HomeMy WebLinkAboutContract 54135 07/14/20 CSC No.54135
8:20 AM
FUTURE IMPROVEMENTS AGREEMENT
FOR
INFRASTRUCTURE IMPROVEMENTS
Newberry Point Hulen Rd.
WHEREAS, the City of Fort Worth ("City") has entered into that certain
Community Facilities Agreement (CFA19-0135) ("CFA") with Pulte Homes of Texas, LP
( "Developer"); and
WHEREAS, the CFA includes Developer's proportionate share of the
construction of Paving,Storm Drain,Street Lights, Street Sign a portion of which is within
West Cleburne and Hulen Rd, as shown on Exhibit A and
WHEREAS, in lieu of the Developer, pursuant to the CFA, constructing those
certain improvements for Newberry Point Hulen Rd for Newberry Point Hulen Rd
Paving,Storm Drain, Street Lights , Street Sign within West Cleburne and Hulen Rd, as
shown on Exhibit B (the "Improvement"), City will instead construct the Improvement(s)
as part of future/Newberry Point Hulen Rd work ("World'), with Developer contributing
those funds it would have spent to construct the Improvement and the City performing
the Work at a later time; and
WHEREAS, Developer desires to provide to the City funds in the amount
$ 201,392.76 ("Developer Funds") for the City to construct the Improvement as
part of the Work; and
WHEREAS, The City agrees to accept the Developer Funds and to construct the
Improvement; and
WHEREAS, the determination of the amount of Developer's Funds is not an
assessment pursuant to Chapter 313 of the Texas Transportation Code;
NOW THEREFORE, in consideration of the above recitals, incorporated herein
for all purposes, City and Developer, acting by and through their duly authorized
representatives, do hereby agree as follows:
1.
The City may construct (or cause to be constructed) the Improvement at a time
convenient to the City provided that adequate public funds, including the Developer
Funds, for construction of the Improvement are secured.
^Developer Funding Agreement—Newverry Point Hulen CFA CO` SECRETARY
Page 1 of 4
2.
Concurrently herewith, Developer has paid to the City the amount of
$201,392.76, such Developer Funds, the Developer and City agree, are the entire
amount of Developer's contribution for the cost to construct the Improvements.
By accepting the Funds and by execution of this Agreement, City agrees that the
Developer will have no further obligation to pay any amounts in addition to the
Developer Funds or take any further action with regard to the construction of the
Improvement, even if (a) the actual costs to construct the Improvement exceeds the
costs expected by the City as of the date of this Agreement, (b) the specifications,
composition, or other characteristics of the Improvement hereafter change for any
reason, (c) a mistake has been made (mutual or unilateral) in computing the costs of the
Improvement or otherwise, or (d) the costs or scope of the Improvement change for any
reason.
3.
This Agreement shall be binding upon and inure to the benefit of the City and
Developer and their respective successors and assigns. This Agreement, together with
any exhibits attached hereto, constitutes the entire agreement between the parties
hereto, and may not be amended except by a writing signed by all parties and dated
subsequent to the date hereof.
4.
The City will use its best reasonable efforts to construct the Improvement without
undue delay, but City's construction will be subject to City securing the additional
funding which may be necessary to fully construct the Work.
5.
Developer unless a sole proprietor, acknowledges that in accordance with
Chapter 2270 of the Texas Government Code, if Consultant has 10 or more full time-
employees and the contract value is $100,000 or more, the City is prohibited from
entering into a contract with a compan 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 if Chapter 2270, Texas Government Code
applies, Developer: (1) does not boycott Israel; and (2) will not boycott Israel
during the term of the contract.
Developer Funding Agreement—Newverry Point Hulen CFA
Page 2 of 4
Executed by each party's duly designated and authorized representative; effective as of
the date subscribed by the City's designated Assistant City Manager.
CITY OF FORT WORTH DEVELOPER:
Pulte Homes of Texas, L.P.
A Texas Limited Partnership
By: Pulte Nevada I, LLC
A Delaware Limited Liability Company
Its General Partner
law&U6- �E Curt millwarci
Dana Burghdoff(Ju 13,2020 :31 CDT) Curt Millward(Jul 13,202010:03 CDT)
Dana Burghdoff Curt Millward
Assistant City Manager Division Director of Land Development
Jul 13,2020
Date Date
ATTEST: .��
Mary J. Kayser
City Secretary r
Contract Compliance Manager
By signing, I acknowledge that I am the
person responsible for the monitoring and
administration of this contract, including ensuring
all performance and reporting requirements
Z-1-1 � Z
APPROVED AS TO FORM Laurie Lewis(Jul 13,202012:27 CDT)
Ham, Interim Planning Manager
ae.tete
DBlack(Ju1-13,202012:25CDT) Laurie Lewis
Douglas W. Black
Sr. Assistant City Attorney
OFFICOAi?RECOR®
Developer Funding Agreement—Newverry Point Hulen CFA CITY SECRETARY
Page 3 of 4 FT WORTH,TX
EXHIBITS
Developer Funding Agreement—Newverry Point Hulen CFA
Page 4 of 4
2/4/2020
SECTION 00 42 43
PROPOSAL FORM UNIT PRICE
Hulen Road(Newberry Point)
UNIT PRICE BID Bidders's Application
Project Item Information Engineer's Estimate
Bidlist Item Specification Unit of
Description Bid Quantity Unit Price Bid Value
No. Section No. Measure
STORM DRAIN IMPROVEMENTS
3341.0302 30"RCP,Class III 3341 10 LF 134 $78.63 $10,536.42
3341.0208 27"RCP,Class III 3341 10 LF 162 $84.21 $13,642.02
3341.0201 21"RCP,Class III 3341 10 LF 48 $67.49 $3,239.52
3349.5001 10'Curb Inlet 33 49 20 EA 1 $3,822.89 $3,822.89
241.4401 Remove Headwall/SET 0241 14 EA 1 $1,754.96 $1,754.96
3305.0109 Trench Safety 3305 10 LF 344 $1.12 $385.28
STORM DRAIN TOTAL $33,381.09
PAVING IMPROVEMENTS
3213.0105 10"Conc Pvmt 32 13 13 SY 851 $61.10 $51,996.10
3213.0301 4"Conc Sidewalk 32 13 20 SF 4,791 $5.41 $25,919.31
3211.0502 8"Lime Treatment 32 11 29 SY 894 $3.63 $3,245.22
3211.04 Hydrated Lime 32 11 29 TN 16 $154.15 $2,466.40
241.11 Remove Asphalt Pvmt 0241 15 SY 1,417 $6.93 $9,819.81
3217.0008 4"SLD Pvmt Marking Tape(Y) 32 1723 LF 432 $3.28 $1,416.96
3217.0004 4"BRK Pvmt Marking HAS(Y) 32 17 23 LF 432 $1.43 $617.76
3291.01 Topsoil 3291 19 CY 128 $22.66 $2,900.48
3292.04 Seeding,Hydromulch 3292 13 SY 1,153 $1.18 $1,360.54
3471.0001 Traffic Control 3471 13 MO 2 $3,768.26 $7,536.52
9999.0019 Unclassified Excavation 00 00 00 CY 698 $3.00 $2,094.00
PAVING TOTAL $109,373.10
STREET SIGNS
3441.4006 lInstall Alum Sign Ground Mount 1 3441 30 EA 1 1 $410.16 $410.16
STREET SIGNS TOTAL $410.16
STREET LIGHTS
9999.0018 IStreetLights 1 34 41 20 1 EA 1 2 $4,500.001 $9,000.00
STREET LIGHTS TOTAL $9,000.00
Bid Summary
Base Bid
Storm Drain Improvements $33,381.09
Paving Improvements $109,373.10
Street Signs $410.16
Street Lights $9,000.00
TPW Inspection Fee $5,726.57
TPW Material Testing $2,863.29
Street Light Inspection Cost $360.00
Total Base Bid $161,114.21
Contingency
25% 1 1 1 $40,278.55
$40,278.55
Total Bid $201,392.76
ilglgx3 uelnH 9009Uld EZOl6lOZ\3!gl4x3 peas uelnH\sllq!Llx3\IIAIO\6e9eyd\Aelle)I 9009111d\90f\:J
w
J
Q
U
U)
O
O
z
aVOii 3NdnE]310 M Q1 Nfl . M02l0
3N2lf18310 al0 M
0
a
0
w
w
z
w
D
m
w
aVON N31nH S U
O
o
a
>� L a
0 z
za z z
WOE
3NV1 0031a OHONVa O o
W 3 '
Lu> O CO
Z o
ww
Mo w w w U
Uw g J z
0
�� o a �o
� a
LLO WN
IL
Wa �LL
iL
U 0
LL
0
uw~i tisyJ
Z =
OJ
M
J e
W =
J
Wd SC:6 OZOZ/6/L:swl1/eie0 iald
TH' 0+00.00 WEST CLEBURNE-HULEN ROAD
L NE
CONNECT TO EXISTING PAVEMENT
BEGIN TRANSITION
FROM 40'B-B TO 36'B-B
I E 2
LEGEND 13 PHASE 1
0 P-111 11 1 IN111TI 1— —E.ENT
a1I.P.— TAreI Eo re asoE
ULTIMATE IMPROVEMENTS
WEST CLEBURNE/HULEN ROAD
—T—E 16 17 18
EX.27 RCP
12
B6.9'ROW I
27"RCP
4'x4'JUNCTION 12 1 10 9 8 7
BOX ULTIMATE ---10'INLET 7
10ANLET
N-BERNY POINT
l"llE I
21"RCP 21 RCP
ULTIMATE ROW
2 1.11PoicnnoN
OF FORT—TH 0 4'x4'JUNCTION `-30"RCP
TIRIINTCOUNTO BOX
—ULTIMATE
DROP
INLET 7
21"RCP 16"WATER LINE TO BE 9
ER LINE To BE WITH
W
R INCLUDED WITH NEWBERRY
INFRASTRUCTURE JPLANS
o 30"RCP
L T
0 101 INLET
�31 EllC Tl- I
T PHASE
4 IMPROVEMENTS
ULTIMATE
10A l INLET 21 2 1 2
RCP 21"RCP
"
TI 1 2
L
24 23
30"RCP T
11 16"WATER LINE TO BE
INCLUDED WITH NEWBERRY
ix NFRASTRUCTURE PLANS
200' 400' U0'INLETLTIMATE 10 1 .1 INL 1E T'
1 --
21"RCP 21"RCP
LEGEND
9141.10 WEST CLEBURNE-HULEN ROAD f
PROPOSED CONCRETE I END CONCRETE PVMT SECTION
PAVEMENT/SIDEWALK 36"RCP BEGIN ASPHALT TRANSITION
ULTIMATE CONCRETE
PAVEMENT/SIDEWALK
O PROPOSED ASPHALT TRANSITION
PROPOSED RAMP 36"SLOPED END --_PC STA 11+41.38
m PROPOSED CURB INLET HEADWALL END ASPHALT TRANSITION
PROPOSED STORM DRAIN
PROPOSED HEADWALL EXISTING ASPHALT ROAD
PROPOSED STREET LIGHT
FUTURE IMPROVEMENT COST ESTIMATE IS SHOWN AS PROPOSED IMPROVEMENTS ON THIS EXHIBIT
NEWBERRY POINT 0.
100, 20
E PE OTON EXHIBIT B:WEST CLEBURNE/HULEN ROAD 0,
% FORT M—,—COU—
LAND SOLUTIONS FORT
o