Loading...
HomeMy WebLinkAboutContract 48336 CONTRACT MI. Developer and Project Information Cover Sheet: Developer Company Name: Pulete Homes of Texas,L.P. Address, State,Zip Code: 4800 Regent Blvd. Ste. 100,Irving,TX 75063 Phone&Email: 972-304-2800, Clint.vincent@pultegroup.com Authorized Signatory,Title: Clint Vincent,Division Vice President Land Development Project Name and Brief Pulte Homes of Texas,L.P. Description: Project Location: West Fork Ranch Phase 6A Plat Case Number: FP-15-100 Plat Name: Parr Trust Mapsco: 35N Council District: 2 City Project Number: 100472 CFA Number: 2016-081 DOE Number: <DOE#> To be completed by sta . Received by: S Date: EOFFICIAL RECORD City of Fort Worth,Texas CRETpRStandard Community Facilities Agreement RT141 T1 CFA Official Release Date: 10.07.2015 Page 1 of 11 STANDARD COMMUNITY 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 6A ("Project") within the City or the extraterritorial jurisdiction of Fort Worth, Texas ("City"); and WHEREAS, the City has no obligation to participate in the cost of the Improvements or Project; and WHEREAS, any future City participation in this CFA is subject to the availability of City funds and approval by the Fort Worth City Council and shall be memorialized as an amendment to this Agreement; and WHEREAS, the Developer and the City desire to enter into this Community Facilities Agreement ("CFA" or "Agreement") in connection with the collective Improvements for the Project. NOW, THEREFORE, for and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: General Requirements A. The Policy for the Installation of Community Facilities ("Policy") dated March 2001, approved by the City Council of the City of Fort Worth, as amended, is hereby incorporated into this Agreement as if copied herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. B. Developer shall provide financial security in conformance with paragraph 6, Section Il, 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) M. 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 Proj ect Name: West Fork Ranch Phase 6A CFA No.: 2016-081 CP No.: 100472 An Engineer's Estimate of Probable Cost is acceptable. However, the construction contract price will ultimately determine the amount of CFA fees and financial guarantee. The bid price and any additional CFA payments will be required prior to scheduling a pre-construction meeting. An itemized estimate corresponding to each project-specific exhibit is required to support the following information. Items Developer's Cost A. Water and Sewer Construction 1. Water Construction $ 143,761.70 2.Sewer Construction $ 77,791.60 Water and Sewer Construction Total $ 221,553.30 B. TPW Construction 1.Street $ 388,600.14 2.Storm Drain $ 280,545.00 3. Street Lights Installed by Developer $ 49,274.25 4. Signals $ - TPW Construction Cost Total $ 718,419.39 Total Construction Cost(excluding the fees): $ 939,972.69 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 4,431.07 D. Water/Sewer Material Testing Fee(2%) $ 4,431.07 Sub-Total for Water Construction Fees $ 8,862.13 E. TPW Inspection Fee(4%) $ 26,765.81 F. TPW Material Testing(2%) $ 13,382.90 G. Street Light Inspsection Cost $ 1,970.97 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 42,119.68 Total Construction Fees: $ 50,981.81 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 939,972.69 x Completion Agreement=100%/Holds Plat $ 939,972.69 Cash Escrow Water/Sanitary Sewer= 125% $ 276,941.63 Cash Escrow Paving/Storm Drain= 125% $ 898,024.24 Letter of Credit= 125%w/2yr expiration period $ 1,174,965.86 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. Chapa Assistant City Manager Name: Clint Vincent Title: Division Vice President Land Date: ��`'�'Lc� Development Recommended by: Date: �U�G ATTEST: (Only if required by Developer) 7 Wendy Chi-Ba ulal, EMBA, P.E. Development Engineering Manager ater Department Signature Name: Dougla . Wiersig, P.E. Director Transportation & Public Works Department Approved as to Form &Legality: ATTEST: Richard A. McCracken Assistant City Attorney ary J. Kayser City Secretary f-I Q Date: at �� �k 300 p O O Q t O f� 00 0000 161 � -1 City of Fort Worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement CITY SECRETARY CFA Official Release Date: 10.07.2015 �'r �VARTH Page 9 of 11 a s 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 Improvments © Water Cost Estimate Exhibit A-1: Sewer Improvements Sewer Cost Estimate © Exhibit B: Paving Improvements ® Paving Cost Estimate ®, Exhibit 13-1: 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. 100472 None City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 11 of 11 81 V I \\ ITE287 t BAILEY - BOSW LL i I 35W i B SSWO D B VD 156 I \ BLVD -------- - ---J� -------------- -- ' \ L �z , p WESTERN CENTER BLVD \ ----------------------------------------------- ---------------------------------------------------------------------------------------------------------------- -------------------- OWNER/ DEVELOPER: 1111I PELOTON WEST FORK RANCH PULTE HOMES OF TEXAS, L.P. I LAND SOLUTION! 5751 KROGER DRIVE NORTH PHASE 6A 4800 REGENT BLVD. SUITE 185 NOT TO SCALE SUITE 100 PHONE:8,TX 76244 76244 DATE:MAY,2016 IRVING,TX 75063 972-304-2800 EXISTING 8"WATER ENT opg�ON D.O.E.#7466 E�SME�pIUM�p 1p PpE PpZpMN ® 1m 2m 3 4 Sa 6a '/ 6 9ro 10aLl tmt2 13 J±J:�21d 20 O 22% p i 2 ®3 4 5 6 g7 6 6 10 i1 12 19 �typYt�•P ONSop'6 5 na SSS�aaa 43 S ® 19 ® )pHOt5 t5tAN WES PFP'RNioN 42 /7 O Wy393 a d 4 24 23 11 21 20 16 16 17 16 15 14 13� %.23115 ©41 Y °9 40 / ye 15 EXISTING �p 3838 2 3 4 5 © a7 8a 9 0 ii 12 13 14 15 16 ® 4 8"WATER 4 5" D.O.E.#7466 37 4 13 a m 33 32 31 30 29 26 27 26 25 24 23 22 21 20 19 16 17 u 12 35T 4'°�• *�•G. M3 P 110 ]"017 0 34 J— ......... 8 s o mm+a A ms®3a 3 v 3® ro9m 2 w2w or omam ®cN 8 pENN15p,45'�5� m.mm�m ON � a ROYP)-.P p.g00.So 29" FpRKfNN WESSP,'w JONNS tSV•N a WE pNPS 16� 'N N X--32 LEGEND ----- - -H- PROPOSED GATE VALVE ---Dd--- EXIST GATE VALVE EXISTING 8"WATER D.O.E.#7537 PROPOSED FIRE HYDRANT -- --- EXIST FIRE HYDRANT PROPOSED WATER LINE (ONSITE) ------- EXIST WATER LINE EXHIBIT A - WATER NOTE:ALL PROPOSED WATER LINES ARE 8" UNLESS OTHERWISE NOTED ---------------------------------------------------------------------------- ............ ................................................................................... .....: OWNER/ DEVELOPER: 'f [jlfl PROTON N 0 NORTH 300' WEST FORK RANCH PULTE HOMES OF TEXAS, L.P. I�1 LAND SOLUTIONS 5751 KROGER DRIVE PHASE 6A 4800 REGENT BLVD, SUITE LER, 1SUITE 85 GRAPHIC SCALE DATE: MAY,2016 IRVNG,TX075063 PHONE:817-562-3350 972-304-2800 E,y�SMEVOWM lNNO�oMT10N EXISTING ° m° �� .....� 8"SEWER 'p a�2m — .. m. a 7 a ®° mm n °,� m 9 4 6® 8® ] 8 4 10 ®11 12 13 14 15 D.O.E.#7466 �T .�� a 2' EXISTING 10" SEWER m aox 44 a I ' 1 y m3 4 5 8 ®] 8 9 10 11 12 #7466 • a y pEONNtso 550294 PpNGH m � a I ® ® f!}I a 18 � .10NN`+131P110. i] m w.2393 24 23 22 21 20 19 18 1] t8 15 14 13 Qa, EXISTING * ,t5 1B ®4, 1 �. .® . ® .. .L m m m 8"SEWER e � D.O.E.#7466 w �g . •. . m . .® . w 39 ° 2 3 4 5 © ] 8 9 10 tt 12 /3 14 15 18 tl i n 14 30 4 �f 3] 38 / 33 32 31 30 29 29 21 28 25 24 23 22 21 20 19 1B 11 i 12 35 a 4@P 3 d 0 d' 32 31 30 29 28(] 1 2 4 3 m v m] B 8 10 It I o 9 Po m mm m m acm m w m�.m m SOH m m wm n w w m m EST FoWEGR w d B µOY�•p.Ogp SG 291in V�5 PNPS 153] d 04294 I OOHNS EXISTING - 232g4 I e 10"SEWER D.O.E.#7336 LEGEND ---♦-- PROPOSED SEWER LINES ——•o EXIST SEWER LINES NOTES: 1. ALL PROPOSED SANITARY SEWER EXHIBIT Al - WASTEWATER LINES ARE 8" UNLESS OTHERWISE NOTED. 2. ALL SANITARY SERVICES ARE SDR-26. .....................__.............................................................................................................................................................. .. OWNER/DEVELOPER: !i!II PELOTON 0 NORTH 11.1 300' WEST FORK RANCH PULTE HOMES OF TEXAS, L.P. I LAND SOLUTIONS 5751 KROGER DRIVE PHASE 6A 4800 REGENT BLVD. SUITE TX 76244 SUITE 100 PHONE:817-562-3350 GRAPHIC SCALE DATE: MAY,2016 IRVING,TX 75063 972-304-2800 E1IESME���UM�2 NNPOEBB�TON im 2® 3 4 Sm em 7 27 0 6m 10®mt1 wt2 13 14 ®i3 wm 21 20 22X 10 m ROY�•5 S,�p Sp 29451 � 1 2 3 4 5 tl 6 7 I 0 D f0 11 12 10 W pENNp%145 KRPNOH 4 43 ® 5mt ]OHN WES PN��A68 ,� 42 17 g �j 2303 24 23 22 21 2D 10 10 17 i6 15 14 i3 %.231"15 18 ®a1 11111 EY 4D n i6 P 1 2 3 4 56 7 0 9 f0 11 12 13 14 15 16 3g ® 14 �4 37 13 B 38 33 32 J1 30 20 20 27 28 25 24 22 21 20 14 10 11 12 is I 10 35 �q d J3 32 31 30 29 20 1 2 3 4 nIs w a B 10 11 D' w wam e a m menE w m m env 10GR 6 ,DENNo%45 9 vma u v —a n w�v o v m w = FORKR� ROYP�P 0.6 p 5G1 451 WESSF OH Q WE DOPE X597 ]OHN5151AN PO 15�E4121 d 1(.2432 K2 � %.23204 oqq 9 LEGEND 29' B-B/50' ROW (TYP) SIDEWALK BY DEVELOPER ------- SIDEWALK BY HOMEBUILDER H.C. RAMPS BY DEVELOPER EXHIBIT B - PAVING .............---............--.......................................................................................................................................... ..-... OWNER/ DEVELOPER: iilll PELOTON 0 NORTH 300' WEST FORK RANCH PULTE HOMES OF TEXAS, L.P. I LAND SOLUTIONS 5751 KROGER DRIVE PHASE 6A 4800 REGENT BLVD. KELSUITE 185 100 ,TX 76244 GRAPHIC SCALE DATE:MAY,2016 IRV NGI,TX 775063 PHONE:817-562-3350 972-304-2800 EILESMEVS%w G AN HP EBB�T,oN EXISTING STORM m � . -12. D.O.E.#7466 ,m 2m 3 4 5w 19 . .mLt 8 10 11 123q 14 15 w m 'Bg 24"RCP ®mom 200 1B 2"RCP i oENN ,45�M' s4 goN 2 m3 4 5 6 m7 01 B it 12 y�y E 1B 4"RCP w,yoY 'v%5 o.502&151 oRKr0l 43 ® 77 0 3oHN WPB PHPS14fiB a b J B 11 1-10' 42 -11-sl $$ 24 T3 22 21 110 ,B 13 t7 ,p .115/� 14 ,39 Bp wINLET X,23115 041 "mm nm .w b V Y bW . Ap 40 INLETS 15 m 36"RCP 3B Q21 1 1 2 3 4 5 6 '! B 8 70 11 12 13 14 15 16 w 361'RCP 4p ® m w 1-10' a 37 2 'R P 13 m INLET 4 3p ® 4 33 32 31 30 2B 28 27 2B 25 nn24 23 22 21 20 1B 18 i 12 g IIVS 1110 35 u � pspa ®® .� @R48' ® �4mme w2 mm 3: 2i: -i .3 mm n p a7 wm Bx 1� 11 O B W 27"RCPT. B N15oN L1i W E5T PORKRPPNo ® u"oV W-.Po B�015G 2gp5t WFS'1PNP5E Sjt 0. 0 E 1531 IOHN5IS`AN 0 o.E.t K"24384 %y31B4 X_232 LEGEND NOTES: PROPOSED STORM DRAIN INLET 1. ALL PROPOSED STORM RCP LINES ARE 0 21" UNLESS OTHERWISE NOTED. --- '- - - EXIST STORM DRAIN INLET -■'- PROPOSED STORM DRAIN MANHOLE -� PROPOSED STORM DRAIN HEADWALL -- -� PROPOSED CONIC FLUME AND WIER ------ PROPOSED TEMPORARY EARTHEN CHANNEL EXHIBIT B1 - STORM DRAINAGE ...................................................-.............-...........-................................................................................ ........................... OWNER/DEVELOPER: 11111 PELOTON 0 NORTH 300' WEST FORK RANCH PULTE HOMES OF TEXAS, L.P. I LAND SOLUTIONS 5751 KROGER DRIVE PHASE 6A 4800 REGENT BLVD, SUITE 185 SUITE 100 KELLER,TX7 6244 GRAPHIC SCALE DATE:MAY,2016 IRV NG,TX 75063 PHONE:817-562-3350 972-304-2800 ............................................................................. ................................................................................................................ ELLESMEvpWvMP R1�NN�E ss RpS10N 1m 2m�3 4 5® 6�m�,�$/® 6 9w tOw m11 m12 13 14 mi mmm 6 20 O ®44.,\`°tlieV/' 6' 1 �2 3 4 5 �6 '! B 9 10 11 12� a 'H 6 YPI�OENNOX 45 8451 9 ® t6 ®FO 4 5'�y.NO.SG2 RpNOH 43 e e 00HN ,NEStPHpSE 466 m ol 17 a D W j.593 42 24 23 22 21 !!20 19 1. 17 16 ,5 11 13 X_231'16 d 041 Qmwm .. m w M 16 Y . is.m y 40 m. 39 15 B 36 1 2 3 4 5 6 7 6 9 10 1, 12 ,3 ,4 15 16 p ® 9 4 0 d it �- 13 p 37 O 23 22 21 20 19 18 17 w 12 36 ® 33 32 31 30 29 26 27 ZB TS ?a p „O p 35 W � a w[2: 2L[33 .216� 3 4 5 B 7 8 B 10 11 e 9 ®9' 6 150N h.E1P1 ..mne..w...m w m FORK W`NOR WE5 PNN`��O. �RD OH 915NN0'$0 ze4 'NE PHPS X531 0.a. Kj.431 Q o K-�32 Y.-23294 %2794 LEGEND PROPOSED STREET LIGHTS Q EXIST STREET LIGHTS EXHIBIT C - STREET LIGHTS ------------------ .................---.............................................................................................. ..---.---.---------------.....: OWNER/ DEVELOPER: I[ I PELOTON 0 NORTH 300, WEST FORK RANCH 0 LAND SOLUTIONS _,,..,,,,.,,, PULTE HOMES OF TEXAS, L.P. 5751 KROGER DRIVE PHASE 6A 4800 REGENT BLVD. SUITE 185 SUITE 100 KELLER,TX 76244 GRAPHIC SCALE DATE:MAY,2016 IRVING,TX 75063 PHONE:817-562-3350 972-304-2800 VF}�MjNPP0Eg011pS\ON E11E5MSill"N l`61 p - 19 1m 2m 3 4 Sm 8m ] 9 6m 10 m•wit mit 13 14 m15 R � mm� mmurmwm� 200 2D u 44 g 2 m 3 4 5 W B m7 9 9 10 11 12 19 OENNO%45 Etn ® ® vi' , 1e ®NOON P\SU�D•Sp201i ®® 43 Ng ,NESt P� ,NON k g PN 480 g m yj93 � 42 24 ?7 22 21 20 18 19 17 18 15 ib 13� X.231"15 !!11 CC 18 041 ..sr. .a 4! S6- Y mm . .mw ary m 40 evm mftl 3952 3 4 5 e7 e 9 10 1 1415 183g ® d37 $— 1335 0 92m m2] 2. 25 24 23 2 X18 18 12 10 13.1 m0jj 4 ' mmeffim5 m® .mu� mmeu 11 W 0 PENN\50105 mmmw mmmm3m P� SON � WESjF�ERNdO e NOYP�.Pp.�0.50204Gi WE PN�E5] d P 2�1 ONN515 O O.E'432 %.23294 tl X 232' LEGEND PROPOSED STREET NAME SIGNS 0 EXIST STREET NAME SIGNS EXHIBIT Cl - STREET NAME SIGNS .............................................................-............................................................................................................................... : 0000 OWNER/ DEVELOPER: li!I PELOTON 0 NORTH 3001 WEST FORK RANCH PULTE HOMES OF TEXAS L P I�1 LAND SOLUTION= 5751 KROGER DRIVE PHASE 6A 4800 REGENT BLVD. SUITE 185 SUITE 100 PHONE:817-562-3350 GRAPHIC SCALE DATE:MAY,2016 IRVING,TX 75063 972-304-2800 00 42 43 Proposal-Utilfties DAP-BID PROPOSAL Page 1 of SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification I Unit of BidUnit Price Z Value No. I I Section No. I Measure Quantity UNIT 1:WATER IMPROVEMENTS 3311.0261 8"PVC Water Pipe 3311 12 LF 2,837 $20.00 $56,740.00 3312.3003 8"Gate Valve 33 12 20 EA 6 $1,240.00 $7,440.00 -------- ---- - ------ -------- ----- --- 3312.0117 Connection to Existing 4"-12"Water Main 33 12 25 EA 4 $3,2001.100 1 3312.0001 1 -- - 1 -11 Fire-HydrantI I I I 33 iY46- --E-A---' -2 --'$3,500.00 $7,000.00 -------------1---------------- 3312.2003 1"Water Service 33 12 10 EA 86 $720.00 $61,920.00 3312.2103, -----1 1 11 1-/2 -Water-Service-I I 3312 10 -,-E"A--", 1 $1,200.00 $1,200.00 3305.0109 Trench Safety 3305 LF 2,837 $0.10 $283.70 3311 1 1 -1.0001 1 1 Ductile- - I I -I I ron-Water I 11 - F i It I i-n g,s--wl Restraint, I - 36- --TON t-22 --$4,900.0'0 $5,9-78.00 Payment,Performance&Maintenance Bonds LS TOTAL UNIT 1:WATER IMPROVEMENTS $143,761.70 UNIT If:SANITARY SEWER IMPROVEMENTS 3331.4115 8"Sewer Pipe 3331 20 LF 1,139 $26.00 $29,614.00 3331.�4116 8"Sewer Pipe,CSS Backfill 3331 20 LF 160 $38.00 $6,080.00 1-11 1-- I............ 3339.1001 4'Manhole 33 39 20 EA 3 $2,400.00 $7,200.00 3339.1002 4'Drop Manhole 33 39 10 EA 1 $2,900.00 $2,900.00 3301.0101 Manhole Vacuum Testing -3-3-0-130--- EA- -4 ,$110;000 „$440.00 3339.000 110.0003339.0001 Epoxy Manhole Liner 33 39 60 VF 2 $200.00 $400.00 3331.3101 4"Sewer Service 33 31 50 EA 49 $560.00 $27 440.00 3301.0002 Post CCTV Inspection 3301 31 LF 1,299 $1.40 $1,818.60 9999.0001 Connect to Ex.8"Sanitary Sewer 0000 EA 3 $200.00 $600.00 ----- I------------- ---------- ---------- -1-1---- ---- - ------ - ------- 3305.0109 Trench Safety 33 05 10 LF 1,299 $1.00 $1,299.00 JPayment,Performance&Maintenance Bonds LS 1 11 TOTAL UNIT If:SANITARY SEWER IMPROVEMENTS 1 $77,791.60 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version April 2,2014 6A Master-QTO-CFA Spec Qtys.>ds 004243—Proposal-Utilities DAP- ID PROPOSAL Page 2 of 2 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application UNIT III:STORM DRAIN IMPROVEMENTS 3341.0201 21"RCP,Class III 3341 10 LF 171 $46.00 $7,866.00 3341.0205 24"RCP,Class III 3341 10 LF 42 $52.00 $2,184.00 3341 0208 1.27"RCP,Class III �_ 33 4-1-1-0-„ LF 228 $5900 $13,452.00 3341.0302 30"RCP,Class III 3341 10 LF 217 $69 .00 $14,973.00 3341.0305 33"RCP,Class III 3341 10 LF 564 $77.00 $43,428.00 3341.0309 36"RCP Class III 3341 10 LF 87 $88.00 $7,656.00 3341.0402 42"RCP,Class 111 3341 10 LF 267 $142.00 $37,914.00 -- - -- - -- — — - - - — 9999.0009 24"CL III RCP 00 00 00 LF 136 $101.00 $13,736.00 3349.5001 10'Curb Inlet 33 49 20 EA 10 $3,300.00 $33,000.00 3305.0109 Trench Safety 33 05 10 LF 1,712 $0.50 $856.00 r_St 4 $16,800.00 _ $67 200.00 3349.0002 5'Storm Junction Box 334910 EA _ 9999.0010 36"Sloped End Headwall 00 00 00 EA 1 „ $3,500.00 $3,500.00 9999.0011 4 11 2"Sloped End Headwall 00 00 00 EA 1 $4,300.00 $4,300.00 9999.0012 24"Sloped End Headwall 00 00 00 EA 6 $2,700.00 $16,200.00 3137.0101 Concrete Riprap 31 37 00 SY 208 $60.00 $12,480.00 3305.0112 Concrete_Collar 33 05 17 EA 3 $600.00 $1,800;00 u_ Payment,Performance y ce&Maintenance Bonds LS 1 TOTAL UNIT III:STORM DRAIN IMPROVEMENTS1 $280,545.00 UNIT l:WATER IMPROVEMENTS $143,761.70 UNIT II:SANITARY SEWER IMPROVEMENTS $77,791.60 UNIT III:STORM DRAIN IMPROVEMENTS -u-J- L$280,545.00 Total Construction Bid $502,098.30 Contractor agrees to complete WORI{for FINAL ACCEPTANCE within calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version April 2,2014 6A Master_QTO_CFA_Spec Qtys.xls 00 42 43—Proposal-Street Light DAP-BID PROPOSAL Page I of 1 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification I Unit of Bid Description Unit Price FZ Value No. I Section No. I Measure Quantity UNIT 1:STREET LIGHTING IMPROVEMENTS 3441.3001 Rdwy Ilium Assmbly TY 1,4,and 6 3441 20 EA 12 $2,355.00 $28,260.00 3441.3301 Rdwy Ilium Foundation TY 1,2,and 4 3441 20 EA 12 $1,085.00 $13,020.00 ------------ ------------- ------- --------- 3441.3401 6-6-6 Triplex Alum Elec Conductor 34 41 20 LF1-1--1-- 7615 1111 —,$2,.30 $1,,759,50, 2605.3001 1 1/4"CONDT PVC SCH 80(T) 26 05 33 LF 765 $8.15 $6,234.75 TOTAL UNIT 1:STREET LIGHTING IMPROVEMENTS, $49,274.251 UNIT 1:STREET LIGHTING IMPROVEMENTS 1 $49,274.25 Total Construction Bid l $49,274.25 Contractor agrees to complete WORK for FINAL ACCEPTANCE within_calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version ApdI 2,2014 6A Master—QTC—CFA Spec Qtys.xis 00 42 43—Proposal-Paving DAP-BID PROPOSAL Page I of 1 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description I Section No. Measure Quantity Unit Price Bid Value UNIT 1: PAVING IMPROVEMENTS 3213.0101 6"Cone Pvmt 32 1313 Sy 9,138 $33.30 $304,295.40 ................... ........ 3211.0501Lime Treatment 32 11 29 SY 10,052 $2.90 $29,150.22 3211.0400 Hydrated Lime 3211 29 TN 180.93 $155.00 $28,044.52 3213.0501 Barrier Free Ramp,Type R-1 32 13 20 EA 6 $1,900.00 $11,400.00 3471.0003 Traffic Control Details 3471 13 EA 3 $500.00 $1,500.00 -- -------- 9999mol Remove Street Barricade&Connect to Ex Header 00 00 00 EA 3 $500.00 $1,500.00 1 9999.0002-1 1 1 1 Const-S-td-1 Street 1,He-ader,&,I I nsta 1 11 11 Barricade-1-1100 00 00 EA 1 $2,000.00 $2,000.00-1 1 1 1 3217.2103 REFIL Raised Marker TY 11-A-A 32 17 23 EA 20 $35.00 $700.00 13213.030114"Cone Sidewalk 132 1320 1 SF 1 286 $35.00 $10,010.00 TOTAL UNIT 1:PAVING IMPROVEMENTS $388,600.14 UNIT 1:PAVING IMPROVEMENTS $388,600.14 Total Construction Bid i $38W600.14 Contractor agrees to complete WORK for FINAL ACCEPTANCE within calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version Ap612,2014 6A Master—QTC—CFA Spec Qtys.xls