Loading...
HomeMy WebLinkAboutContract 52786 Received Date: 09/17/19 Received Time: 10:57 AM Developer and Project Information Cover Sheet: Developer Company Name: Pulte Homes of Texas,LP Address, State,Zip Code: 9111 Cypress Waters Blvd. Ste. 100,Coppell,TX,75019 Phone&Email: 972.304-2800,clint.vincentnpultegroup.com Authorized Signatory,Title: Clint Vincent ,VP Land Development Project Name: Sunset Pointe Phase 2 Brief Description: Water, Sewer,Paving, Storm Drain, Street Lights Project Location: Southwest corner of Summer Creek Drive and Wildflower Way Plat Case Number: Plat Name: Sunset Pointe Phase 2 Mapsco: Council District: 6 CFA Number: CFA19-0069 City Project Number: 102110 City of Fort Worth,Texas LFT. WORTH, RECORD Standard Community Facilities Agreement-Sunset Pointe Phase 2 CFA Official Release Date:02.20.2017 RETARY Page 1 of 11 T� STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 52786 WHEREAS, Pulte Homes of Texas, LP , ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements")related to a project generally described as Sunset Pointe Phase 2 ("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 bc;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-Sunset Pointe Phase 2 OFFICIAL RECORD CFA Official Release Date:02.20.2017 CITY SECRETARY Page 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) ®, Storm Drain(B-1) Street Lights& Signs (C) K E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section II,paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section II, of the Policy. Developer shall ensure its contractor(s)pays the then-current City-established wage rates. F. For all Improvements included in this Agreement for which the Developer awards construction contract(s), Developer agrees to the following: i. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to meet City's requirements for being prequalified,insured,licensed and bonded to do work in public ways and/or prequalified to perform water/wastewater construction as the case may be. ii. To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent (100%) of the contract price of the infrastructure,and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the infrastructure for a period of two (2)years from the date of final acceptance insuring the maintenance and repair of the constructed infrastructure during the term of the maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253, Texas Government Code. City of Fort Worth,Texas Standard Community Facilities Agreement-Sunset Pointe Phase 2 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> y 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-15.sued Notice to Proceed to the Developer's contractor. vi. To delay connections of buildings to service Ines 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 improvr-ments under this Agreement. H. Developer shall cause the installation or adjustment of 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 w:th any of the community facilities to be installed hereunder. City of Fort Worth,Texas Standard Community Facilities Agreement-Sunset Pointe Phase 2 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-Sunset Pointe Phase 2 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 streetl ights 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 th construction contract. iv. Developer shall pay in cash the total cost of stree 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-Sunset Pointe Phase 2 CFA Official Release Date:02.20.2017 Page 6 of 11 construction of same before the expiration of two (2) years if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction, the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement. Q. Developer acknowledges that in accordance with Chapter 2270 of the Texas Government Code,the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not boycott Israel; and (2)will not boycott Israel during the term of the contract. IMMIGRATION AND NATIONALITY ACT R. Developer shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form(I-9). Upon request by City, Developer shall provide City with copies of all 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-Sunset Pointe Phase 2 CFA Official Release Date:02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name: Sunset Pointe Phase 2 CFA No.: CFA19-0069 City Project No.: 102110 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 $ 207,484.00 2.Sewer Construction $ 289,217.10 Water and Sewer Construction Total $ 496,701.10 B. TPW Construction 1.Street $ 433,024.00 2.Storm Drain $ 354,064.80 3.Street Lights Installed by Developer $ 66,822.40 4. Signals $ _ TPW Construction Cost Total $ 853,91 1.20 Total Construction Cost(excluding the fees): $ 1,350,619.30 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 9,9 .02 D. Water/Sewer Material Testing Fee(2%) $ 9,9 .02 Sub-Total for Water Construction Fees $ 19,86 .04 E. TPW Inspection Fee(4%) $ 31,48 .55 F. TPW Material Testing(2%) $ 15,74 .78 G. Street Light Inspsection Cost $ 2,67 .90 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 49,89 B.22 Total Construction Fees: $ 69,76 .26 Choice Financial Guarantee Options,choose one Amount ',L?ark one Bond=100% $ 1,350,612.30 x Completion Agreement=100%/Holds Plat $ 1,350,612.30 Cash Escrow Water/Sanitary Sewer-125% $ 620,876.38 Cash Escrow Paving/Storm Drain=125% $ 1,067,389.00 Letter of Credit=125%w/2 r expiration period $ 1,688,265.38 City of Fort Worth,Texas Standard Community Facilities Agreement-Sunset Pointe Phase 2 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 Pulte Homes of Texas,LP ��sr� Su�r.�eLL Dana Burghdoff(Sep 16,20 Dana Burghdoff Interim Assistant City Manager CCirc�Yuue�c� Date: Sep 16,2019 Clint Vincent(Sep 16,2019) Name: Clint Vincent Recommended by: Title: VP Land Development I?4,, Date: Sep 16,2019 Evelyn Robe its(Sep 16,2019) 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(Sep 16,2019) Richard A. McCracken lq5v1 Assistant City Attorney Jennifer Ezernack on behalfof Janie Morales(Sep 16,2019) M&C No. N/A Name: Janie Morales Date: Development Manager Form 1295: N/A O�F�RT. ATTEST: U Mary J. Kayser/Ronald Gonzales City Secretary/Assistant City Secretary OEEOCIAL RECORD City of Fort Worth,Texas CITY SECRETARY Standard Community Facilities Agreement-Sunset Pointe Phase 2 FT. WORTH, TX CFA Official Release Date:02.20.2017 Page 9 of 11 Check items associated with the project being undertaken checked items must be included as Attachments to this Agreement Included Attachment ® Attachment 1 -Changes to Standard Community Facilities Agreement ® Location Map ® Exhibit A:Water Improvements ® Exhibit A-l: Sewer Improvements Water and Sewer Cost Estimates Exhibit B: Paving Improvements ® Paving Cost Estimate ® Exhibit B-l: Storm Drain Improvements ® Storm Drain Cost Estimate Exhibit C: Street Lights and Signs L rovements ® Street Lights and Signs Cost�stimate (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement-Sunset Pointe Phase 2 CFA Official Release Date:02.20.2017 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 1021 10 None. City of Fort Worth,Texas Standard Community Facilities Agreement-Sunset Pointe Phase 2 CFA Official Release Date:02.20.2017 Page 11 of 11 00 42 43 DAP-BID PROPOSAL Page 1 of 3 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Specification Unit of Bid Na. Description Section No. Messnrc Quantity Unit Price Bid Value UNIT 1:WATER IMPROVEMENTS 1 3311.0241 8"Water Pipe 3311 12 LF 3108 $20.90 $64,957.20 2 3311.0251 8"DIP Water 33 11 10 LF 56 $35.70 $1 999.20 3 3305.1102 16"Casing By Other Than Open Cut 33 05 22 LF 56 $286.20 $16 027.20 4 3312.4112 16"x 8"Tapping Sleeve 8 Valve 33 12 25 EA 1 $4,150.00 $4,150.00 5 3312.2003 1"Water Service 33 12 10 EA 90 $752.00 $67 680.00 6 3312.3003 8"Gate Valve 33 12 20 FA 12 $1,238.00 $14 856.00 7 3312.0001 Fire Hydrant 33 12 40 FA _6 $4,722.00 $28,332.00 8 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 TON 2 $2,408.00 $4,816.00 9 3305.0109 Trench Safety 330510 LF 3164 $0.10 $316.40 10 3312.0117 Connection to Existing 4"-12"Water Main 331225 FA 3 $1,450.00 $4 350.00 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT 1:WATER IMPR VEMENTS $207,484.00 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Venim Scptember 1,2015 00 42 43 Bid Pnpos*I_DAP 00 42 43 DAP-BID PROPOSAL Page 2 of S 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 Unit of Bid Unit Price Bid Value No. Section No. Measure t�,T,—.tlty UNIT It:SANITARY SEWER IMPROVEMENTS 1 3331 A115 8"Sewer Pipe 3311 10 LF 2632 $23.50 $61,852.00 2 3339.1001 4'Manhole 333910 EA 12 $3,433.00 $41,196.00 3 3339.1002 4'Drop Manhole 333910 EA 1 $5,289.00 $5.289.00 4 3339.1003 Add External Drop to Existing Manhole 333916 EA 2 $6,580.00 $13,160.00 5 3305.0106 Manhole Adjustment for Utility Pipes 33 05 14 EA 5 $1,414,00 $7,070.00 6 3305.0116 CSS Encasement for Utility Pipes 330510 LIF 220 $34.00 $7,480.00 7 3339.0001 Epoxy Manhole Liner 33 39 60 VF 150 $319.59 $47,938.50 8 3305.0113 Trench Water Stops 33 05 15 EA 14 $2,030.00 $28,420.00 9 3331.3101 4"Sewer Service 3331 50 EA 90 $711.00 $63.990.00 10 3331.3311 Connect to Existing 8"SS 3331 50 EA 1 $1,372.00 $1,372.00 11 3301.0101 Manhole Vacuum Testing 33 01 30 EA 20 $204.00 $4.080.00 12 3365.0109 Trench Safety 330510 LF 2632 $0.60 $1,579.20 13 3301.0002 Post-CCTV Inspection 33 01 31 LF 2632 $2.20 $5,790.40 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 TOTAL UNIT II:SANITARY SEWER IMPROVEMENTS $289,217.10 Contnetor agrees to complete WORK for FINAL ACCEPTANCE sithiu calendar days sifter the date when the CONTRACT commences to run as provided in the General Conditions. CITY OF FORT\VORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form ►Version September 1,2013 00 4143 Bid Prepmd DAP 00 42 43 DM.BID PROPOSAL Peas 3 or 5 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Specification Unit of Bid Unit Price Bid Value No. Description Section No. Measure Quantity UNIT III:DRAINAGE IMPROVEMENTS 1 3341.1303 6x4 Box Culvert 3341 10 LF 185 $326.50 $60,402.50 2 3341.0409 48"RCP,Class 111 3341 10 LF 124 $170.60 $21,154.40 3 3341.0402 42"RCP,Class 111 33 41 10 LF 380 $138.80 $52,744.00 4 3341.0305 33"RCP,Class III 33 41 10 LF 240 $92.40 $22,176.00 5 3341.0302 30"RCP,Class Ill 33 41 10 LF 13 $80.10 $1,041.30 6 3341.0208 27"RCP,Class III 3341 10 LF 624 $64.20 $40,060.80 7 3341.0265 24"RCP,Class III 33 41 10 LF 619 $57.80 $35,77820 8 3341.0201 21"RCP,Class III 3341 10 LF 137 $48.60 $6,658.20 9 3305.0112 Concrete Collar 33 0517 EA 4 $483.00 $1,932.00 10 3349.5001 10'Curb Inlet 33 49 20 EA 4 $3,388.00 $13,552.00 11 3349.5002 15'Curb Inlet 33 49 20 EA 10 $3,724.00 $37,240.00 12 3349.5003 20'Curb Inlet 34 49 20 EA 1 $4,396.00 $4,396.00 13 3346.0001 4'Storm Junction Box 33 49 10 EA 4 $3,433.00 $13,732.00 14 3349.0002 5'Storm Junction Box 334910 EA 3 $5,334.00 $16,002.00 15 3349.0164 4'Stacked Manhole 334910 EA 1 $2,156.00 $2,156.00 16 9999.0003 6'x4'Box Culvert Sloped End HDWL 33 49 40 EA 1 $6,944.00 $6,944.00 17 9999.0004 33"Sloped End HDWL EA 1 $1,939.00 $1,939.00 18 9999.0005 TXDOT 27"4:1 CH-FW-0 EA 1 $2,492.00 $2,492.00 19 3137.0102 Large Stone Riprap,dry 31 37 00 SY 200 $66.00 $13.200.00 20 3305.0109 Trench Safety 330510 LF 2322 $0.20 $464.40 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT Ill:DRAINAGE IMPROVEMENTS! $354,064.80 Contractor agrees to complete WORK for FINAL ACCEPTANCE within calendar days alter the date when the CONTRACT commences to run as provided in the General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Fam Version September 1,2013 00 d213_eid Propmal_DM 00 42 43 DAP-BID PROPOSAL ftp40 5 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Specification Uoit of Bid No. Description Specification No. Measure Quantity Unit Price Bid Value yM IV-PAVING I PR VEMENTS 1 3213.0101 6'Conc Pvmt 321313 SY 9723 $37.10 $360,723.30 2 3213.0301 4•Conc Sidewalk 321320 SF 506 $4.95 $2,504.70 3 3211.0501 6'Ume Treatment 32 11 29 SY 10404 $2.75 $28,611.00 4 3211.04 Hydrated time 321129 TN 159 $175.00 $27.825.00 5 3213.0506 Barrier Free Ramp,Type P-1 321320 FA 6 $1,500.00 $9,000.00 8 3471.0001 Traffic Control 34 71 13 LS 1 $2,500.00 $2,500.00 9 3441 A003 Install Alum Sign Ground Mount 34 41 30 FA 4 $375.00 $1,500.00 10 3441.4007 Stop Sign 34 41 30 FA 4 $90.00 $360.00 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT IV.PAVING IMPROVEMENTS $433,024.00 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 40 calendar days after the date when the CONTRACT commences to ran as provided in the General Conditions, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Fern Vmmn St"unber 1,2015 0042 43—SW Pmposd_DAP 00 42 43 DAP-OIUPROPOSAL Prae5 ors SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Hem lnformatwo Bidders Proposal Bidlist Item Description Specificatiou Unil of Bid No. I I Section No. Mewwre Quantity Unit Price Bid Value NIT V:STREET G 1 2605.3015 2"CONDT PVC SCH 80(T) 26 05 33 LI: 905 $11.90 $10,769.50 2 3441.3002 Rdwy Ilium Assmbly TY 8.11.D-25,and D-30 34 41 20 E11 15 $1,730.00 $25.950.00 3 3441.3301 Rdwy IIIUM Foundation TY 1,2,and 4 34 41 20 Erk 15 $1,290.00 $19,350.00 4 3441.3201 Fumish/Instail LED Lighting Fbd rre(50 watt) 34 41 20 EN 15 $280.00 $4,200.00 5 3341.1410 NO 10 INSULATED ELEC CONDR 34 41 10 LF 2715 $1.06 $2,877.90 6 9999.0006 FumislAnstall Type 33B Arm 0 15 $245.00 $3,675.00 T 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT V:STREET LIGHTING FMPR6 EMENT3 $66,822.40 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 34l calendar days after the date when the CONTRACT commences to roc as provided Is the General Conditions. END OF SECTION CITY of FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Foam V�SeptM%6sr 1,2015 00 42 43_13W Pmpod_DAP COLUMBUS TRAIL COLUMBUS TRAIL LU J a � ~ � w i c _ co PROJECT LU w LOCATION Q W RISINGER ROAD co co � U O co Z� 2 ) U Uj CITY PROJECT NUMBER: 102110 FILE NUMBER: X-25992 LOCATION MAP OWNER: 6i111 PELOTON I PULTE HOMES OF TEXAS, LP ..Mo SOLUTIONS PARKWAY 9800 HILLWOOD PARK 9111 CYPRESS WATERS BLVD.,STE 100 250 COPPELL,TX 75019 SUITE, FORT WORTH,T 7 DATE: JULY 2019 PHONE:817562�350 PHONE#:972.304.2800 2 50 Noarn o - 'M X3 I ! ! f o 3 I 00 as o � moo a �0 0 a o a t a c� omo a Q a 0000�0000� � c� APPLE GROVE WAY oa000000ao oo��o F a o _ o a F LEGEND PROPOSED WATER LINE EXW EXISTING WATER LINE NOTE: ALL PROPOSED WATER LINES ARE 8" JNLESS OTHERWISE NOTED. CITY 102110 EXHIBIT A - WATER FILE N PRO NUMBER: X 25992 WATER OWNER: :"! PELOTON O NORTH zoo' IMPROVEMENTS PULTE HOME, OF TEXAS, LP »I- PARKWAY `•N° . N, 9111 CYPRESS WATERS BLVD.,STE 100 9800 HILLWOOD PARKWAY SUITE 250 SUNSET POINTE PHASE 2 COPPELL,TX 75019 FORT WORTH,TX 76177 GRAPHIC SCALE DATE: JULY 2019 PHONE#:972.304.2800 PHONE:817-562-3350 NORTH o I , � ( o 000 0 � a � o o , 00 x as o w a a 0 a ao a Ah 0 a oa000000ao 0000 , o 0 as LEGEND is PROPOSED SANITARY SEWER LINE Exss—� EXISTING SANITARY SEWER LINE NOTES: 1. ALL PROPOSED SANITARY SEWER LINES ARE 8" UNLESS OTHERWISE NOTED. 2. ALL SANITARY SEWER MANHOLES ARE 4' DIA UNLESS OTHERWISE NOTED. POJEC102110 EXHIBIT Al - SEWER FILE NUMBER: NUMBER: X-25992 SEWER OWNER: 1191 PELOTON 0 NORTH 2O0' IMPROVEMENTS PULTE HOMES OF TEXAS, LP ' LAMD tPLYWA 9111 CYPRESS WATERS BLVD.,STE 100 9800 HILLWOOD PARKWAY 250 SUNSET POINTE PHASE 2 COPPELL,TX75019 SUITEH,T 6177 GRAPHIC SCALE PHONE#:972.304.2800 FORT WORTH,62 7350 DATE: JULY 2019 PHONE:817-562-3350 NORTH SUNSET POWE PHASE 1 i J a MATCH PAVEMENT DjLU�UjLTHICKNESS OF - - SUMMER CREEK AT 10" LEGEND 29' B-B/50' ROW(TYP) SIDEWALK BY DEVELOPER O H.C. RAMPS BY DEVELOPER 102110 EXHIBIT B - PAVING FILE NUMBER:PROJE NUMBER: X 25992 PAVING OWNER: I;<<€ PELOTON 0 NORTH 200' IMPROVEMENTS PULTE HOMES PARKWAA OF TEXAS, LP 1�14 `"Mo ' 9111 CYPRESS WATERS BLVD.,STE 100 9800 HILLWOOD PARKY E 250 SUNSET POINTE PHASE 2 COPPELL,TX 75019 SUITH,T 7 GRAPHIC SCALE DATE: JULY2019 PHONE#:972.304.2800 F PHONE:817-562-3350 NORTH I i 12-1j5' INL I i f 1 2-24" RC 5'X5'J'B I 2-15' IN i27" RCP CHERRYWOOD WA Y 4'X4' J B 2 21" RCP 42" RCP 2 15' INL 5'X5'JB / 24" RC L-� I Li 4'X4'J 2-21" RCP 2-21" RCP 21" RCP 1-15' INL 2-10' INL 1-2 " RCP 24" RCP 1-20' INL 1- ' INL 2-15' INL J I DV 4'X4'JB MH TACKED APPLE GROVE WAY 33" RCP 24" RC I / 2-21" RCP 5'X5'JB 4'X4'J 6'X4L ' RCB 2-1L-JIuNu 11, 111 lj 6 X4' 36" HDWL 27" H HDWL I I LEGEND r PROPOSED STORM DRAIN INLET -------- --- EXISTING STORM DRAIN INLET PROPOSED STORM DRAIN MANHOLE --- PROPOSED STORM DRAIN HEADWALL CITY 102110 EXHIBIT B1 - STORM DRAIN FILE NUMBER: NUMBER: X 25992 STORM DRAIN OWNER: li!II PELOTON 0 NORTH 100, IMPROVEMENTS PULTE HOMES OF TEXAS, LP ' '•N° socurio 9111 CYPRESS WATERS BLVD.,STE 100 9800 HILLWOOD PARKWAY E 250 SUNSET POINTE PHASE 2 COPPELL,TX 75019 FORT WORTH,SUIT ,T 76177 GRAPHIC SCALE DATE: JULY2019 PHONE:817-562-3350 PHONE 4:972.304.2800 50 s NORTH I HERRYWOOD W Y W ! 03 v o m to APPLE GROVE WAY ULU - 0 LEGEND PROPOSED STREET LIGHT O EXISTING STREET LIGHT . PROPOSED STREET NAME SIGNS 0 EXIST STREET NAME SIGNS 102110 EXHIBIT C - STREET LIGHT AND NAME FILE NUMBER: NUMBER: X-25992 ":�7D STREET LIGHT AND NAME OWNER: ;; PELOTON 0 NORTH 2O0' IMPROVEMENTS PULTE HOMES OF TEXAS, LP u�yl LANo SPA PARKWAY 9111 CYPRESS WATERS BLVD.,STE 100 9800 HILLWOOD PARKWAY E 250 SUNSET POINTE PHASE 2 COPPELL,TX 75019 SUITH,T PHONE#:972.304.2800 FORT WORTH,62 7350 GRAPHIC SCALE DATE: JULY2019 PHONE:817-562-3350