Loading...
HomeMy WebLinkAboutContract 52129 Received Date: 04/04/19 Received Time:8:32 AM lama So1V 1A0.a.1019? Developer and Project Information Cover Sheet: Developer Company Name: LGI Homes-Texas,LLC Address, State,Zip Code: 145C Lake Robbins Dr. Suite 430,The Woodlands,TX 77380 Phone&Email ;214,elaine.torresOhihomes.corn Authorized Signatory,Title: Elaine Torres,VP Land Development DFW Project Name: Oak Ridge Phase 1 Brief Description: Water, Sewer,Paving, Storm Drain, Street Lights Project Location: Randol Mill Road west of Cooks Lane Plat Case Number Plat Name: Mapsco: Council District: 5 CFA Number: 2018-053 City Project Number: 101537 City of Fort Worth,Texas Standard Community Facilities Agreement-Oak Ridge Phase 1 OFFICIAL RECORD CFA Official Release Date:02.20.2017 Page 1 of 11 CITY SECRETARY FT. WORTH, TX STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 52129 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 Oak Ridge Phase 1 ("Project") within the City or the extraterritorial jurisdiction of Fort Worth, Texas ("City"); and WHEREAS, the City has no obligation to participate in the cost of the Improvements or Project; and WHEREAS,any future City participation in this CFA is subject to the availability of City funds and approval by the Fort Worth City Council and shall be memorialized as an amendment to this Agreement; and WHEREAS, the Developer and the City desire to enter into this Community Facilities Agreement ("CFA" or "Agreement") in connection with the collective Improvements for the Project. NOW,THEREFORE,for and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: General Requirements A. The Policy for the Installation of Community Facilities ("Policy") dated March 2001, approved by the City Council of the City of Fort Worth, as amended, is hereby incorporated into this Agreement as if copied herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. B. Developer shall provide financial security in conformance with paragraph 6, Section 11, 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-Oak Ridge Phase 1 CFA Official Release Date:02.20.2017 OFFICIAL. RECORD Page 2 of 11 CITY SECRETARY FT. WORTH,TX 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) Z, 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 11,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-Oak Ridge Phase 1 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-Oak Ridge Phase 1 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-Oak Ridge Phase 1 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-Oak Ridge Phase 1 CFA Official Release Date:02.20.2017 Page 6 of l l 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 1-9 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-Oak Ridge Phase 1 CFA Official Release Date:02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name: Oak Ridge Phase 1 CFA No.: 2018-053 City Project No.: 101 57o An Engineer's Estimate of Probable Cost is acceptable. Howeve-, 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 $ 602,462.40 2.Sewer Construction $ 799,698.50 Water and Sewer Construction Total $ 1,402,160.90 B. TPW Construction 1.Street $ 1,423,962.50 2.Storm Drain $ 615,420.50 3.Street Lights Installed by Developer $ 275,939.15 4. Signals $ _ TPW Construction Cost Total $ 2,315,322.15 Total Construction Cost(excluding the fees): $ 3,717,483.05 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 28,043.22 D. Water/Sewer Material Testing Fee(2%) $ 28,043.22 Sub-Total for Water Construction Fees $ 56,086.44 E. TPW Inspection Fee(4%) $ 81,575.32 F. TPW Material Testing(2%) $ 40,787.66 G. Street Light Inspsection Cost $ 11,037.�7 H. Signals Inspection Cost $ H. Street Signs Installation Cost $ _ Sub-Total for TPW Construction Fees $ 133,400.55 Total Construction Fees: $ 189,4815.99 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 3,717,483.05 x Completion Agreement=100%/Holds Plat $ 3,717,483.05 Cash Escrow Water/Sanitary Sewer=125% $ 1,752,701.13 Cash Escrow Paving/Storm Drain=125% $ 2,894,152.39 Letter of Credit=125%w/2 r expiration period $ 4,646,85331 City of Fort Worth,Texas Standard Community Facilities Agreement-Oak Ridge Phase 1 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 LGI Homes-Texas,LLC Jesus J.Chapa(Apr 3,2019) Jesus J. Chapa Assistant City Manager Date: Apr 3,2019 Name: Elaine Torres Recommended by: Title: VP Land Development DFW 1,(Jr. Date: Apr 3,2019 161�Evelyn Robe 5(Apr 3,2019) 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 McCracMn requirements. Richard A.McCracken(Apr 3,2019) Richard A. McCracken Ja, si1 may` Assistant City Attorney Janie Scarlett Morales(Apr 3,2019) M&C No. NSA Name: Janie Morales Date: Title: Development Manager For n 1295: N/A �0RT ATTEST: QX ' :0��. v Mary J.Prayser(Apr4,2 9) Mary J. Kayser/Ronald Gonzales City Secretary/Assistant City Secretary jEXPS City of Fort Worth,Texas ----_ ----�~- Standard Community Facilities Agreement-Oak Ridge Phase 1 OFFICIAL RECORD CFA Official Release Date:02.20.2017 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 ® Exhibit A-1: Sewer Improvements Water and Sewer Cost Estimates ®' Exhibit B: Paving Improvements ® Paving Cost Estimate ® Exhibit B-1: Storm Drain Improveme-its ® 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-Oak Ridge Phase 1 CFA Official Release Date:02.20.2017 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Conununity Facilities Agreement City Project No. 101537 None. City of Fort Worth,Texas Standard Community Facilities Agreement-Oak Ridge Phase 1 CFA Official Release Date:02.20.2017 Page 11 of 11 00 42,41 DM-NO PROPOSAL Page iof6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Unit of Bid Description Specification Section No. Measure Quantity Unit Price Did Value UNIT 1:WATER IMPROVEMENTS 1 13305.0109 Trench Safety 33 05 10 LF 9,964 $0.10 $ 996.40 2 3311.0001 Ductile Won Water Fittings w/Restraint 331111 TN 5.35 $4,300.00 $ 23,005.00 3 3311.0241 8"Water Pipe 33 1110,331112 LF 9,964 $21. $ 209,244.00 4 3312.0001 Fire Hydrant 331240 EA 24 $3,700. $ 88,800.00 5 3312.2003 1"Water Service 331210 EA 251 $795.00 $ 199,545.00 6 3312.3003 B"Gate Valve 331220 EA 39 $1,300.00 $ 50,700.00 7 3312.0117 Connection to Existing 4"-12"Water Main 331225 EA 3 $1,300.00 $ 3,900.00 a - 9999.0001 20"Bore 00 00 00 LF 47 $299.00 $ 14,053.00 9 9999.0002 20"Steel Encasement-Across Rando Mill Rd 00 00 00 LF 47 $77.00 $ 3.619.00 10 9999.0003 Utility Pole Relocation 00 00 00 EA 1 $5,000. $ 5,000.00 11 9999.0004 V Irrigation Line with Meter Box 000000 EA 3 $1,200.00, $ 3,600.00 TOTAL UNIT I:WATER I MPROVEMENTS $602,462.40 Gilco Contracting c CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Oak RkJgr.Ph=1 Faa Version Sepww"1.2013 00 42 43 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 Bidders Proposal Bidlist Item Description Speciticstion Section No. Unit of Bid Unit Price Bid Value No. Measure Quantity N A 1 3301.0002 Post-CCTV Inspection 330131 LF 10,945 $1.50 S 16,417.50 2 3301.0101 Manhole Vacuum Testing 330130 EA 44 $110.00 $ 4,840.00 3 3305'0109 Trench Safety 330510 LF 10,945 $1.00 $ 10,945.00 4 3331.3101 4"Sewer Service 333150 EA 251 $600.00 $ 150AM.00 5 3331.4115 8"PVC Sewer Pipe 3311 10,33 31 12,33 312 LF 10,945 $28.00 $ 306,460.00 6 3331.4116 I"Sewer Pipe,CSS Backfi0 331110,33 3112,33 3120 LF 160 S38.011 $ 6,OB0.00 7 3339.0001 Epoxy Manhole liner 33 39 60 VF 166 $210.00 $ 34.360.00 8 3339.1001 4'Manhole 33 39 10,33 39 20 EA 37 $2,400.00 $ I8,R00.00 9 3339.1003 4'Extra Depth Manhole 34 39 10,33 39 20 VF 152 $150.00 $ 22,000.00 30 0330.0001 Concrete 5ewer Encase Sewer Pipe 03 30 00 LF 280 $55.00 $ 15,400.00 11 3339.1002 4'Drop Manhole 33 39 10,33 39 20 EA 7 S4,700.00 S 32,900.00 12 3471.OD01 Traffic Control 347113 Mo 1 $6,000.00 S 6AM.00 13 9999.0001 Connect to Ex.4'Manhole 000000 EA 1 $1,500.00 S 11500.00 14 9999.0002 20"Bore 000000 LF 151 $520.� S 78,520.00 _.. -.� ......._. ---- ---is 9999,0004 24'Steel Encasement 00 00 00 LF 55 $65.00 $ 3,575.00 16 9999.0005 24'Hobas Pipe Encasement 00000111 LF 95 $95.00 $ 9,025.00 17 9999.0006 Remove anid Replace Driveways,Match Existing 000000 SY 100 S25.00 S 2,500.00 18 9999.0007 Remove and Replace Mailbox.Match Existing 000000 EA 2 $1,200.00 $ 2,400.00 19 19M.0008 Remove and Replace Bar Ditch.Match Existing 00 00 00 SY 434 $14.00 $ 6,076.00 $799,698.50 Gilco Contracting CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS•DEVELOPER AWARDED PROJECTS Oak Xk*.Phan J Form Vernon Sepia"1.2015 i 004243 DAP-BID PROPOSAL Paae 3 of 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item information Bidder's Proposal Bidlist Item Unit of Bid Description Specification Section No. Was Quantity Unit Price Bid Value UNIT Ill:DRAII a 1 3305.0109 Trench Safety 330510 LF 3107 So.So $ 1,553.50 2 3341.0201 21'RCP,Class 111 324110 LF 399 $54.00 $ 21,546.00 3 334LO205 24'RCP,Gass in 334110 LF 698 $64.00 5 44,672.00 4 3341.0208 2T RCP,Class III 334110 LF 327 $70.00 5 22,890.00 5 3341.0302 3W RCP,Class In 334110 LF 692 $83.00 $ 57,436.00 6 3341.0309 36'RCP,Gass Rt 344110 tF 460 $108.00 $ 49,690.00 7 3341.0312 39'RCP,Class In 334110 LF 145 $129.00 $ 18,705.00 8 3341.0409 48"RCP,Class Ili 334110 LF 342 $178.00 $ 60,876.00 9 3341.0502 sr RCP,Class Ili 334110 LF 44 $217.00 $ 9,548.00 30 3349,0001 T Storm Junction Box 324910 EA 1 $4,300.00 $ 4,300.00 11 3349.0001 4'Storm Junction Box 334910 , EA 4 $4,600.00 $ 18,400.00 12 3349,0002 5'Storm hxrctlon Box 334910 EA 1 $4,900.00 $ 4,900,00 13 13349.0003 6'Storm Junction Box 334910 EA 2 $17,700.00 $ 3S,400.00 T 3349,0004 7'Storm Junction Box 344910 EA 1 $17,600.00 $ 17,600.00 3349.5001 VY Curb Inlet 334920 EA 4 $3,800.00 $ 1S,200.00 3349.5001 VY Non-Standard Curb Inlet 334920 EA $3,800.00 $ 3349.5002 15'Curb Inlet 334920 EA 8 $5,100.00 $ 40,800.00 3349.50M 20'Curb Inlet 334920 EA 7 $7,200.00 $ 50,400.003349,5003 29 Non-Standard Garb Inlet 334920 EA 1 $7,200.00 S 7,200.00 9999.000154-T%DOTSETP-CD,1pipe 000000 EA 1 $2.800.00 S 2,800.00 9999.0002 21"T%DOT SETP-CD,1 pipe 000000 EA 1 $2,000.00 $ 2,000.00 9999.0003 8"Minimum Diameter Rods Rip-Rap 000000 SY $40.00 $ 9999.0004 lY Minimum Diameter Reds Rip-Rap .000000 SY 99 $50.00 $ 4,950.00 9999.0005 18"Minimum Diameter Rods Rip-Rap 000000 SY 590 $65.00 $ 38,350.009999,0006 Soo 000000 SY 266 $6.00 $ 1,596.00 9999.0007 Andchor P42 Trm Matting Over SOD 00 00 00 SY _ 266 $23.00 5 6,118.00 27 9999.0008 City Hails for an Utility Improvements 000000 LS I $30,00o.00 $ Y 30.000.00 28 9999.0009 Connect to Existing Wet,39'RCP 00 00 00 EA 1 $3,000.00 $ 3,000.00 29 9999.0010 SWPPP Maintenance 000000 MO 8 $1,000.00 $ 8,000.00 30 9999.0011 Mobilization o00000 LS 1 $500.00 5 500.00 31 9999.0012 Retention Pond Outfafl Structure with Baffle Blocks 00 0000 LS 1 $37,000.00 $ 37,000.00 TOTAL MPR V E T $61s,a2o. Gilco Contracting Leo e.o CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Oak ltidge,Plxrre I Form Version September 1.2015 00 42 43 DAP-RID MOPOSAI. Poe 4 er6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Projelt 1Lein Information Bidders Proposal Bidlist Item Description Specification Section No. Unit of Bid Unit Price Bid Value No. Measure Quantity UNIT :PAV NG IMPROVEMENTS 1 3211.0400 Hydrated Lime(37Wsy) 321129 TN 657 $160.00 $ 105,120.00 2 3211.0501 6"LJme Treatment 321129 SY 35,500 $2.65 $ 94,07S.09 3 3213.0101 6"Conc Pvmt 321313 SY 33,350 $32.30 $ 1,077,205.00 4 3213.03014"Concrete Sidewalk 321220 SF 8,110 $5.25 $ 42,577.50 5 3213.0501 Barrier Free Ramp,Type R-1 321320 EA 36 $2,000.00 $ 72,000.00 6 3471.0001 Traffic Control 347113 Mo 1 $1,500.00 $ 1,S00.00 7 9999.0001 SWPPP Maintenance 000000 Mo 1 $500.00 $ S00.0o 8 19999.0002 Remove Barricade 000o w EA 2 $SO0.00 $ 1,000.00 9 9999.0003 City Bonds for all Paving Improvements 00 00 00 LS 1 $19,600.00 $ 19,600.00 10 9999.0004 Connect to Concrete Header and Existing Street 0000 00 EA 2 $500.00 $ 1,000.00 11 9999.0005"End-of-Road"Barricade 00 00-00 EA 4 $1,500.00 $ 6,0110.00 12 9999.0006 Sawcut and Connect to Existing Road 000000 1F 89 $25.00 $ 2,225.00 13 9999.0007 Pavement Header 000000 LF 116 $10.00 $ 1,160.00 14 16 17 18 19 TOTAL UNIT IV: V $1 423,962.50 Gilco Contracting CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Oak A*Ph=J Form Venrar Segem1 1.2013 00 42 43 DAP-BID PROPOSAL PWSd6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application �� � i�at�11�fe.Min1 siAae�>I FApa�l Bidlist Item Unit of Bid No. Description Specification Section No blcas tieI Quantity Unit Price Bid Value UNIT V:STREET LIGHTS AND SIGNAGE IMPROVEMENTS 1 2605.3016 2"Conduit PVC Schedule 80(T) 344120 LF=-7,427 $12.50 $ 92,837.50 2 3441.3302 Rdwy Ilium Foundation TY 3,5,6,and 8 344120 EA 36 $1,255.00 $ 45,180.00 3 3441.3003 Rdwy Illum Assm61V TY 18,18A,19,and D-40 344120 EA 36 $2,620.00 $ 94,320.00 4 3441.3402 10-10-10 Triplex Copper Conductor 344120 FT 7,427 $3.95 $ 29,336.6S 5 999%0001 Furnish/Install Street Name Blades(D3-1) 000000 EA 48 $180.00 $ 8,640.00 6 9999.0002 Furnish/Install Speed Zone 15 MPH(R2.1) 000000 EA 6 $350.00 $ 2,100.00 7 9999.0003 Furnish/Install Lek Turn Arrow(W1.1L) 00000 EA 3 $55.00 $ 165.00 a 9999.0004 Furnish/Install Right Turn Arrow(Wl-SR) 00000 EA 3 $55.00 $ 165.00 9 9999.0005 Furnish/Install Road Ends(W14-2)&250 R(W16-20) 000000 EA 3 $400.00 $ 1,200.00 10 9999.0006 Furnish/Install Stop Signs(R1-1) 000000 LEA 21 $95.00 $ 1,995.00 TOTAL UNIT V:STREET LIGHTS AND SIGNAGE IMPROVEMENTd $275,939,15 Gilco Contracting CITY OF FORT WORTH STANDARD CONSTTLUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Oak Aidar.Ph..I Form Veoien Sepumbx 1.2015 00 42 43 DAP-BID PROPOSAL Paa.6.f 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Infornution HifidWS Proposal Bidlist Item Description Specification Section No. Unit of [did Unit Price Bid Value No. Measure Quantity Bid Sununarc UNIT I:WATER IMPROVEMENTS $602,462.40 UNIT II:SANITARY SEWER IMPROVEMENTS $799,698.50 UNIT III:DRAINAGE IMPROVEMENTS $615,420.50 UNIT IV:PAVING IMPROVEMENTS $1,423,962.50 UNIT V:STREET LIGHTS AND SWAGE kUPR©VEMENTS $275 939.15 Tatd Cwisroiaiioa Bid $3,717 483.05 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 215 ealndar days after the date when the CONTRACT commences to run as provided in the General Coadkions 1 END OF SECTION Gilco Contracting C eD Ni CITY OP PORT W" STANDARD CONSTRUC71ON SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS O kRulp P1,001 Form Vernon$epiember 1.2013 HAM tENA E� y WORTH w WNI / � CITY LIMIT 1-4 TRINrtV w u 7: PEDER MYSTIC IN Pp K 0 BRUSHY IyyJ p TAMAR O 'REEK \ SABINAL Bunch S SAND ON WEST � m PEBBLE FLAGSTONE _ FOR _ V WpV D 5t N JACK NEWELL r 1 RAMPoL MILL Z/ WINTER �. RiyER TRICE WEST E ANEY \ MANHATTEN 00 ; EP4 mm VIS VIEW `Etj00O 51 0 SUN FLOWER.w VI ECN SaP kmok x O Y GLOVE LOWERV SANDY O K CHOLLA N i SANDS ONE (/ DOWN ILL (�J LUR ; O ,�FAIL BROOK I LL EA S ERN SUN SE EWPOR LANTANA ReyDY MISTY WIL RIAR KUBAN RAT Mananip vai GLEN ARBOR PARK f JI a Tt HN BOC N � MMIE BULL c m O � ® Write m m2 N Z �SARTAIW . N = m ? ARBOR HILL JOHN T WHITE �9 m F`I' FO%RIV R J1 f Pod 0 Ri ER SH.LLD WATER ESP O PPL C EEk ¢w¢ GPE LOTTO RLLS ; p, a 8 ANDERSON VIL ANDERSON M BLUEG� u CraeK 6.0 FORTWORTH-DALLAS TURNPIKE INGT N EDER LE EDERVILLE WORTH NWOOD IS A MEADOWINE ZZ BRESNTWHIRE O Yu ¢ MERRY GREEN O = O Y O - ug O �� HCemn �Pt�PDP Ss04. O O WORKS oo KENTWOO 4 O ¢ ACRES Z O m i p ,gyp 9WI DERMERE LL BRENIVJOOD ST IR IAURIE d mo O BRENTW DSTAIR ~ plZ p� FRANW D O ¢ FRANWOOD ¢ w g UURI VANESSA .NEST VANESSA ARV m 41 VOLANDA VE VOUNDA f 3 f � L'YOLANDO MADEIRA � w BPI R40 ~ O' V MONTER V F RREY S.MADEIRA s �,F ' ELLIS s YOSEM T r MEADOW ORDOK f O O NO MM1DY Y E ¢ NORMAND Ste, ; CARRIAGE C� MARTH - - M TIU �F y r I� VICINITY MAP w NOT-TO-SCALE U MAPSCO NO. 66R & 66M COUNCIL DISTRICT 5 3= CITY PROJECT NO. 101537 Eo JOB NO. 70075-01 EXHIBIT- VICINITY MAP PAPE-DAW35N DATE MAR zD,9ENGINEERS v DESIGNER EAP OAK RIDGE - PHASE 1 E j CHECKED AW DRAWNEAP DALLAS I SAN ANTONIO I AUSTIN I HOUSTON I FORT WORTH 3 1 O F 7 FORT WORTH TEXAS W PLANO P ROF SSE 25L E WEER FIRM M 093 REGI FIATIO0.8494 70 0� SHEET TE%AS BOAflD OF PROFESSIONAL ENGINEERS FIRM REGISTRATION 9470 THIS DOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN INADVERTENTLY ALTERED. RELY ONLY ON FINAL HARDCOPY MATERIALS BEARING THE CONSULTANT'S ORIGINAL SIGNATURE AND SEAL. FUTURE RANDOL MILL'VALLEY ESTATES RgNOOt MQL�qp LEGEND NOT DaSTING INFRASTRUCTURE CPN: 56008-0600430-101581-001580 CONNECT TO DOSTING 8'WATER o� EXISTING. WATER LINE CPN:PW53-060530175750 a EXISTING GATE VALVE EXISTING FIRE FIRE HYDRANT t PROPOSED WATER LINE PROPOSED GATE VALVE ——/H-- PR 8'WL PROPOSED FIRE HYDRANT t SCALE: 1"= 300' - 0 300 600 m j � m 1 a rc ....._.........._...- FUTURE ® —_--- - PHASE 2 085VAIN MW DOS71NG 50'GAS EASEMENT m` o0 +1+ m ® - _ EbSTINC 60'ROW ..__.___..__.. __- -.__-® i r 19 _ t li OP 8' .1 FUTURE - N ! I. _ - PHASE 2 w i w P CONNECT TO E%ISIING 8'WATER CONNECT TO EXISTING 8'WATER CPN.,P164-060164DI5111 --_ -- CPN:P184-080164015111 N O O - m? JM +40 70075-01 EXHIBIT A - WATER PAPE-M SON DATE MAR °'4 ENGINEERS �. DESIGNER EM OAK RIDGE - PHASE 1 id 3 CHECKED AIN DRAWN EAP DALLAS I SAN ANTONIO I AUSTIN I HOUSTON I FORT WORTH # 5700 W PLANO PKWY,STE 2500 1 PLANO.TX 75093 1214.420.8494 IT SHECT 2 O 7 FORT WORTH TEXAS BOARD OF PROFESSIONAL ENGINEERS FIRM REGISTRATION$470 THIS DOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN INADVERTENTLY ALTERED. RELY ONLY ON FINAL HARDCOPY MATERIALS BEARING THE CONSULTANT'S ORIGINAL SIGNATURE AND SEAL LU IL CONNECT TO EXISTING__.__. _ LL STD 4'DIA MANHOLE Tn L CPN: 01581�U) �n cn j LLI uJ NOOK co Mott R Oq0 g !A UJ (n a LLI Z_ Lu J 1 ` e••� �i I� <' / SCALE: 1"= 300' 0 300 600EE � I I FUTURE PHASE 2 oeuAN ROAoPROPUSL EXISTING 50'GAS EASEMENT _--� T-I - 0 0 8 —17`( `_T DUS71NG 60'ROW 0 ( — +1 Fl ---7 kl�-ry ry Ty Ll L �2 PROPOSED 5'SS' w � FUTURE PHASE 2 w OR 7— 7 i ! III U LEGEND el I--- EXISTING. SANITARY SEWER - - ♦ - - t - I EXISTING MANHOLE - f - - w PROPOSED SANITARY SEWER --10 o� �o ® PROPOSED STD 4' MAHOLE -� E$ EXHIBIT Al - SEWER PAPS DAWSON m o JOB NO. 70075-01 N DATE MAR 2019 OAK RIDGE - PHASE 1 rmi ENGINEERS d DESIGNER EAP `3 CHECKED AW DRAWNEAP DALLAS I SAN ANTONIO I AUSTIN I HOUSTON I FORT WORTH Y.Y J LL SHSHEET3 OF / FORT WORTH 5700 W PLANO PKWY,STE 25001 PLANO,TX 750931 214.420.8494 TE%AS BOARD OF PROFESSIONAL ENGINEERS FIRM REGISTRATION 1470 THIS DOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN INADVERTENTLY ALTERED. RELY ONLY ON FINAL HAROCOPY MATERIALS BEARING THE CONSULTANTS ORIGINAL SIGNATURE AND SEAL PROPOSED R040 W"ORETE PAVEMENT rl� If � I M O RAMP SCALE: 1 300' 0 L 300 600 PROPOSED RAMP RAW PROPOSED mmm PAVEMENT WAD DOSTING 50'GAS EASEMENT +T � 1 T-1 I I I 0 01 _ _ ___ PRIM11 DIISTING 60'ROW PROPOSED RAMP PROPOSED (go) pw impos� PRC Pi 0--K SED R-M-P+-- _T FY H TY IL Q LEGEND r PROPOSED PAVEMENT E. JOE1 NO. 70075-01 I EXHIBIT B PAVING PAP&DAWSON DATE MAR 2019 Ki_' I ENGINEERS DESIGNER EAP - E! E I OAK RIDGE PHASE 1 D.,9, CHECKED_AW DRAWN EAP DALLAS I SAN ANTONIO I AUSTIN I HOUSTON I FORT WORTH M IIi ( I ;;;a 5700 IN PLANO PKWY,STE 25001 PLANO,TX 75093 1214.420.8494 SHEET 4 OF 7 FORT WORTH TEXAS BOARD OF PROFESSIONAL ENGINEERS FIRM REGISTRATION#470 THIS DOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN INADVERTENTLY ALTERED. RELY ONLY ON FINAL HARDCOPY MATERIALS BEARING THE CONSULTANT'S ORIGINAL SIGNATURE AND SEAL. // R ��✓, /� Nib c Rqb PROPOSED 21•R RETENTION POND ' PROPOSED 30'RCP PROPOSED 48•RCP L_ weoP°sm 154•RCP F _ D 48�1'�-1 © SCALE: 1 "= 300' 0 300 600 PROPOSED 27•RCP L� I 0 PROK93)2r RCP I FUTURE PHASE2 I s-1- T T-1 PROPOSED 24•RCP 1D __ F7 EXISRNG Il ROW - I+1+F y .. 8 f r PROPOSED X'RCP L_.L_- L- L- i I a FUTIURE _L�j b PHASE 2 .._._.. a II � i ; � l � ; � _ 4 DOSTi1C!i0 GAS EASE]IEIT LEGEND [V ® PROPOSED STORM DRAIN } �3r RCP PIPE & JUNCTION BOX w� FLE NUMBER: W-1467 ® WA70 NO: P184-0801840115111 © PROPOSED CURB INLET o SEWER NO: P174-070174013110 N E$ JOB No. 70075-01 EXHIBIT B1 - STORM DRAIN PAPE-DAWSON N DATE MAR 2019 ENGINEERS o DESIGNER EaP OAK RIDGE - PHASE 1 63 CHECKED AW DRAWN ' DALLAS I SAN ANTONIO I AUSTIN I HOUSTON I FORT WORTH 3 5700 W PLANO PKWY,STE 2500 1 PLANO.TX 75093 1 214.420.8494 a E srlEer 5 OF 7 FORT WORTH TEXAS BOARD OF PROFESSIONAL ENGINEERS FIRM REGISTRATION#470 THIS DOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN INADVERTENTLY ALTERED. RELY ONLY ON FINAL HARDCOPY MATERIALS BEARING THE CONSULTANTS ORIGINAL SIGNATURE AND SEAL. —� SCALE: 1"= 300' 0 300 600 a a EXISTING W GAS EASEMENT —1 ! f T7 F - +1+ 0 0 EXISTING e(Y ROW 0 } ® LoLLL v Ij -F-- I_....I.... M Fl T FTTTl T Fl M o f ( +#i( t T - i !�_..! I Fy y H— .[--ld r t I .,_.c-... 1_.-_.._- FUTURE j PHASE 2 _7 w LEGEND a a PROPOSED o �0 STREET LIGHT �o O� ,(oe No. 7oo_�s-o, EXHIBIT C - STREET LIGHTS PAPE-DAWSON DATE MAR 2019 ENGINEERS DESIGNER EAP OAK RIDGE - PHASE 1 FzJ 9 NECKED AW DRAWN EAP DALLAS I SAN ANTONIO I AUSTIN I HOUSTON I FOOT WORTH 3 5700 W PLANO PKWY,STE 2500 1 PLANO,TX 75099 1214.420.8494 g 4 SHEET 6 O F 7 FORT WORTH TEXAS BOARD OF PROFESSIONAL ENGINEERS FIRM REGISTRATION#470 THIS DOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN INADVERTENTLY ALTERED. RELY ONLY ON FINAL HARDCOPY MATERIALS BEARING THE CONSULTANT'S ORIGINAL SIGNATURE AND SEAL. 4040 �\ Ka _ SCALE: 1"= 300' © 0 300 600 I L I I II _ I EXISTING 50'GAS EASEMENT - -� -n F -7- --FTT- -TT I III FASTING W Row _ I 1+ a y J m I r IM Fl I I I I ry ry I I �I -ELL ILLE I - I I. FUT I I URE ..._ P- w _ Q .--�� PHASE 2 LEGEND < � I s g w& 6C PROPOSED STREET NAME SIGN E g �� JOB NO. MAR70075-01 2019 DATE BAR 01A EXHIBIT Cl - STREET NAME SIGNS PAP&DAWSON ENGINEERS D�'D"°R EAP OAK RIDGE - PHASE 1 .g CHECKED AW DRAWN EAP DALLAS I SAN ANTONIO I AUSTIN I HOUSTON I FORT WORTH # 5700 W PLANO PKWY,STE 2500 1 PLANO,TX 75093 1214.420.8494 o� s,� 70177 FORT WORTH TEXAS BOARD OF PROFESSIONAL ENGINEERS FIRM REGISTRATION0470 m - i THIS DOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN INADVERTENTLY ALTERED. RELY ONLY ON FINAL HARDCOPY MATERIALS BEARING THE CONSULTANT'S ORIGINAL SIGNATURE AND SEAL