY BID PRICE TOTAL 1 21"CL III RCP LF 1 586.001 $51.00 $29,886.00 2 24"CL III RCP LF 1 663.001 $60.00 $39,780.00 3 27"CL III RCP LF 1 75.001 $67.00 $5,025.00 Page 1 of 2 4 30"CL III RCP LF 24.00 $80.00 $1,920.00 5 33"CL III RCP LF 652.00 $89.00 $58,028.00 6 36'CL III RCP LF 491.00 $102.00 $50,082.00 8 42"CL III RCP LF 335.00 $135.00 $45,225.00 9 48'CL III RCP LF 294.00 $159.00 $46,746.00 10 54"CL III RCP LF 150.001 $204.00 $30,600.00 11 N STORM JUNCTION BOX EA 3.00 $4,300.00 $12,900.00 12 5'STORM JUNCTION BOX EA 2.00 $4,700.00 $9,400.00 13 6'STORM JUNCTION BOX EA 2.00 $5,300.00 $10,600.00 14 10'CURB INLET EA 23.00 $3,800.00 $87,400.00 15 12'GROUTED ROCK RIP-RAP SY 322.00 $76.00 $24,472.00 16 24"TYPE B HEADWALL EA 1.00 $2,400.00 $2,400.00 17 33"TYPE B HEADWALL EA 1.00 $3,100.00 $3,100.00 18 36"TYPE B HEADWALL EA 1.00 $3,700.00 $3,700.00 19 42"TYPE B HEADWALL EA 1.00 $4,100.00 $4,100.00 20 48"TYPE B HEADWALL EA 1.00 $5,600.00 $5,600.00 21 54"TYPE B HEADWALL EA 1.00 $5,900.00 $5,900.00 22 TRENCH SAFETY LF 3270.00 $0.50 $1,635.00 $478,499.00 BID SUMMARY TOTAL WATER _$376,343.80 TOTAL SANITARY SEWER $315,593.00 TOTAL DRAINAGE $478,499.00 PAYMENT,PERFORMANCE&MAINTENANCE BONDS $19,500.00 GRAND TOTAL $1,189,935.80 WORKING DAYS PRIOR TO PAVING:65 WORKING DAYS POST PAVING:20 NOTES: 1. Bumsco's bid is based on one move-in for all work quoted in this proposal. 2. Bumsco does not include AGC dues,permit fees,inspection fees,franchise utilities,Staking or Layout Irrigation conduits,sleeves,street signs,clearing or grubbing,grade to drain,seeding,sodding, density and material testing,concrete removal/replacement,imported material for backfill 3. Bumsco's bid is based on local readily available materials. 4. Bumsco does not include sales taxes on materials incorporated into this project 5. All pipe spoils to be stackpilad on-site. 6. Bumsco does rat include clean-up of parkways,etc.after franchise uti4ty ccmpanies. 7. This proposal shall remain good for 15 days. 8. Burnsco will submit monthly pay applications for work complete though the end of the month.Payment shall be due on the 10th of the following month. 9. Bumsco reserves the right to approve Owners credit prior to axec:,tlnq an agreement, 10.Bumsco does not include the cost of exposing or relconsing franchise utilities. 11.SW PPP plan,implementation and inpectia►s by owner. 12.This proposal shall be made a part of any contract documents between Owner and Contractor. s to - Ab n truction, Inc. GrantgesJ Estimator Page 2 of 2 6331 Southwest Boulevard PROPOSAL Benbrook,Texas 76132 (817)735-1600 phone (817)735-1613 fax estimating@gilcocontracting.com PROJECT: WATSON CREEK ESTATES OWNER: ADG Watson Creek,LLC BID DATE: June 6,2018 ITEM NO UNIT QUANTITY UNIT PRICE TOTAL BID Paving Improvements 1 6"Reinforced Concrete Street Pavement with 6"Standard Curb SY 18,590 $34.40 $639,496.00 (3600 psi 5.5 sack equivalent with No.3 bars @ 18'o.c.e.w.per plans) 2 6"Lime Stabilized Subgrade SY 19,880 $2.60 $51,688.00 3 Hydrated Lime @ 30lbs/SY TON 295 $150.00 $44,250.00 4 Barrier Free Ramps EA 18 $2,000.00 $36,000.00 5 Connect to existing Concrete with Longitudinal Butt Joint LF 119 $10.00 $1,190.00 6 Sawcut,Remove 8 Dispose of existing Concrete Curb 8 Gutter LF 119 $10.00 $1,190.00 7 Remove and Dispose of existing 5'Sidewalk LF 119 $10.00 $1,190.00 8 Connect to existing Street Header LF 39 $10.00 $390.00 9 Remove and Dispose of existing Barricade LF 39 $10.00 $390.00 10 Street Header LF 29 $10.00 $290.00 11 Barricade LF 29 $50.00 $1,450.00 12 Remove and Dispose of Asphalt Pavement(Alta Vista Road) SY 760 $10.00 $7,600.00 13 Asphalt Transition SY 314 $49.50 $15,543.00 14 10'Wide,4"Thick Reinforced Concrete Overflow Flume SF 6,380 $5.00 $31,900.00 (no excavation or flexbase) 15 Steel Plate for Sidewalk Crossing at Overflow Flume EA 3 $2,500.00 $7,500.00 16 5'Wide,4"Thick Reinforced Concrete Sidewalk SF 5,585 $5.00 $27,925.00 (3000 psi 5 sack equivalent with No.3 bars @ 18'o.c.e.w.per plans) 17 Traffic Control MO 1 $3,000.00 $3,000.00 Paving Improvements SUBTOTAL $870,992.00 18 Payment,Performance 8 Maintenance Bonds LS 1 $11,900.00 $11,900.00 (2 year, 100%) Paving Improvements TOTAL $882,892.00 ALT Ready-mix Upcharge I SY 1 18,590 $12.00 $223,080.00 Page 1 of 2 i 6331 Southwest Boulevard PROPOSAL Benbrook,Texas 76132 (817)735-1600 phone Y ( (817)735-1613 fax estimating@gilcocontracting.com PROJECT: WATSON CREEK ESTATES OWNER: ADG Watson Creek,LLC BID DATE: June 6,2018 ITEM NO I DESCRIPTION UNIT QUANTITY I UNIT PRICE TOTAL BID QUALIFICATIONS AND/OR EXCLUSIONS: 1. This proposal shall be made a part of any contract for this project. 2. Gilco reserves the right to approve Owner's credit prior to executing an agreement.Confirmation of funding will be required. 3. Pricing and working days are based upon ONE move-in each for lime stabilization,concrete paving,and miscellaneous concrete work.This will generally require that excavation,water,sewer,storm drainage and franchise utility crossings will be complete and tested prior to our mobilization. In addition,the streets should be staked and regraded after utility completion. The pricing of any work,for which we must remobilize,complete or repair other contractors work,will be paid on a cost plus basis. 4. Gilco DOES NOT include testing,staking,layout,AGC dues,permit fees,inspection fees,imported topsoil,seeding,sodding, hydromulching,erosion control devices,SWPPP,rock rip rap,pavement markings,street signs,electrical or irrigation conduits,sleeves, arrow boards,message boards,irrigation adjustments,moisture conditioning,poly sheeting,pedestrian handrails, permanent survey monuments,prime coat on subgrade,haul-off of excess material or import of select material, sulfate treatment,exposing/relocating/clean-up for franchise utilities,handling or processing of pipe spoils, adjustments of manholes/cleanouts/water valves in excess of 6"depth or from changes in size,construction entrances, any cost for heating/cooling concrete by any means due to low/high weather temps,or any item not specifically quoted. 5. Gilco's bid is based on work being done in a ROW that will be dedicated to the city and does not include sales taxes. 6. Gilco will accept subgrade at plus or minus one tenth of a foot with respect to plan grades. 7. All backfill material for our curbs will be with available,adjacent material only.No hauling or importing of backfill material is included. 8. Gilco is to be paid for all actual measured quantities of work completed. 9. Pricing is based on Owner providing a suitable on-site location for Gilco to erect and operate a portable concrete batch plant. 10.Owner to provide adequate clearing to properly construct streets full-width utilizing a slip form paver,concrete belt placer and concrete haul trucks.This will require a minimum clearance of 25'from back of curb. 11.Gilco's bid is based on Owner providing subgrade that is suitable for lime stabilization.Any rock encountered shall be undercut and replaced with suitable material by the excavation contractor.This applies to street and/or alley subgrade and parkway areas. If required,Gilco can provide this on an hourly basis. 12.It is the intent of this proposal that all monies due to Gilco,including final retainage,will be paid within 30 days of City acceptance of project. Any stoppage of work more than 30 days not directly attributable to Gilco will be cause for immediate payment of all retainage and any other amounts which are owed at that time. 13.This proposal is based on Gilco having an unrestricted supply of water throughout the entire project and at normal cost.Gilco is not responsible for delays due to City water restrictions. 14.Gilco will submit monthly pay applications for work complete though the end of the month.Payment shall be due on the 10th of the following month. 15.With respect to indemnification,Gilco Contracting,Inc.will only be liable for our own negligence. 16.Gilco's pricing for sidewalks/trails include excavation for the depth of concrete only.Excavated material from any item to remain onsite. 17.Any Traffic Control or Barricading quoted within this proposal is for Gilco's scope of work only. 18.Gilco's proposal is based on plans dated November 2017 from Spiars Engineering. 19.This proposal shall remain good for 15 days and prices are based upon the work being perfornied within 6 months of the bid date. date.Should the project be delayed longer than 6 months for any reason,then Gilco reserves the right to re-negotiate the unit prices. 20.Gilco's proposal is based on the current price of locally available concrete materials and freight rates.These prices are subject to change and may require additional charges in order to have the best chance at material delivery to the jobsite. 21.This project will be completed within 50 WORKING DAYS,based on the availability of local raw materials and the owner's commitment to allow Gilco to schedule its own operations. Charles A.Moo y Contract Manager-Chief Estimator Gilco Contracting,Inc. Page 2 of 2 Proposal for Street Lights 1111 � PROJECT Watson Creek Estates BID DATE 06/01/18 5:OOPM(Friday) Independent Utility Construction, Inc. OWNER ADG Watson Creek, LLC 5109 Sun Valley Drive, Fort Worth TX 76119 817-478-4444 / estimating@iuctx.com UOM Unit Price Ext.Price SLA Concrete foundation 27 EA 1,190.00 32,130.00 SL-2 I FILL IN BLANK WITH POLE DESCRIPTION 27 EA 3,660.00 98,820.00 SL-3 2"PVC Sch 80 conduit,trench 1,755 LF 13.39 23,499.45 SL-4 10-10-10 triplex wire, copper 1,755 LF 3.44 6,037.20 GRAND TOTAL: $160,486.65