Loading...
HomeMy WebLinkAboutContract 47861 Cri-Y F-7- ETARY i Developer and Project Information Cover Sheet: Developer Company Name: Pulte homes of Texas, L.P. Address, State,Zip Code: 4800 Regent Blvd, Suite 100 , Irving, TX 75063 Phone& Email: 972-304-2800, clint.vincent@pultegroup.com Authorized Signatory, Title: Clint Vincent, Division VP Land Development Project Name and Brief West Fork Ranch Phase 6B Description: Project Location: West of Horseman Road& Basswood Blvd Plat Case Number: None Plat Name: None Mapsco: 35N Council District: 2 City Project Number: 02620 CFA Number: 2016-047 DOE Number: None To be completed by staff Received by: � v:1�(�I�G Date: RECEIVED City of Fort Worth,Texas OFFICIAI.RECORD � _71016 Standard Community Facilities Agreement CITY SECRETARY �,y CFA Official Release Date: 10.07.2015 ORTn1 TX RTINORTy Page 1 of 11 ¢T'W 'SETARY STANDARD COMI'Vl UNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, Pulte Homes of Texas, L.P. , ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as West Fork Ranch Phase 6B ("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 CFA Official Release Date: 10.07.2015 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 City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 3 of 11 maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253, Texas Government Code. iii. To require the contractor(s) it hires to perform the construction work contemplated herein to provide insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer-awarded infrastructure construction contracts. The City shall be named as additional insured on all insurance required by said documents and same will be evidenced on the Certificate of Insurance (ACORD or other state- approved form) supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours advance notice of intent to commence construction to the City's Construction Services Division so that City inspection personnel will be available; to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces, to not install or relocate any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. V. To require its contractor to have fully executed contract documents submitted to the City in order to schedule a Pre-Construction Meeting. The submittal should occur no less than 10 working days prior to the desired date of the meeting. No construction will commence without a City-issued Notice to Proceed to the Developer's contractor. vi. To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement, if any, until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. G. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the improvements under this Agreement. H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the Improvements required herein. City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 4 of 11 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. 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 City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 5 of 11 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. 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 City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 6 of 11 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 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 CFA Official Release Date: 10.07.2015 Page 7 of 11 Cost Summary Sheet Project Name: West Fork Ranch Phase 6B CFA No.: 2016-047 DOE No.: None 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 $ 30,920.30 2.Sewer Construction $ 24,912.30 Water and Sewer Construction Total $ 55,832.60 B. TPW Construction 1.Street $ 84,747.20 2.Storm Drain $ - 3.Street Lights Installed by Developer $ 12,846.50 4. Signals $ - TPW Construction Cost Total $ 97,593.70 Total Construction Cost(excluding the fees): $ 153,426.30 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 1,116.65 D. Water/Sewer Material Testing Fee(2%) $ 1,116.65 Sub-Total for Water Construction Fees $ 2,233.30 E. TPW Inspection Fee(4%) $ 3,389.89 F. TPW Material Testing(2%) $ 1,694.94 G. Street Light Inspsection Cost $ 513.86 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ Sub-Total for TPW Construction Fees $ 5,598.69 Total Construction Fees: $ 7,832.00 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 153,426.30 Completion Agreement=100%/Holds Plat $ 153,426.30 Cash Escrow Water/Sanitary Sewer=125% $ 69,790.75 Cash Escrow Paving/Storm Drain=125% $ 121,992.13 Letter of Credit=125%w/2yr expiration period 1 $ 191,782.88 City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 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 Pulte Homes of Texas,L.P. Jesus J. Chaps Assistant City Manager Name: Clint VIncent Title: clint.vincent@pultegroup.com Date: Date: Recommended by: ATTEST: (Only if required by Developer) "61— Wendy Chi- bulal, EMBA, P.E. Development Engineering Manager Signature Water Department Name: 6j, t� Dougla . Wiersig, P.E. Director Transportation & Public Works Department Approved as to Form &Legality: ATTEST: 7-Irl- Richard A. McCracken ary Js Assistant City Attorney City Sec t 0� Fol M&C No. Date: G !i tt 8 y� o° Al/Y- )1-1 ,,,coo AS City of Fort Worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement CITY SECRER CFA Official Release Date: 10.07.2015 FTs wpR'(H,U 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 Improvments ® 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 CFA Official Release Date: 10.07.2015 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 02620 None City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 11 of 11 \NORTH TARRANT P 1 87 � \ I I BAILE BOSRWp L I c i i .`✓ I I I i I a I I I I I 1 1 L0 I I i3 w 35W °0 SITE' I \I BASSWOOD BLVD I 156 BASSWOOD BLVD 1 I1 I I � -- Z Q) \ \\\ cQn I o � I � co W I WESTERN CENTER BLVD I� I = o \ ' 06.I3O�-' n z \ I > o U 0 0 y OJ 1 < O 35W ................................................................................................................................................: OWNER/DEVELOPER: I111I PELOTON WEST FORK RANCH PULTE HOMES ITi LAND .CLYT10118 OF TEXAS, LP 5751 KROGER DRIVE "°R'" PHASE 6B SUITE 185 NOT TO SCALE 4800 REGENT BLVD KELLER,TX 76244 IRVING, TEXAS 75063 PHONE:817-562-3350 DATE:MAY 2016 PHONE:972-304-2800 � \ FO RK� \2�. pH S�6624 \y2 \ map \ 40 22 0 40 23 24 OF e�p,8 Lp 14 ` 25 2615 e i 16 20 19 ♦ 18 40 17 ;1101* 00 1000, 1000, '00- B/ , Off/ V`� .'ow •`� 100, oll P. .000, O E P V / SE 61Z� // ' OOE LEGEND —-�—-EXIST GATE VALVE PROPOSED FIRE HYDRANT —�--EXIST FIRE HYDRANT NOTE:ALL PROPOSED WATER LINES ARE 8" UNLESS OTHERWISE NOTED EXHIBIT A - WATER ........................................................................................ ....................................... OWNER/ DEVELOPER: 11111 PELOTON 0 NOMN 100, WEST FORK RANCH PULTE HOMES lflt LAII. io L Y 1..M. OF TEXAS, LP 5751 KROGER DRIVE PHASE 6B 4800 REGENT BLVD SUITE 185 6244 IRVING, TEXAS 75063 KENE:817X72-33 GRAPHIC SCALE DATE:MAY 2016 PHONE:972-304-2800 PHONE:817-562-3350 \ \\� O�/ O Q 5 \y0 \\ WEST pH 6 2.4 \'92 D.E• \ 662 O Off/ ® 22 �O 23 \ NN Cn 24 HOMES 14 25 \ Qo��EXp�,S,�-P' \ 26 \ 15 \ i \ 16 00 20 i 19 ♦ \ 18 40 17 i p oo BIG Is \d,r� ENG bi�� • LEGEND —�� PROPOSED SEWER LINES — - EXIST SEWER LINES NOTE:ALL PROPOSED SANITARY SEWER LINES ARE 8-UNLESS OTHERWISE NOTED EXHIBIT Al - WASTEWATER .. .................................... ................................................. OWNER/DEVELOPER: PE LOTON 0 Ncfm 100, WEST FORK RANCH PULTE HOMES irir' LAND .o.U.,.r. OF TEXAS, LP 5751 KROGER DRIVE PHASE 6B 4800 REGENT BLVD SUITE IRVING, TEXAS 75063 KELLER,TX 76244 7 GRAPHIC SCALE DATE:MAY 2016 PHONE:972-304-2800 PHONE:817-562-3350 e e e O O S���F RK RPNG 2i SN '�pN So 6624 �Q 22 -p/L 40 23 fn 24 NoMES 14 / \j\_TSOF 25 1 26 5 16 / 20 19 18 40 17 d ♦ e ` d ♦� <G��t�dd" d r ej ♦ w`DO GFOSS i Gam' d '� PNSP ESE3 1E i � DOE• i i LEGEND 29'B-B/50' ROW(TYP) SIDEWALK BY DEVELOPER ---- SIDEWALK BY HOMEBUILDER EXHIBIT B - PAVING ......................................... 10'b OWNER/DEVELOPER: li!ll PELOTON 0 "°"TH 100, WEST FORK RANCH PULTE HOMES IIW LAND SOLUTION{ OF TEXAS, LP 5751 KROGER DRIVE PHASE 6B 4800 REGENT BLVD SUITE 185 6244 IRVING, TEXAS 75063 KENE:8 7- 72-33 GRAPHIC SCALE DATE:MAY 2016 PHONE:972-304-2800 PHONE:817-562-3350 \ - `� \ p s \SO ��� WEST pH O 8624 \9.L DOE. \ ` 40 O 22 �O 40 23 fn 24 14 25 OF \ 26 1 15 - 1s00 20 %� 1s e 18 40 -• e e 17 or e � \ d G SANS pN SE g12\ i DOE - LEGEND PROPOSED STREET LIGHTS O EXIST STREET LIGHTS EXHIBIT C - STREET LIGHTS ..................................... _ ................. _ ....... ..._....................................... OWNER/ DEVELOPER: �i�l� PELOTON ? mr 0H WEST FORK RANCH PULTE HOMES - LAND SOLUTIONS OF TEXAS, LP 5751 KROGER DRIVE PHASE 6B 4800 REGENT BLVD SUITE 7 6244 IRVING, TEXAS 75063 KENE:817X72-33 GRAPHIC SCALE DATE:MAY 2016 PHONE:972-304-2800 PHONE:817-562-3350 _ P E L O T O N CFA ESTIMATE FOR: PARR TRUST ADDITION I I LAND SOL U TI ONS WEST FORK RANCH PHASE 6B 5751 KROGER DR.STE.185 1 KELLER,TX 762AA 817.562.3350 5/1212016 EXHIBIT A-WATER IMPROVEMENTS ITEM# IDESCRIPTION UNIT CITY UNIT PRICE TOTAL 3311.0261 8"PVC Water Pipe LF 403 20.00 8,060.00 3312.0001 Fire Hydrant EA 1 3,400.00 3,400.00 3311.0001 Ductile Iron Water Fittings w/Restraint _ TN 2.00 4,900.00 9,800.00 3312.2003 1"Water Service EA 11 720.00 7,920.00 3312.0117 Connection to Existing 4"-12"Water Main EA 2 850.00 1,700.00 3305.0109 iTrench Safety LF 403 0.10 40.30 TOTAL WATER $30,920.30 EXHIBIT Al -SANITARY SEWER IMPROVEMENTS ITEM# DESCRIPTION UNIT CITY UNIT PRICE TOTAL 3331.4115 8"Sewer Pipe LF 447 28.50 12,739.50 3339.1001 4'Manhole EA 2 2,250.00 4,500.00 3301.0101 Manhole Vaccum Testing EA 2 110.00 220.00 3331.3101 4"Sewer Service EA 11 580.00 6,380.00 3301.0002 Post-CCN Inspection LF 447 1.40 625.80 3305.0109 1 Trench Safety I LF 1 4471 1.00 447.00 TOTAL SANITARY SEWER $24,912.30 EXHIBIT B- PAVING IMPROVEMENTS ITEM# IDESCRIPTION UNIT CITY UNIT PRICE TOTAL 3213.0101 6"Conc Pvmt SY 1,983 33.35 66,133.05 3211.0501 6"Lime Treatment SY 2,181 2.90 6,324.90 3211.0400 Hydrated Lime TN 39.0 155.00 6,045.00 3217.2103 REFL Raised Marker TY II-A-A EA 46 25.00 1,150.00 3471.0003 Traffic Control Details EA 1 500.00 500.00 3213.0301 4"Conc Sidewalk I SF 1,081 1 4.251 4,594.25 TOTAL PAVING $84,747.20 EXHIBIT C-STREET LIGHTING IMPROVEMENTS DESCRIPTION UNIT CITY UNIT PRICE TOTAL 3441.3001 Rdwy Ilium Assmbly TY 1,4&6 EA 3 2,415.00 7,245.00 3441.3301 Rdwy Illum Foundation TY 1,2,and 4 EA 3 1,195.00 3,585.00 3441.3401 6-6-6 Triplex Alum Elec Conductor LF 185 2.35 434.75 2605.3001 1 1/4"CONDT PVC SCH 80(T) LF 185 8.55 1,581.75 TOTAL STREET LIGHTS $12,846.50 WFR_PH6B_CFA_20160512,Ph6R 1 oft 513112016 6331 Southwest Boulevard Benbrook,Texas 76132 f PROPOSAL (817)735-1600 phone (817)735-1613 fax estimating@gilcocontractng.com PROJECT: WEST FORK RANCH,PHASE 66(in conjuction with Phase 5A) OWNER: Pulte Group BID DATE: February 15,2016 ITEM NO UNIT QUANTITY UNIT PRICE TOTAL BID Paving Improvements 1 6"Reinforced Concrete Street Pavement with 7"Standard Curb SY 1,983 $33.35 $66,133.05 (3600 psi 5.5 sack equivalent with No.3 bars @ 18"o.c.e.w.per plans) 2 6"Lime Treatment SY 2,181 $2.90 $6,324.90 3 Hydrated Lime @ 36lbs/SY TON 39 $155.00 $6,045.00 4 4'Wide,4"Thick Reinforced Concrete Sidewalk SF 1,081 $4.25 $4,594.25 (3000 psi 5 sack equivalent with No.4 bars @ 18"o.c.e.w.per plans) 5 Traffic Control EA 1 $500.00 $500.00 6 Remove Street Barricade&Connect to existing Header EA 1 $500.00 $500.00 7 REFL Raised Marker TY 11-A-A EA 46 $25.00 $1,150.00 Paving Improvements SUBTOTAL $85,247.20 Lighting Improvements 1 Rdwy Illum Assmbly TY 1,4 and 6(D25-6 with LED luminare) EA 3 $2,415.00 $7,245.00 2 Rdwy Iflum Foundation TY 1,2 and 4 EA 3 $1,195.00 $3,585.00 3 6-6-6 Triplex Alum Elec Conductor LF 185 $2.35 $434.75 4 1-1/4"CONDT PVC SCH 80(T) LF 185 $8.55 $1,581.75 Lighting Improvements SUBTOTAL $12,846.50 Improvements SUBTOTAL $98,093.70 (Paving&Lighting) 8 Payment,Performance&Maintenance Bonds LS 1 $2,100.00 $2,100.00 (2 year,100%) Improvements TOTAL $100,193.70 (Paving,Lighting&Bonds) QUALIFICATIONS AND/OR EXCLUSIONS: 1. This proposal shall be made apart of any contract for this project. 2. Gilco reserves the right to approve Owner's credit prior to executing an agreement Confirmation of funding wib 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. Page 1 of 2 6331 Southwest Boulevard PROPOSAL Benbrook,Texas 76132 (817)735-1600 phone (817)735-1613 fax estimating@gilcocontracUng.com PROJECT: WEST FORK RANCH,PHASE 68(in conjuction with Phase 5A) OWNER: Pulte Group BID DATE: February 15,2016 —ITUTN—OT DESCRIPTION UNIT QUANTITY I UNIT PRICE TOTAL BID QUALIFICATIONS AND/OR EXCLUSIONS: (continued) 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,exposinglrelocating/clean-up for franchise utilities,handling or processing of pipe spoils, adjustments of manholes/ceanouts/water valves in excess of 6'depth or from changes in size,construction entrances, any cost for heatingrcooling 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 quantifies of work completed. 9. Owner to provide an on-site suitable location for Gilco to erect and operate a portable concrete batch plant.(Phase 5A location) 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 bad is based on Owner providing subgrade that is suitable for lime stabilization.Any rock encountered shall be undercut and replaced with suitable material.This applies to street and/or alley subgrade and parkway areas.If required,Gilco can perform 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.Gi100 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. 17.Any Traffic Control or Barricading quoted within this proposal is for Gilco's scope of work only. 18.GlIco's proposal is based on plans dated December 2015 from Peloton Land Solutions, 19.This proposal shall remain good for 15 days and prices are based upon the wok being performed 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-negofiate 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.At bid time,Gilco cannot guarantee the start of construction activities on this project before April 15,2016. 22.This project will be completed within 40 WORKING DAYS,based on the availability of local raw materials and the owner's commitment to allow Gilco to schedule its own operations. 23.Gilco does not include"Median&Parkway Finish"per City of Fort Worth General Notes. Charles A.k1loone Estimator-Gilco C cting,Inc. Page 2of2 BURNSCO CONSTRUCTION, INC. 6331 SOUTHWEST BLVD,SENSROOK,TEXAS 70132 OFFICE(617)738.3200 FAX(617)738,3638 WEST FORK RANCH PHASE 613 WATER,SEWER&STORM DRAIN FORT WORTH,TEXAS PULTE HOMES BID: MONDAY JANUARY 25,2016 WATER 1 ITEM DESCRIPTION UNIT QUANTITY BID PRICE TOTAL JJ 1 8"PVC WATER PIPE LF 403.00 $20.00 $8,060.00 2 CONNECTION TO EXISTING 4"-12"MAIN EA 2.00 $850.00 $1,700.00 3 FIRE HYDRANT ASSEMBLY EA 1.00 $3,400.00 $3,400.00 4 1"WATER SERVICE EA 11.00 $720.00 $7,920.00 5 TRENCH SAFETY if 1 403,00 $0.101 $40.30 g IDUCTILE IRON FITTINGS TN 2.001 $4,900.00 $9,800.00 7 ICONCRETE BLWRN6CY 1.50 $150.00 $225.00 $31,145.30 SANITARY SEWER ITEM DESCRIPTION UNIT QUANTITY BID PRICE TOTAL 1 8"SEWER PIPE LF 447.00 $28.50 $12,739.50 2 C SEWER SERVICE EA 11.00 $580.00 $6,380.00 3 4'MANHOLE EA 2.00 $2,250.00 $4,500.00 4 MANHOLE VACUUM TESTING EA 2.00 $110.00 $220.00 5 TRENCH SAFETY LF 447.00 $1.00 $447.00 6 POST CCN INPSEGTION LF 447.00 $1.40 $625.80 I- 8 _- 1.UUj- $2UU. $25,112.30 BID SUMMARY TOTAL WATER $31,145.30 TOTAL SANITARY SEWER $25,112.30 I PAYMENT,PERFORMANCE&MAINTENANCE BONDS $2,000.00 lGRAND TOTAL $68,287.60 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 draln seeding,sodding, density and material testing,concrete removaUrepiacement,Imported material for backfill,Raven 405 lining, cost of flushing water Mr testing. 3. Bumsco's bid Is based on local readily available materiels, 4. Bumsco does not include sales taxes on materials Incorporated into this project. 5. All pipe Volts to be left on-site In area provided by owner. 6, Bumsco does not include clean-up of parkways,etc,after franchise utility companies. 7. This proposal shall remain good for 15 days. 8. Bumsco will submit monthly pay applications for work complete through the and of the month.Payment shall be due on the 10th of the fallowing month. 9. Bumsco reserves the right to approve Owner's credit prior to executing an agreement. 10.Bumsco does not Include the cost of exposing or relocating franchise utilities. 11.SWPPP plan,implementation and inpections by owner. 12.This proposal shall be made a part of any contract documents between Owner and Contractor. Elo one, action,Inc. A Elk Page 1 of 1 Estimator