HomeMy WebLinkAboutContract 43864 (2)COMMUNITY FACILITIES AGREEMENT
THE STATE OF TEXAS §
COUNTY OF TARRANT §
City Secretary
Contract No. t
WHEREAS, the undersigned Developer ("Developer") desires to make certain
improvements ("Improvements") related to a project as described below ("Project"), an
addition to the City of Fort Worth, Texas ("City"); and
WHEREAS, the Developer and the City desire to enter into this "Agreement" in
connection with the Improvements.
Developer Information:
Developer Company Name: Pulte Homes of Texas, L P.
Address, State, Zip Code: 4800 Regent Blvd., Ste. 100 I Irving, TX 75063
Phone, E-Mail: (972) 462-3409 I clint.vincent@pultegroup.com
Authorized Signatory/Title: Clint Vincent, Vice President
Project Name: Trails of Fossil Creek
Project Location: SW of the intersection of Bonds Ranch Rd. & Wagley Robertson Rd.
Plat Case No.: FP-012-037 Plat Name: Trails of Fossil Creek
Mapsco: 20S
CFA: 2012-064
To be completed
Received by:
Council District: 7
DOE: 6928
11-07-12 P05:03 IN
1
City Project No: 02003
NOW, THEREFORE, KNOW ALL BY THESE PRESENTS:
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 and
subsequently amended from time to time via a Mayor and Council
Communication adopted by the City Council of the City of Fort Worth, is
hereby incorporated into this Community Facilities Agreement ("CFA") 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 infrastructure. Developer further acknowledges that said
process requires the contractor to submit an Affidavit of Bills paid signed by
its contractor and Consent of Surety signed by its surety to ensure the
contractor has paid the sub -contractor and suppliers in full. Additionally,
the contractor will provide in writing that the contractor has been paid in
full 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 are made a part hereof: Water (A) _X__,
Sewer (A-1) � Paving (B) ^ X, Storm Drain (B-1) X ,Street Lights &
Signs (C) X .
E The Developer shall award all contracts for the construction of community
facilities in accordance with Section II, paragraph 7 of the Policy and the
contracts for the construction of the public infrastructure shall be administered
in conformance with paragraph 8, Section II, of the Policy.
F. For all infrastructure 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 insured licensed and
bonded to do work in public streets and/or prequalified to perform
water/waste water 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 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.
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 ACORD Certificate of
Insurance supplied by the contractor's insurance provider and bound in the
construction contract book.
iv. To require its contractor to give 48 hours notice to the City's Construction
Services Division of intent to commence construction so that City
inspection personnel will be available; and to require the contractor to allow
the construction to be subject to inspection at any and all times by City
inspection forces, and not to 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 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 until said sewer and water mains and
service lines have been completed to the satisfaction of the Water
Department.
G. Developer agrees to provide, at its expense, all engineering drawings and
documents necessary to construct the improvements required by 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.
I. City shall not be responsible for 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, his 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, his contractors, sub -contractors,
officers, agents or employees, whether or not suck 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 and shall cause to be executed and delivered to the City an
indemnity agreement from such contractors on a form to be promulgated by the
City
N. Upon completion of all work associated with the construction of the
infrastructure and 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. The City's obligation to participate (exclusive of front foot charges) in the
cost of the community facilities shall terminate if the facilities are not
completed within two (2) years; provided, however, if construction of the
community facilities has started within the two year period, the developer
may request that the CFA be extended for one year. If the community
facilities are not completed within such extension period, there will be no
further obligation of the City to participate. City participation in a CFA
shall be subject to the availability of City funds and approval by the Fort
Worth City Council.
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 community
facilities if at the end of two (2) years from the date of this Agreement the
community facilities 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 community facilities 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)
Cost Summary Sheet
Project Name: Trails of Fossil Creek
CFA No.: 2012-064 DOE No.: 6928
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
2. Sewer Construction
$
$
94,924.00
98,705.00
Water and Sewer Construction Total $ 193,629.00
B. TPW Construction
1. Street
2. Storm Drain
3. Street Lights Installed by Developer
TPW Construction Cost Total $ 258,946.12
$
$
231,164.12
7,900.00
19,882.00
Total Construction Cost (excluding the fees):
Construction Fees:
C. Water/Sewer Inspection Fee (2%)
D. Water/Sewer Material Testing Fee (2%)
Sub -Total for Water Construction Fees
E. TPW Inspection Fee (4%)
F. TPW Material Testing (2%)
G. Street Light Inspsection Cost
H. Street Signs Installation Cost
Sub -Total for TPW Construction Fees
Total Construction Fees:
Financial Guarantee Options, choose one
Bond = 100%
Completion Agreement = 100% / Holds Plat
Cash Escrow Water/Sanitary Sewer= 125%
Cash Escrow Paving/Storm Drain = 125%
Letter of Credit = 125% w/2vr expiration period
$ 452,575.12
$
$
$
$
$
$
$
3,872.58
3,872.58
7,745.16
9,562.56
4,781.28
795.28
980.00
16,119.13
$ 23,864.29
$
$
Choice
Amount (ck one)
452 575.12
452,575.12
242,036.25
323,682.65
565.718.90
•
IN TESTIMONY VYIIEREOF, the City of Fort Worth has caused this instrument to be executed
in quadruplicate in its name and on its behalf by its Assistant City Manager, attested by its City
Secretary, with the corporate seal of the City affixed, and said Developer has execut d this
instrument in quadruplicate, at Fort Worth, Texas this day of ./M-�'
.20 fr.<
CITY OF FORT WORTH - Recommended by:
Water Department
2
•
Wendy Chi Babulal, EMBA, P.E.
Development Engineering Manager
Approved as to Form & Legality:
Douglas W. Black
Assistant City Attorney
M&C No. kiia-
Date:
ATTEST:
Mary J.
City Seca
ATTEST:
•
•
s
tary
Signature
(Print) Name:
,ate' �` � � coo����
a• ao
; awe
lics%
dA0cio
Vfreoecil
ktige
‘,/s/LJ
Transportation & Public Works Department
( Lit cc/xi
Dougla •f . Wiersig, P.E.
Director
Approved by City Manager's Office
Fernando Costa
Assistant City Manager
OFFICIAL RECORD
1 CITY SECRETARY
FtWORTh,Th
Pulte Homes of Texas, L.P.
By its General Partner
Pulte Nevada I, LLC
Print Name
Title:
Signature
eZe/g,/et4/
Y � � O az,e4ceneni
1/r' O L
Check items associated with the project being undertaken; checked items must be included
as Attachments to this Agreement
Included
El
El
AL
m
z
rx
Attachment
Location Map
Exhibit A: Water Improvements
Water Estimate
Exhibit A-1: Sewer Improvements
Sewer Estimate
Exhibit B: Paving Improvements
Paving Estimate
Exhibit B-1: Storm Drain Improvements
Storm Drain Estimate
Exhibit C: Street Lights and Signs Improvements
Street Lights and Signs Estimate
(Remainder of Page Intentionally Left Blank)
D.O.E. NO.
CITY PROJECT NO.
WATER PROJECT NO.
SEWER PROJECT NO.
FILE NO.
PLANS FOR THE CONSTRUCTION OF WATER,
SEWER, PAVING, STREET LIGHTING, & DRAINAGE
IMPROVEMENTS
TO SERVE
TRAILS OF FOSSIL CREEK, PHASE 2A-1
W. BONDS RANCH RD. \\ HICKS RD.
ROBERTSON RD.
SUBJECT
\c:c: TRACT
0
6928
02003
P265-607150200383
P275-707130200383
W-2249
0
s�
LOCATION MAP
NOT TO SCALE
JBI Partners, Inc.
16301 Quo um Drive, Suite 200B
Addison, Texas 75001
Tel 972-248-7676
Fax 972-248-1414
October 17, 2012- SHEET 1
Case No. FP-012-037
FINAL PLAT
TRAILS OF FOSSIL CREEK
BLOCK K, LOTS 3 — 14; BLOCK L, LOTS 9 — 16;
BLOCK M, LOTS 1 — 14; BLOCK P, LOTS 1 — 14;
8.408 ACRES OUT OF
THE H. ROBERTSON SURVEY, ABSTRACT NO. 1259
CITY OF FORT WORTH
TARRANT COUNTY, TEXAS
MDC THE TRAILS LIMITED PARTNERSHIP
548 E Carpender Freeway, Suite 1500
Irving, Texas 75062
OWNER / DEVELOPER
(214)630-0481
JBI PARTNERS, INC. SURVEYOR/ENGINEER
16301 Quorum Drive, Suite 200 B
Addison, Texas 75001
(972)248-7676
JBI Partners, Inc.
16301 Quo um Drive, Suite 200B
Addison, Texas 75001
Tel 972-248-7676
Fax 972-248-1414
October 17, 2012- SHEET 2
N
w
01
01
J
(0
O
i,__gt\ EA61Io-DRIVE /JI
SCALE: 1 "=150'
JBI Partners, Inc.
16301 Quorum Drive, Suite 200B
Addison, Texas 75001
Tel 972-248-7676
Fax 972-248-1414
EXIST.
8" WATER
(0
CONNECT TO EXISTING 17\
D" WATER UNE
DOE 444500
P163-060163015245
WATER PROJ #
N
o1
0)
01
'BASALT WAY
e
N w A
0
(0
co
EX FOSSIL VALLEY DRI
to
CONNECT TO EXISTING
8" WATER UNE
DOE 4450
WATER PROJ
P163-060163015245
MAGMA. DRIVE
N
J
0
V 01 (11 A w
(n
CFI
LEGEND
v
EX. FELDSPAR DRI
EXIS1. 8" WA' ER
CO
PROP. WATERLINE
PROP. VALVE
PROP. FIRE
HYDRANT
PROPOSED WATER
LINES ARE 8' UNLESS
OTHERWISE INDICATED.
(o
0
\ EX1ST, -8"—(WATER
CONNECT TO EXISTING
8" WATER UNE
DOE 4450
WATER PROJ #
P163-060163015245
1
WATER
EXHIBIT A
PLANS FOR THE CONSTRUCTION OF WATER,
SEWER, PAVING, STREET LIGHTING, &
DRAINAGE IMPROVEMENTS
TO SERVE
TRAILS OF FOSSIL CREEK, PHASE 2A-1
(D.0 E NO. 6928)
October 17, 2012- SHEET 3
CONNECT TO
EXIST. 8" 5S
N
W
Of
CO
0
w
SCALE: 1 "=150'
/Jr ,\ € 8AL31a-DRIVE
JBI Partners, Inc.
16301 Quo um Drive, Suite 200B
Addison, Texas 75001
Tel 972-248-7676
Fax 972-248-1414
MINNA
IP
ISM PIM
EXIST. 8" SSWR
DOE 4450, S` NO. m
P173-070173'13250
0
N
CONNECT TO
EXIST. B" SS
/ {
'BASALT WAY
N W A
0
co
J
cn
N
IJ
0
A
N
na
co
EXIST. 8" SSWR
DOE 4450, SS NO.
P173-070173013250
N.AGMA DRIVE
1 1 1 I I
01 O1
ca
to
W
1 1
1 I I
1 I I
V
LEGEND
PROP. S.S. LINE
8 PROP. S.S. MH
EXIST. S.S. MH
— EXIST. S.S. LINE
PROPOSED SANITARY
SEWER LINES ARE 8"
UNLESS OTHERWISE
INDICATED.
co
>
0
EX. FELDSPAR
EXIST. 8" SSWR \
rF OE 4450, 55 NO.
F173-070173013250
co
CONNECT TO
EXIST. 8" SS
SANITARY SEWER
EXHIBIT A-1
PLANS FOR THE CONSTRUCTION OF WATER,
SEWER, PAVING, STREET LIGHTING, &
DRAINAGE IMPROVEMENTS
TO SERVE
TRAILS OF FOSSIL CREEK, PHASE 2A-1
(D.O.E N0. 6928)
October 17, 2012- SHEET 4
N
En
0)
(0
0
SCALE: 1 "=150'
�% EX. BALTIc -DRIVE
'J
(0
0
N
m
'BASAL T WAY
TAIPEI, TOPSOIL
POI SECTO4
32 91 13
3 MOM)
PET PEtigl 3313
0
01
01
(4
1.3
10
00
MAGMA DRIVE
W
Lr PAA3Vdu-
am3A �A TOR 24 CO
TAPED TCPSO0. 6
PER 2E9119
32 91 19
STMAARD 9001
PER SECTION 32 13 20
COLPACTED AC EPTAELE SATRIE BA061L PER_
SECTOR 31 24 00
JBI Partners, Inc.
16301 Quorum Drive, Suite 200B
Addison, Texas 75001
Tel 972-248-7676
Fax 972-248-1414
r
10.5' PARKWAY
9.5'
}3 BARS 0 TB' O.CBW
LEGEND
V
N
0
N
N
N
?
41' B—B
0) -4
ST/ASARO CUM PER
32 13 13-25
a3'
DAMS-1E PAVEMENT
POI Swam 32 1313
M 5' DWE STASJ
't P0' 1104 3i11
TYPICAL 60 ROW
13 13-0 PAVEMENT SECTION 0FTAII
N.T.S.
LP
Raw
OUR 003 Oa
14.5'
..a ROADWAY
TANOARO 7' CURB PER 32 13
13-0525
ROWORCED CCNCREIE
PASEWENT PER SECIMON 32 13
2R 114.
(5-01 MA Obi 1W1)
PROPOSED 6' LOSE
STABOZED SUB BADE
0 30 LBS/SY
PER SCC1104 32 11 29
vc
3
14.Y
rY
cn
X
f
0
LONQ1OORAL CANSTRUCTION
.10NT PER 32 13 13-D
TYPICAL 50' ROW
PAVEMENT SECTION DETAIL
N.T.S.
PROP. 60' ROW PAVEMENT SECTION
PROP. 50' ROW PAVEMENT SECTION
13 ¶3-PER
0325
N
U Q
INS
PARKICAT
0
0
0 r
D
m Z
7)DRI
A-
C
0 0 »
471 a =
o<
J m
(1)
m
r
3RN5W mflMX
PER =KR 32 13ID
PAcan ACcenta
M PER IIOR SI 24 O �
10.9 PARKWAY —14
se 'Fat
i
MECO TOPSOIL
PER SECTION 32 13 20
TNOARO 90EWALX
TAWS) TOPSOIL
PER SECTON 32 91 19
PACED ACCEPTABLE
NAME BAODTL PER SECTION 31 2 00
PAVING
EXHIBIT B
PLANS FOR THE CONSTRUCTION OF WATER,
SEWER, PAVING, STREET LIGHTING, &
DRAINAGE IMPROVEMENTS
TO SERVE
TRAILS OF FOSSIL CREEK, PHASE 2A-1
(D.O E NO. 6928)
October 17, 2012- SHEET 5
W
(r
01
•.1
<0
O
•
W
SCALE: 1 "=150'
JBI Partners, Inc.
16301 Quorum Drive, Suite 200E
Addison, Texas 75001
Tel 972-248-7676
Fax 972-248-1414
€-BALP o-DR IVE _ /J 1
O
J
01
0
8
'BASALT WAY
N 1 A
O
N
10
0o
MAGMA DRIVE
W
al I I MI
111111.11
A
N
J
N
IJ
01
N
co
CO
N
01 01 ? W
!INSTALL 15' C.LJ 48• RCPEXIST.
m
!INSTALL 15' C.I.
co
J
LEGEND
PROP. CURB INLET
EXIST. CURB INLET
EXIST. STORM DRAIN
O
a
I ® T
CONNECT TO EX.
D.O.E. 4450
`C
1
A
I
STORM DRAIN
EXHIBIT B-1
PLANS FOR THE CONSTRUCTION OF WATER,
SEWER, PAVING, STREET LIGHTING, &
DRAINAGE IMPROVEMENTS
TO SERVE
TRAILS OF FOSSIL CREEK, PHASE 2A-1
(D.O E N0. 6928)
October 17, 2012- SHEET 6
/) \` EX. BALTRb-DRIVE /r
N
O
N
01
0)
0'
to
O
'BASALT WAY
W A
O
A
�L•
N
SCALE: 1 "=150'
JBI Partners, Inc.
16301 Quo um Drive, Suite 200E
Addison, Texas 75001
Tel 972-248-7676
Fax 972-248-1414
co
co
EJ
>-
w
EX FOSSIL
N.AGMA DRIVE
W
CI i
•
J 0)
N
oa
0) V
LEGEND
PROPOSED STREET LIGHT
-100 WATT HPS COBRA ISM
TYPE 3 DIST. AND DROP
GLASS LUMINAIRE
-25' LIGHT STANDARD
CA-0 EXISTING STREET LIGHT
CO
U
143
co
co
ca
N
W
a
cn
J
WI
X
w
O � N
th
STREET LIGHTING
EXHIBIT C
PLANS FOR THE CONSTRUCTION OF WATER,
SEWER, PAVING, STREET LIGHTING, Sc
DRAINAGE IMPROVEMENTS
TO SERVE
TRAILS OF FOSSIL CREEK, PHASE 2A-1
(D.O E NO. 6928)
October 17, 2012- SHEET 7
\` EX. BALTI±-DRIVE
N
O
W
N
01
01
V
O
O
'BASALT WAY
N
O
N
SCALE: 1 "=150'
JBI Partners, Inc.
16301 Quorum Drive, Suite 200B
Addison, Texas 75001
Tel 972-248-7676
Fax 972-248-1414
07
J
N
po
(.0
00
w
J
X
W
MAGMA DRIVE
W
N
to
/EX. SIGNBL.\DE
N
CO
0f
A
U
to
EX. FELDSPAR DRIV'
(P ?
EX. SIGNBL4DEm
0)
LEGEND
EXIS1ING SIGNBLADE
PROPOSED SIGNBLADE
J
0,
(
O
r
O
0
> r
D
m
0
A'
-0 C
n G7
r
1
O <
m
z
STREET SIGNS
EXHIBIT C-1
PLANS FOR THE CONSTRUCTION OF WATER,
SEWER, PAVING, STREET LIGHTING, &
DRAINAGE IMPROVEMENTS
TO SERVE
TRAILS OF FOSSIL CREEK. PHASE 2A-1
(D.O E NO. 6928)
October 17, 2012- SHEET 8
ENGINEER'S QUANTITY TAKE -OFF OPINION OF ESTIMATED COST
PREPARED BY JBI PARTNERS, INC. ON OCTOBER 17, 2012
FORT WORTH, TEXAS
JBI PROJECT NO. PUL002
ITEM NO.
3311.0261
3312.3003
3312.3002
3312.0103
3312.0001
3311.0001
3312.2003
3331.4115
3331.4116
3339.1001
3339.1003
3331.3101
3301.0001
3301.0002
3301.0101
9999.0001
3349.5002
9999.0002
9999.0003
3213.0101
3211.0502
3211.0501
3211.0400
3213.0508
3317.0110
9999.0004
9999.0005
3125.0101
3471.0001
3441.3101
3441.3301
3441.3002
3441.3011
3441.1410
UNIT TOTAL
BID ITEM
8" PVC Water Pipe
8" Gate Valve
6" Gate Valve
Connection to Existing 8" Water Main
Fire Hydrant
Ductile Iron Water Fittings
1" Water Service
8" Sewer Pipe
8" Sewer Pipe, CSS Backfill
4' Manhole
4' Extra Depth Manhole
4" Sewer Service
Pre -CCTV Inspection
Post -CCTV Inspection
Manhole Vacuum Testing
Connect to existing sanitary se
15' Curb Inlet
Connect to existing storm drain
e
T/:" Conc Pvmt
6" Conc Pvmt
8" Lime Treatment
6" Lime Treatment
Lime
4' Bather Free Ramp, Type H
Special Riprap [3"-5" Grouted rock riprap]
Street barricade
Connect to existing concrete street pavement
SWPPP >_ 1 acre
Traffic Control
100W HPS PC Lighting Fixture
Rdwy Ilium Foundation TY 1,2, and 4
Rdwy Ilium Assmbly TY 8,11,D-25, and D-30
2" CONDT PVC SCH 40 (T)
NO 10 Insulated Elec Condr
UNIT
LF
EA
EA
EA
EA
TON
EA
LF
LF
EA
VF
EA
LF
LF
EA
EA
EA
EA
SY
SY
SY
SY
TN
EA
SY
LF
LF
LS
LS
EA
EA
EA
LF
LF
6 7 8
1658
4
3
2
0.7
44
,495
SHEET NO.
9 18 19 20 21 26
60
5 1
28 3.3
44
1,495 60
1,495 60
5 1
2,849
2,466 84
2,988
2,630 83 673
39.5 j 46.1 10.1
2 4
55
29 41
29 41
1
1
633
29
TRAILS OF FOSSIL CREEK, PHASE 2A-1
ITEM UNIT
TOTAL PRICE
1,658 $28.00
4 $1,250.00
2 $1,000.00
3 $750.00
2 $3,000.00
0.7 $3,500.00
44 $700.00
1,495 $30.00
60 $60.00
6 $2,100.00
31.3 $500.00
44 $400.00
1,555 $0.50
1,555 $0.50
6 $100.00
3 $750.00
$3,200.00
$750.00
2,849 $34.38
3,183 $27.50
2,988 $3.20
3,386 $2.40
95.7 $150.00
6 $900.00
55 $60.00
70 $35.00
99 $10.00
1 $500.00
1 $1,000.00
4 4 $600.00
4 4 $1,200.00
4 4 $2,500.00
149 149 $12.00
447 447 $2.00
ITEM
TOTAL COST
$46,424.00
$5,000.00
$2,000.00
$2,250.00
$6,000.00
$2,450.00
$30,800.00
$94,924.00
$44,850.00 ,
$3,600.00
$12,600.00
$15,650.00
$17,600.00
$777.50
$777.50
$600.00
$2,250.00
$98,705.00
$6,400.00
$1,500.00
$7,900.00
$97,948.62
$87,532.50
$9,561.60
$8,126.40
$14,355.00
$5,400.00
$3,300.00
$2,450.00
$990.00
$500.00
$1,000.00
$231,164.12
$2,400.00
$4,800.00
$10,000.00
$1,788.00
$894.00
$19,882.00
$452,575.12
H:\Projects\PUL002\Excel\PUL002 CFA Quantity Matrix.xls
DOE 6928 I j FP-012-037
CITY PROJECT NO. 02003