Loading...
HomeMy WebLinkAboutContract 47679 COMTR CT A,,�-O, Developer and Project Information Cover Sheet: Developer Company Name: D.R.Horton Texas,LTD Address, State,Zip Code: 6751 North Freeway,Fort Worth,TX 76131 Phone&Email: 817-230-0800,ZCMotley@drhorton.com Authorized Signatory,Title: Randy Horton,Assistant Vice President Project Name and Brief The Villages of Eagle Mountain PER Description: Project Location: AS Roberts Survey Abstract No. 1262 Tarrant County Plat Case Number: FP-015-0888 Plat Name: The Villages of Eagle Mountain Mapsco: 32U Council District: 7 City Project Number: 100059 CFA Number: 2016-018 DOE Number: None To be completed b, taff Received by: Date: 1:2-1 7 $ 9rar e' ! City of Fort Worth,Texas fir ► Standard Community Facilities Agreement �� �!�' CFA Official Release Date: 07.30.2015 Page 1 of 11 4 FIT.\TJ0 r% h STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, D.R.Horton - Texas, LTD, ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements")related to a project generally described as The Villages of Eagle Mountain Ph.II ("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: 07.30.2015 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)`,Z, Street Lights & Signs (C)F . 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 CFA Official Release Date: 07.30.2015 Page 3 of 11 iii. 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. 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. 1. City shall not be responsible for payment of any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 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 iniuries, death or damages are caused, in whole or in Part, by the alleged negligence of the City of Fort Worth, its Miters, 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 CFA Official Release Date: 07.30.2015 Page 5 of 11 N. Upon completion of all work associated with the construction of the Improvements, Developer will assign to the City a non-exclusive right to enforce the contracts entered into by the Developer with its contractor along with an assignment of all warranties given by the contractor, whether express or implied. Further, Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. O. Inspection and material testing fees are required as follows: i. Developer shall pay in cash water and wastewater inspection fees and material testing fees equal to two percent (2%) for a total of 4% of the developer's share of the total construction cost as stated in the construction contract. ii. Developer shall pay in cash paving and storm drain inspection fees equal to four percent (4%) and material testing fees equal to two percent (2%) for a total of 6% of the developer's share of the total construction cost as stated in the construction contract. iii. Developer shall pay in cash the total cost of streetlights or if the city is not installing the streetlights, inspection fees equal to four percent (4%) of the developer's share of the streetlight construction cost as stated in the construction contract. iv. Developer shall pay in cash the total cost of street signs. P. COMPLETION WITHIN 2 YEARS i. Developer shall complete the Improvements within two (2) years, provided, however, if construction of the Improvements has started within the two year period,the developer may request that the CFA be extended for one additional year. ii. Nothing contained herein is intended to limit the Developer's obligations under the Policy, this Agreement, its fmancial 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 CFA Official Release Date: 07.30.2015 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. (REMAINDER OF PAGE INTENTIONALLY LEFT BLAND City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date:07.30.2015 Page 7 of 11 Cost Summary Sheet Project Name: The Villages of Eagle Mountain Ph. II CFA No.: 2016-018 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 Developer's Cost A. Water and Sewer Construction 1. Water Construction $ 452,392.60 2.Sewer Construction $ 383,483.80 Water and Sewer Construction Total $ 835,876.40 B. TPW Construction 1.Street $ 1,090,452.00 2.Storm Drain $ 866,683.00 3.Street Lights Installed by Developer $ 131,310.94 4. Signals $ - TPW Construction Cost Total $ 2,088,445.94 Total Construction Cost(excluding the fees): $ 2,924,322.34 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 16,717.53 D. Water/Sewer Material Testing Fee(2%) $ 16,717.53 Sub-Total for Water Construction Fees $ 33,435.06 E. TPW Inspection Fee(4%) $ 78,285.40 F. TPW Material Testing(2%) $ 39,142.70 G. Street Light Inspsection Cost $ 5,252.44 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 122,680.54 Total Construction Fees: $ 156,115.59 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 2,924,322.34 Completion Agreement=100%/Holds Plat $ 2,924,322.34 Cash Escrow Water/Sanitary Sewer=125% $ 1,044,845.50 Cash Escrow Paving/Storm Drain=125% $ 2,610,557.43 Letter of Credit= 125%w/2yr expiration period 1 $ 3,655,402.93 City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 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 D.R.Horton-Texas,LTD,a Texas Limited _ Partnership BY: D.R. Horton,Inc., a Delaware Coropration, Its Authorized Agent Jesus J. Chapa Assistant �City /Manager Date: Name: Ran y Horton Recommended by: Title: Assistant Vice President Date: 3 /& ATTEST: (Only if required by Developer) Wendy Chi-Bab al, EMBA, P.E. Development Engineering Manager Water Department Signature A� l Name: Douglas` . Wiersig, P.E. Director Transportation &Public Works Department Approved as to Form &Legality: ATTEST: Dougtas W. f3ta 2.a A o cmjz4.4- Assistant City Attorney M&C No. t//04 Mary J. K' er City Secret ry Date: X2,1 k ��L� ® 6001% 1295 Cant-r 4,4*-- : N/d 0� per, City of Fort Worth,Texas Standard Community Facilities Agreement OFFICIAL RECORD CFA Official Release Date: 07.30.2015 CITY SECRETARY Page 9 of 11 FT.WORTH,TX Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment ® Attachment 1 -Changes to Standard Community Facilities Agreement Location Map ® Exhibit A: Water Improvments Water Cost Estimate ® Exhibit A-1: Sewer Improvements r, Sewer Cost Estimate Exhibit B: Paving Improvements la 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: 07.30.2015 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 100059 None City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 11 of 11 ate ® w � aQ U z0 04o F, W P: cn O Q ziE! � O 'o 0-0 3w J � O � ^o= a. Ey 0 0 N Zj to Q 11 O e Pel .— c: N O OU cv z w SIN39ON - NVWM❑g M LijU � 75 Q � c P 0- U) N an-io ldog z_ �J O Y d z O � J O/ �I GQ 0 =l uun3 'wo4P!LS 'Wd £tq, 91OZ/8/£ '6MP'3!9!gx3 VJOV as04d\VdC)\sl!Q14x3 BZL\OOVo OOL\OOB£NX3M\OlS\:! Odor zdoe 'r'M 0 5-b8L L-X TL05 'ON 300 IM --------- ---- cn 00 J O 0 WFZO N U) Q 0 3 N W 910 r- w 0t� Q QQLLJ(j I� 3W pa(nO_ I 11,11c() � J m �Ua � ��_ Nm � r7 N O Or O Ln wWOTO -'tea 8- M ,Zl O CI- Q U 33211S dIHSONM w ro r, l-,- C-4 ----- --- I c� (D ON J ( NN -------- U-- N 1 W W 00 N U Z fn W - ----jui 1 NCsl wwl Q O 1 L-----j-LQ N O N IN J- N 121no0 3A 1DV3 N ----J w N ---- W �____ JN F-W = O N) N O Cn 00 (D r ) N N N } t1) tf7 In t1) t!)Lr) LLJ l a U+ 133211 Spivs v- M ,,8 ----� i~---- z� X W 0� I rn ----- W Z J O W U� r W LLJCV O 00 O ((� t') N ----� (n C) J Q 0 LLJ U O 00 F_ N oaw Ian IO > _ Lr) V) d m c� r-----o Q Q Lu W d p> a3 J Lj (t) ?i d l� � to J r7 d tf) (D n 00 O N N N N 0 - (n O 0 0 NV I n0d3S 5- M „8 I xx x U(D r- w w w J N O UQ W (D N O O 00 r- (D 0 't n N I QJO W HN -- -� {—f -�- --i- LJJ L�2 lf) CD CO O Do N N N N 04 ' (D f I cC°D 3Nt11 3ddIA �-3M 118 X r- 00 O O N r) d (D W (D r r- � 0) 00 r- (DF- II WLLJ Z 00 II Z O O g - I "' -' Q o0o °tom' 00 r- (D 0 I - :�a > =LIJ w W ( W= 1 NO r- 1 0 ( 11 i F- F- W _J va3 d r- J.VM 2131d 3�Od3 I D 0 L- w = 3 N W UJ N O O O O N w 00 I I I I I I I I I I d d d F- a I I I I 1 I I I I Of It W- � 1 1 I I I I I I F a o_ o J uon3 'wo4P!3S Wd Wt 9LOZ/8/£ '6Mp•ggl4x3 V3O\Z asa4d\y3O\salgl4x3 SZL\OOV3 OOL\OO8£NX3M\OlS\:I ado zdoe r nn �i W rn o 0 0 w G Wx,(0 CQ.) N N N a F-t4') OZ� W W ZOZ�I C)Lu w It a h V g 3 ao 0QV)� U) c) 0- RW �ma� r2 N o 0)i iao r co NSW Owa cD x J`Jm � I I O ao-F W N O N O L ---- Oo N O d to 11 cD r W-- W 00 ---- - N N Z-I O ----L W O M N N O CA DO r- L ----� wMM N (D ----� Nimnn.-) I N ----J N ---- I _ _ M d U') O r- 00 0) O N W= I �---- N t� to M 17 r 7 N) d d �2- l LL t+) F W 1 r---- O o l N � -- W C\jI --� O d MI I N O a) 0o r O tf) d- In N A L() U')I t!) Lo U) LO Q Qr- I i N ---- N---- 0) j----- W Q O _ rf O cy) w r- cD U) d- n N ---- ------U1 O W p00 I= ►+) X oD N d W W LO d to U) 00 O O �- N to d• ----L Lj to V) - - N N N N N (0 - O N U W O l 0 O ---- U -J N+ N U W O N O O 00 r U) N d t+) N Q O cD Wn Lo to --� - --+--� - -1T-- - �- o1 U7 o 00 O ON N N N N �W A (D � - x r` o0 0) O N r+) r -t i cD W cD !� r r r- 0) co r 0) i r w I I I r----- Z W W II 1 1 cD ---r L---- W 1 ! I I I I I I I I I 0 >' w N I I ! 000 r OD r r r i ---- J Q O J ~ I I I I I W1= I H S W T I I I of-77 Z Z O I IL--1---1--L - --L_ . r---- Q Q - S O i t , J 1 to m Q Q Li---Ifr}--� — — — — --r--I--�-=r I -- -- -- t- o o r r LL- U) v) � UU O ---- o o z z CL CL F- r, I I I I I I I I O O N N of L X X Z 133HS 33S 314I1HOiVVq °- °- W LL! - UDA3 'wo4P!1S "Wd i 4:4 91OZ/9/£ Bmp-l!9!4x3 V30\Z asD4d\Vd0\s3!4!4x3 9ZL\OOVO OOL\OO9£NXdM\OIS\%I Lij (D --}- -- I L---- 0 I O O w rtD fII II II II II W oo r r r r r r j I I W I_ I I I a � I I � C14 C) I� L__I__1__L�1�1--L_J 11 I I W V1 00 Do L F-�O LU P64 LU Q I 0 � o 9 r L 133HS 33S 3NI!HOiVV4' ---- -u z i L---- �l H ! - z a Z raw r� , O rom `--L-J--1-- -J--1 --L - J-- ----- - I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Mi U-0- I T- J L_J O I U nH I F I _ I U cV C� ' I O Q- > O 00 "Mg I � LL ! wO I II � nwQ I II Z U (=j CY) co ~ ~ r I I I c) Q m QO ou I II -1p0 _ N�z I I I > O X U N wI I I U w z Z3 OJ O V I I I I U Z I I I I I I F 11 � U IIS I I IIX I 1 1 w I I 11 I i II II II I II 1.O.1.d.d p 3 w C L 65 301-1S 'd OVO W cn w 1NVld 1N31Nlb'32J1 CD r w cn �431VM NIViNnOW 33OV3 J w f o >-J LIJ w Z Z o vain ZZ � 0_ a V) 0 0 o 00 Z Z 0 0 V) L ~ ar cr- X X -M 0_ 0_ W W J uon3 'wD4PRS 'Wd titi 4 91OZ/9/£ '6MP'l!q!4x3 Vd0\Z as04d\VdO\sl!9!4X3 9ZL\OOVO OOL\009£NXdM\T1S\:I ado zdoe rnn o - - _ - - -W N ----------rr- ------ ------ CJ �j II I� _ W CO] p p J Q /�-----1L— 0 LW r(O U �' N N a � M (n m W (� r DW U Z� Q �' �O0 Q 0- L-,i? r �a z Vn3z o I (xz �— I LO �C)� � rOX r� N o i ao r co �n W F7 W � �o a= w N N I N 0 L_ ---- W 00O O N ! 0) -- ---- z_J Ln N O N N 1 ONO 1 1- -- Q N ---- O N N N ON CA 00 I qLr) ---- !�Q ! ---- O (N 000 _ W P ---- W Lf) �t lt7 CO r co O) O NO r7 r7 r7 r7 r� r7 (/ OfOf l Q O 1- I ) w r---- = Lr)U I N �>J ---- F� N m I _ N j 0 - O tf) tnl F- I tf) O� � (D d- � n � ----� ----�p�� Z �' } � I N I > U m F- O ---- ------- < U Q = gU� � N ----J X LL I Cn ( W OU�� r ~ tV O O 00 r (O In d N) N ----� O w0 � N 00 L > _ (w to J to O r w m ON N N N N O ----J C7 O Q ` Q U W J N� T �� NW QW _ �0- wQ a- C14 �w O oo W oN 0) 00 r c0 n � LL- � V)owO w� OOQ O c0 ' ui ~ - cD V-) t0 r o0 O) O N r7 d I I I w m a m d m LO N N N N N I I I CpI c I- - Lia bi W W X r 00 O O N t7 Z � I -t CO CO (0 r r r r 0) 00 r (0 J I1 Q iiiI o 1 1 ! o rn o0 r co Ln d I I I I m in W1 i ! 00 r r r r r r ! ! W 1= I I 11-1 !- r- �I I I 1 1 wI I I mW Q = --L__I__1__L�1�1__L_J LLJ NO wui I 0O ZW W I ! ! I 1 V)<0 cn�> Cf)_j O0 Oz o ! ! ! ! ! ! I I I oQ 0 LJ M 1 oZ I 1 - --!--1---1--1--!--1---j aX CL 0- I 1 1 I I I ! ! ! I 1 ! I ! ! ! I I I ! 1 uon3 • DWIS 'Wd 9 LOZ/9/£ I6MP'l!9!4x3 Vj0\Z aso4d\VjO\sl!9!4x3 SZL\OOVO OOL\O09£NXjM\OIS\:I adoN zdoa04 04 00 rM -- 00 u -- cn 00 w F �� O IW �, w;co J N z Z - Ox w i Q E- N N � M U) oz�� ��� �'N W ZOO n m o� r� C7 w� � ao ow - -X� W H o oQVJ)� 7� '-ci~" r�o �m N o Cl) m o ,n w�� O om cn o Q cn W U.a = 1of Q�Q �LZ ' O r �mEy 1332�1S dIHSONO-1 „t�Z (D M N NN IO I-- ---- w O N O Ll N U ----7 r ---- z J N N N Y N 00 ----� ------ ---- wwL� O N N O 00 �� ---- ---- �5 w N N N N 04 IU Q J (n -- z N W T700 3AV` 31043 J N ----J 0 b Z = N ---- 713110) r ao rn o Q � w ----N7 r7 d d I� N of � 11----- LL 00 N H w 1 Z O E�T; Loo N I j-- Q I-LO O CO r c0U) d' n NN �•Il) SAd �t �t �t �t �t �t �t N ---- ---- I m ---v+ Of F- 1 „-VZ 133�IiS SWS - -- ---- O DO o�� I rn o- ----- w H U r o rn oo r (0 Ln '.4_1 - r�mN -- 10 --+VZ N oU) 2 Lliow1 1 I X >0) I— d Z O w to 17 d tf) O r 00 O N I') -t —� uJ --- w to U) N N N N N CO 1 0 O C.J p J l �,� 3NV� 11nOd3s o� ! J w J N O m 00 r c0 tf) r7 N i� I X O (D 1�2 X i 03 1 --� - {--+--� -�- T--F- w coU 1 c0 r O N ro �N N N N NO I \11�11 \ 3N`d1 2J3ddlAS x 9 „92 N „02 „LZ w 1 / - - T --- p z w X r 00 0) O N t� Z J z r t I (0 � to r ,� r r z 0) oo r o w J ! ! ! I I I z C)z IL CD Q z I,) O o z _o -- ---- J o w Q J 0 F O w 0_ I 00 r r r r r r ~ X �_--- l O w I I �j I I Lj I. w z � "� 11 w p ! n �I J < O — J �`�--L--1--1--L�Iw 1--L-J r----� z M a t ),VM �13I d 31 Oda I :D> ---- o 0 o N w cn - — — — --r--!-- --r ! -7--r--, (/) U) (D o I 1 1 1 1 1 1 I o o o z Lill Ll 00 X dI I I I I I I o o O N �! NI I I I 1 f I I I ---- of d w 0_ W m Z 133HS 13S 3N11HOIVH uon3 'wo4P!#S 'Ad 94:ti 9LOZ/9/£ '6MP•3!4!4x3 N30\Z aso4d\b•30\s3!4!4x3 9ZL\0040 OOL\009£NX3M\OlS\:I 1 1 1 1 1 1 1 o jjr-M�2 (,2O N 1 1 I I I I I N N N N N N N N YIO o0 Q i m c00O ( � 0) oo i i i o a W n --@L L---- O F�I --L- J r---- �� W I t o o= L---- wa rI �__r r__r__ lool— I----- ao L 133HS 33S 3NIIHOlb'W' I i ---- it I ! , L---- 1I Op I --L—J--1--L—J--� --� — !-- — 0 z w0 �---7--- f1 p I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I i f IJ L_J ^ O I N LL z �U 1 i z0 C N C� 1 I > � I 0 m U Of t_ I - ----� ! W jI I ( — 1------J O f I z P U (� 0) i I H d O I I O n- 0 zN O N p CU _I pLLJ I ! U I I U I Q I f � ! I U I w I I z J Z I I W z J I I 0 Q Z I W w a i \\ _j p UJ o o ~ w I- = w i \ UJ Q O I \ N Z 00 0-1 ! ) lL C9 O 1O16d n- a 0- � U) CL69 3MS '`d 8V:D o O o U) 57< 1Mfld 1N3Wlb'3a 0- a 2 w 2J31VM NId1NnoN 3-19V3 uon3 'wD4P!IS 'Nd 44:i 910Z/8/£ '6mP7!914x3 tl30\Z aso4d\tl30\s1!9!4x3 8ZL\OOdO OOL\008£NX3m\0lS\:I – -----Tr– 1 I adoa zvo8 W --------------- 08 o fzl J Iw x Wr� V) a "�' �=I� r1 a WDM I-w w� W Z ®z mo� v1,�= > C7 r` Q � � �a�� 0ow� � �N a Fy mag oo� n3W ^t-p oavJi� [�Illco z m r� rcoUOwQ (0JO UQ WWF Q U --------EAS IS dIHSONM t\ C,4 O TI,, O L--------C 00 N O t!) c0 I� W N r ---- — Z JN0) N ----J WN 04 ---- O N N O O) 00 I �r ---- L------5 Q N I I I I N 1 I N 1�noo 3AYI 31OV3 I --- N ------ L ---- d LO cD I- 00 0) O W N W= W' N ro ?O ---- I � 0 0I IN O 4 00 1q- (0 4 4 4 N N � __--i L----- J Lf-) tl)I it!) t!) t!) d �t d rt <f Q N 1LO L I U m Q! , i i 133HIS STVS U))ir LU O ----� i---- Iz W X U -----' W w W U c5 o rn co r co r� N ---- !----- o Lu o °° -Iz OR C� – W U-) W d' n O 00 ON N N N N --- J ----- LK U) U W � CO J ----- > co 3NVf �nod3s --- W� O J F- U W N+ O N O m 00 � LO LO Q O (00 --I - --+--' - !-1T-- - H> I P7 d- UO c0 I� 00 O N to d' I U') N N N N N � ! -� -- _ :IM9 d3ddlAs p W w (DLL)rMrN- lro- w0) 00 r-- (D W z r---- CD I 1 1 --� L---- —� W U 11 rl- W 0 � ! O Lli C.D 00 I, UJ tt-rl- � p I_ I cy I— --L-J � W ? Vlkvm �13ld 3�OV3 -14o v w )) o r1 I--I--I T- IO--T--r--, � - W V) 1 I I I I I r ME ~ O X I I I I 1 I I I I W J r Uon3 '-D4P!1S 'Wd 9$,:* 91OZ/9/£ '6mP'l!Q!4x3 Vd0\Z esn4d\Vd0\sj!9!4x3 9ZL\OOVO OOL\008£NXdM\OlS\:I z NI I (IMi Zd08 T*m o J�g — — — — — — —W a tb N U W1 ---------- ----- (� II -�}------Tr Q Of to I ----- W O p 0Ln LJ I Q c W W t0 W^ I U r ------1L- ��M {- N ! i W Ln Q, co 0- 1 v) W I ! (C)� i1 O ------------� i 1336iS dIHSONO� 0� N Z N I N Ip L- ---- 0-1 W RC'4 I 1 NC14 y 04 -- r7 N N NN - 00 N 6noo 3AVI 3�od3 N ------------T if LJ C4 _WI ) N7 of 0 � N �J F- W --__�W N c 0 zor �00 r Cfl tf) d r') N (n ____ cn o tnid d � �t �t � � Q r ----L � N j I CO 1LLJ 1332JiS SIIVS N ----i ~---- 0 p�?I U ---- ----- F- X 1- 1L 1 °' i i w �Q � W U�i t� W CV O Cn 00 I� O Ln dlnTC'4 ---- O U) w0 ofI= MZ) U F- N ---- W � J W > to N d r ----- :2 O Z 0 C4 W N N N L OO LLI © O Of of -nnOd3s O V)- (j O N q�W N O O) 00 I\ (0 tf) n N W Z (n J to X Oj O - -- -- - -1T--r- C/)(n J (D I 1� �t t17 c0 00 O O N n 'tI Lr) N N N N O t°o c3 23 W 3dd111S o w m I r ! coo o� 0) 00 r (D C w V)j 11, W ---- J Q Z w ( O Z Z p = II Z --{— --� L---- O O O J WLotti- Oro- 1pr-- c� u� g Q z LLJ ! !� r W W!_ of Z---- W — W _. .� 1-5--1__L_J r---- O I- i J,VM d3ld 3�Od3 i� n p J L --- _ — — — — �i--r--I--�--r U-I>7--r-- Z 2z U I T I ! I I ! I 1 U W p JO V) Q I O X I I ! I I I I I I O IL n- = W w -- --�- -- --�- --J r---- O C7 < U) 3: of V)Z 0on3 'WI)4PAS 'Wd g4:* 9LOZ/9/£ '6MP'3!Q!4x3 V30\Z aso4d\V30\sL!9!4x3 OZL\00V0 OOL\O09£NX3M\OIS\:1 Page I ort SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Villages of Eagle Mountain-Phase II Unit Bid Pricing Sheet:Utilities Contractor:Burnsco Construction,Inc. UNIT PRICE BID Project Item Information Bidders Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value UNIT I:WATER IMPROVEMENTS 3305.0109 Trench Safety 33 05 10 LF 7,368 $0.40 $2,947.20 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 TON 4 $6,500.00 $26,000.00 3311.0241 8"Water Pipe 33 11 10,33 11 12 LF 5,226 $24.40 $127,514.40 3311.0441 12"Water Pipe 33 11 10,33 11 12 LF 2,142 $46.50 $99,603.00 3312.0001 Fire Hydrant 33 12 40 EA 7 $3,500.00 $24,500.00 3312.0117 Connection to Existing 4"-12"Water Main 33 12 25 EA 1 $500.00 $500.00 3312.2003 1"Water Service 33 12 10 EA 170 $710.00 $120,700.00 3312.3003 8"Gate Valve&Box 33 12 20 EA 16 $1,250.00 $20,000.00 3312.3005 12"Gate Valve&Box 33 12 20 EA 8 $2,150.00 $17,200.00 3312.4114 16"x 12"Tapping Sleeve&Valve 33 12 25 EA 1 $5,500.00 $5,500.00 9999.0001 4"Conduit Sleeve 00 00 00 LF 688 $6.00 $4,128.00 9999.0002 1"Irrigation Service 00 00 00 EA 1 $900.00 $900.00 9999.0003 1.5"Amenity Center Service 00 00 00 EA 1 $1,300.00 $1,300.00 9999.0004 2"Irrigation Service 00 00 00 EA 1 $1,600.00 $1,600.00 TOTALUNIT I:WATER IMPROVEMENTS $452,392.60 Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value UNIT It:SANITARY SEWER IMPROVEMENTS 3301.0101 Manhole Vacuum Testing 3301 30 EA 26 $110.00 $2,860.00 3301.0002 Post-CCN Inspection 3301 31 LF 7,037 $1.40 $9,851.80 3305.0109 Trench Safety 33 05 10 LF 7,037 $1.00 $7,037.00 3305.0113 Trench Water Slops 33 05 14 EA 23 $250.00 $5,750.00 3331.3101 4"Sewer Service(SDR-26,ASTM D3034) 3331 50 EA 158 $600.00 $94,800.00 3331.4115 8"Sewer Pipe(SDR-26,ASTM D3034) 33 11 10,33 31 12,33 31 20 LF 4,257 $25.00 $106,425.00 3331.4115 8"Sewer Pipe(SDR-26,ASTM D2241) 33 11 10,33 31 12,33 3120 LF 2,780 $26.00 $72,280.00 3339.1001 4'Manhole 33 39 10,33 39 20 EA 25 $2,310.00 $57,750.00 3339.1003 4'Extra Depth Manhole(>6') 33 39 10,33 39 20 VF 135 $110.00 $14,850.00 9999.0006 CS Backfill 00 00 00 LF_ 720 $14.00 $10,080.00 9999.0007 Connect to Existing Manhole 00 00 00 EA 1 $1,000.00 $1,000.00 9999.0008 Cleanout 00 00 00 EA 1 $800.00 $800.00 TOTALUNIT It:SANITARY SEWER IMPROVEMENTS $383,483.80 00 4141 Did P.,NA_DAP-LKtm3Ir Page 2 of2 UNIT PRICE BID Project Item Information Bidders Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value UNIT III:DRAINAGE IMPROVEMENTS 0241.0800 Remove Rip Rap 0241 13 SF 549 $0.50 $274.50 0241.4201 Remove 4'Drop Inlet 0241 14 EA 2 $900.00 $1,800.00 0241.4401 Remove Headwall/SET 0241 14 EA 1 $800.00 $800.00 3305.0109 Trench Safety 33 05 10 LF 6,023 $0.50 $3,011.50 3305.0112 Concrete Collar 33 05 17 EA 11 $300.00 $3,300.00 3341.0103 18"RCP,Class III 3341 10 LF 126 $39.00 $4,914.00 3341.0201 21"RCP,Class III 3341 10 LF 414 $45.00 $18,630.00 3341.0205 24"RCP,Class 111 3341 10 LF 2,219 $54.00 $119,826.00 3341.0208 27"RCP,Class 111 3341 10 LF 408 $55.00 $22,440.00 3341.0302 30"RCP,Class III 3341 10 LF 356 $61.00 $21,716.00 3341.0309 36"RCP,Class 111 3341 10 LF 290 $81.00 $23,490.00 3341.0402 42"RCP,Class III 3341 10 LF 300 $106.00 $31,800.00 3341.0409 48"RCP,Class III 3341 10 LF 271 $126.00 $34,146.00 3341A1034x4Box Culvert � 334110 LF 987 $_184.00 $181,608.00 3341.1201 5x3 Box Culvert 3341 10 LF 143 $198.00 _$28,314.00 3341.1303 6x4 Box Culvert e 3341 10 LF 509 $262.00_$133,358.00 3349.0003 6'Storm Junction Box 33 49 10 EA 2 $4,500.00 $9,000.00 3349.5001 10'Curb Inlet 33 49 20 EA 17 $3,400.00 $57,800.00 3349.5001 10'Curb Inlet(5'Depth) 33 49 20 EA 1 $3,500.00 $3,500.00 3349.5002 15'Curb Inlet 33 49 20 EA 7 $4,700.00 $32,900.00 3349.5003 20'Curb Inlet 33 49 20 EA 3 $5,900.00 $17,700.00 3349.7001 4'Drop Inlet 33 49 20 EA 5 $4,400.00 $22,000.00 9999.0009 Junction Box 00 00 00 EA 1 $5,900.00 $5,900.00 9999.0010 4'Storm Manhole 00 00 00 EA 6 $3,850.00 $23,100.00 9999.0011 5'Storm Manhole 00 00 00 EA 1 $4,300.00 $4,300.00 9999.0012 2-18"Sloped End Headwall 00 00 00 EA 1 $2,200.00 $2,200.00 9999.0013 36"Sloped End Headwall 00 00 00 EA 1 $2,100.00 $2,100.00 9999.0014 2-4'x4'Sloped End Headwall 00 00 00 EA $8,400.00 $8,400.00 9999.0015 5'x3'Sloped End Headwall 00 00 00 EA 1 1 $7,400.00 $7,400.00 9999.0016 Dual 18"CH-FW-0 Headwall 00 00 00 EA 1 $2,400.00 $2,400.00 9999.0017 Type A 12"Riprap 31 3700 SY 535 $53.00 $28,355.00 9999.0018 4'Access Port _ 00 00 00 EA 3 $1,200.00 $3,600.00 9999.0019 Connect Inlet to Existing RCP 00 00 00 EA 3 $200.00 $600.00 9999.0020 Detention Pond Outfall Structure 00 00 00 EA 1 1 $6,000.001 $6,000.00 TOTALUNIT 111:DRAINAGE IMPROVEMENTS $866,683.00 Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value UNIT IV:PAVING IMPROVEMENTS TOTALUNIT IV:PAVING IMPROVEMENTS Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value UNIT V:STREET LIGHTING IMPROVEMENTS TOTALUNIT V:STREET LIGHTING IMPROVEMENTS Bid Summary UNIT 1:WATER IMPROVEMENTS $452,392.60 UNIT 11:SANITARY SEWER IMPROVEMENTS $383,483.80 UNIT III:DRAINAGE IMPROVEMENTS $866,683.00 UNIT IV:PAVING IMPROVEMENTS UNIT V:STREET LIGHTING IMPROVEMENTS Total Construction Bid $1,702,559.40 00 42 43 13id Pmp,,.1_DAP-FXlnBrf Page 1 ort SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Villages of Eagle Mountain-Phase II Unit Bid Pricing Sheet:Paving Contractor:Gilco Contracting,Inc. UNIT PRICE BID Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value UNIT 1:WATER IMPROVEMENTS TOTALUNIT1:WATER IMPROVEMENTS Bidlistltem No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value UNIT It:SANITARY SEWER IMPROVEMENTS TOTALUNIT 11:SANITARY SEWER IMPROVEMENTS Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value UNIT III:DRAINAGE IMPROVEMENTS TOTALUNIT III:DRAINAGE IMPROVEMENTS Bidlist Item No.1 Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value UNIT IV:PAVING IMPROVEMENTS 0241.4003 Remove 20'Curb Inlet 0241 14 EA 1 $2,000.00 $2,000.00 3211.0400 Hydrated Lime(30#/SY) 321129 TN 375 $155.00 $58,125.00 3211.0501 6"Lime Treatment 32 11 29 SY 24,482 $2.65 $64,877.30 3213.0101 6"Conc Pvmt 32 13 13 SY 23,042 $32.80 $755,777.60 3213.0103&"Conc Pvmt-Right Turn Lane(TxDOT ROW) 32 13 13 SY 477 $75.25 $35,894.25 3213.0301 4"Conc Sidewalk 32 13 20 SF 6,695 $4.35 $29,123.25 3213.0501 Barrier Free Ramp,Type R-1 32 13 20 EA 23 $1,900.001 $43,700.00 3213.0504 Barrier Free Ramp,Type M-2 32 13 20 EA 7 $1,900.00 $13,300.00 3213.0506 Barrier Free Ramp,Type P-1 32 13 20 EA 4 $1,600.00 $6,400.00 3217.2102 REFL Raised Marker TY 1-C 32 17 23 EA 21 $4.90 $102.90 3217.2103 REFL Raised Marker TY II-A-A 00 00 00 EA 12 $4.90 $58.80 3217.4303 Remove 8"Pvmt Marking 32 17 23 LF 1,423 $1.25 $1,778.75 9999.0022 Channelized Pvmt Marking(on Wavecrest Way) 00 00 00 LS 1 $1,200.00 $1,200.00 9999.0023 Type B HMAC(4")-Right Turn Lane(TxDOT ROW) 00 00 00 SY 560 $26.30 $14,728.00 9999.0024 Type B HMAC(5")-Right Turn Lane(TxDOT ROW) 00 00 00 SY 560 $32.50 $18,200.00 9999.0025 Pavement Header 00 00 00 LF 145 $10.00 $1,450.00 9999.0026 Install EOR Barricade 00 00 00 EA 5 $1,500.00 $7,500.00 9999.0027 Handrail 00 00 00 LF 55 $150.00 $8,250.00 9999.0028 REFL Marker TY 1 -8"Dol(W) 00 00 00 LF 300 $2.55 $765.00 9999.0029 REFL Marker TY 1-8"Solid(W) 00 00 00 LF 335 $2.55 $854.25 9999.0030 REFL Marker TY 1-4"Solid(Y) 00 00 00 LF 370 $1.30 $481.00 9999.0031 REFL Marker TY 1-Arrow(W) 00 00 00 EA 5 $250.00 $1,250.00 9999.0032 REFL Marker TY 1-Word(W) 00 00 00 EA 3 $300.00 $900.00 9999.0033 REFL Marker TY 1-24"Solid(W) 00 00 00 LF 28 $16.00 $448.00 9999.0034 Furnish/Install Alum Sign Ground Mount City Std:Stop&Blade Pair 00 00 00 EA 6 $500.00 $3,000.00 9999.0035 Furnish/Install Alum Sign Ground Mount City Std:No Outlet Only 00 00 00 EA 2 $500.00 $1,000.00 9999.0037 Furnish/Install Alum Sign Ex.Pole Mount-Stop&Blade Pair 00 00 00 EA 6 $250.00 $1,500.00 9999.0038 Rdwy Sign-W1-1L 00 00 00 EA 3 $500.00 $1,500.00 9999.0039 Rdwy Sign-W1-1 R 00 00 00 EA 3 $500.00 $1,500.00 9999.0040 Rdwy Sign-W1 3-1 P 00 00 00 EA 6 $500.00 $3,000.00 9999.0041 TxDOT Sign -R3-7R(36 x 36) 00 00 00 EA 1 $500.00 $500.00 9999.0042 TxDOT Sign-R1-1(36 x 36) 00 00 00 EA 1 1 $500.00 $500.00 9999.0043 Sawcut&Remove Existing Pavement 00 00 00 LF 393 1 $16.00 $6,288.00 9999.0044 Traffic Control 00 00 00 LS 1 $4,500.00 $4,500.00 TOTALUNIT IV:PAVING IMPROVEMENTS1 $1,090,452.10 00 42 43 Bid N p-1 1)M-EXIIIBFr Pgc 2ur2 UNIT PRICE BID Project Item Information Bidders Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value UNIT V:STREET LIGHTING IMPROVEMENTS TOTALUNIT V:STREET LIGHTING IMPROVEMENTS Bid Summaq UNIT I:WATER IMPROVEMENTS UNIT II:SANITARY SEWER IMPROVEMENTS UNIT III:DRAINAGE IMPROVEMENTS UNIT IV:PAVING IMPROVEMENTS $1,090,452.10 UNIT V:STREET LIGHTING IMPROVEMENTS Total Construction Bid $1,090,452.10 00424?Bid Pm1xml_DAP-eX1m3rr Page 1 of 1 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Villages of Eagle Mountain-Phase II Unit Bid Pricing Sheet:Street Lights Contractor:Independent Utility Construction,Inc. UNIT PRICE BID Project Item Information Bidders Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value UNIT I:WATER IMPROVEMENTS TOTALUNIT 1:WATER IMPROVEMENTS Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value UNIT If:SANITARY SEWER IMPROVEMENTS TOTALUNIT It:SANITARY SEWER IMPROVEMENTS Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value UNIT III:DRAINAGE IMPROVEMENTS TOTALUNIT III:DRAINAGE IMPROVEMENTS Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value UNIT IV:PAVING IMPROVEMENTS TOTALUNIT IV:PAVING IMPROVEMENTS Bidlist Item No. Description Specification Section No. Unit of MeasureBid Quantity Unit Price Bid Value UNIT V:STREET LIGHTING IMPROVEMENTS 2605.3015 2"CONDT PVC SCH 80(T) 26 05 33 LF 3,181 $5.99 $19,054.19 3441.1502 Ground Box Type B,w/Apron 3441 10 EA 18 $196.00 $3,528.00 3441.3301 Rdwy Ilium Foundation TY 4 34 41 20 EA 31 $1,074.00 $33,294.00 9999.0045 Rdwy Ilium.Pole-D25-6 00 00 00 EA 31 $1,719.50 $53,304.50 9999.0046 Rdwy Ilium.Assembly 100W HPS Cobra Flat Head 00 00 00 EA 31 $483.00 $14,973.00 9999.0047#8 Aluminum Conductor 00 00 00 LF 91543 $0.75 $7,157.25 TOTALUNIT V:STREET LIGHTING IMPROVEMENTS1 $131,310.94 Bid Summary UNIT 1:WATER IMPROVEMENTS UNIT II:SANITARY SEWER IMPROVEMENTS UNIT III:DRAINAGE IMPROVEMENTS UNIT IV:PAVING IMPROVEMENTS UNIT V:STREET LIGHTING IMPROVEMENTS $131,310.94 Total Construction Bid $131,310.94 00 42 43 13id Po possl_DAP-IXIm3rf