Loading...
HomeMy WebLinkAboutContract 33429 COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No.3��9 WHEREAS, KBL II Partners, LTD., hereinafter called "Developer", desires to make certain improvements to Valley Brook Phase 3, an addition to the City of Fort Worth, Texas; and WHEREAS, the said Developer has requested the City of Fort Worth, a municipal corporation of Tarrant and Denton Counties, Texas, hereinafter called "City", to do certain work in connection with said improvements. 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: I. 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, is hereby incorporated into this Community Facilities Contract as if copy herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder. B. The requirements of the Policy shall govern this Community Facilities Agreement, provided, however, that any conflict between the terms of this Community Facilities Agreement and the Policy shall be resolved in favor of this Agreement. C. Developer shall provide financial security in conformance with paragraph 6, Section 11, of the Policy. D. Developer acknowledges that there shall be no reduction in the amount of financial security prior to project completion and acceptance by the City. E. The Developer shall award all contracts for the construction of community facilities in accordance with Section II, paragraph 7 of the Policy. �,�'> Valley Brook Estates Phase 3 1 F. The contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section II, of the Policy. G. 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 such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Wo,—,h, its officers, servants, or employees. H. Developer shall install or adjust all of the required utilities to serve the development or to construct the improvements required herein. 1. In the event that City participation exceeds $25,000, Developer agrees that no street construction or storm drainage will begin prior to City Council approval of this Community Facilities Agreement. (Article 104.100, Ordinance 7234). J. Developer agrees that no lot shall be occupied under a certificate of occupancy until the improvements required herein have been constructed (Article 104.100, Ordinance 7234). K. Developer hereby releases and agrees to indemnify and hold the City harmless for any inadequacies in the preliminary plans, specifications and cost estimates supplied by the Developer for this contract. L. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer required to Valley Brook Estates Phase 3 2 construct current and future improvements provided for in this agreement. M. Developer agrees to construct proposed improvements as shown on the exhibits attached hereto. The following exhibits are made a part hereof. Water (A)None; Sewer (A-1) None; Paving (B)Attached Storm Drain (B-1) Attached; Street Lights and Signs (C) Attached. N. 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. H. Street and Storm Drain Facilities A. The Developer(s) agree to install or to cause to have installed, the street, storm drainage, street lighting, street name sign and other community facilities improvements shown as "current improvements" on the attached Exhibits B, B 1, and C. B. As shown below in the "Summary of Cost for Street and Storm Drain Facilities", the Developer shall fund its share of "current improvements" and shall pay to the City for its share of the cost of street, storm drainage, street lighting, street name signs as shown on the attached Exhibits B, BI, and C. The estimated total cost of current improvements and related support services specified in this agreement, including design, construction and inspection is estimated to $588,810.40. Valley Brook Estates Phase 3 3 �'` ' ��. c ?� J `? t SUMMARY OF COST Valley Brook Estates Phase 3 Item Developer City Cost Total Cost Cost A. Construction $ - 1. Streets $347,113.40 347,113.40 2. Storm Drainage $216,472.56 216,472.56 3. Street Lights(4% $ inspection) $1,456.00 1,456.00 4. Street Name Signs $1,225.00 1,225.00 B. Engineering Design $ C. Construction Engineering and Management by DOE $ $ 4% 22,543.44 22,543.44 $ $ TOTALS 588,810.40 $ - 588,810.40 Notes: 1. All Preliminary Plats filed after July 2000 will require sidewalks on all streets. 2. Developer's column for Item C represents four percent(4%) cost for construction inspection fees. The City will pay additional inspection fee over 4%. 3. City not preparing plans and specifications. Valley Brook Estates Phase 3 4 CITY MI-^^71R.R 1Y FT. vltiU7Vi yr,"L IN TESTIMONY WHEREOF, 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 executed this instrument in triplicate, at Fort Worth,Texas this the /3 day of 16 �- 12006. RECEIVED Approval Recommended: Transportation and P c orks Department / Ro ert Goode, P. E. Director NO M&C 1UQU.I.RFD Cit of F rt W h Marc Ott Assistant City Manager ATTEST: Marty Hendrix 16 City Secretary Approv s to Fo DEVELOPER KBL II PARTNERS, LTD. A Texas limited partnership 17csista tty Attorney By: Lennar Texas Holding Company, a Texas Corporation, General Partner ATTEST: By: Corporate Secretary Steve Lenart, Vice President Valley Brook Estates Phase 3 5 ".146-0A. PART B —PROPOSAL C/L DEVELOPER AWARDED CONTRACTS This proposal must not be removed from this book of Contract Documents. TO: KBL II Partners, Ltd. c/o Goodwin and Marshall, Inc. 2405 Mustang Drive Grapevine, Texas 76051 PROPOSAL FOR: PROJECT NAME VALLEY BROOK PHASE 3 FILE NO. W-1618 D.O.E.NO: 5110 X NO. 18028 Includes the furnishing of all materials, except materials specified to be furnished by the City, equipment and labor for the installation of paving facilities and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: VALLEY BROOK PHASE 3 Pursuant to the foregoing Notice to Bidders', the undersigned Bidder, having thoroughly examined the Contract Documents, including plans, special contract documents, the General Contract Documents and General Specifications for Water Department Projects, the General Contract Documents and General specifications for Transportation and Public works Projects, the site of the project and understanding the amount of work to be done, and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment and material except as specified to be furnished by the City, which is necessary to fully complete the work as provided in the Plans and Contract Documents and subject to the inspection and approval of the Director of the Department of Engineering of the City of Fort Worth, Texas; and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the work within the time stated and for the following sums: , f�,JI' ,;a L .: n.J B-1 Updated 05/16/2005 UNIT I: PAVING IMPROVEMENTS ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) (D-No. refers to related items in the Part D Special Conditions:) 1. 14,947 S.Y. 6" Reinforced Concrete Pavement, For the Sum of $18.60 $278,014.20 2. 15,883 S.Y. 6" Lime Stabilized Subgrade Preparation, For the Sum of $1.40 $22,236.20 3. 238 Ton Hydrated Lime @ 30 Ib/ SY, For the Sum of $102.00 $24,276.00 4. 12 EA Barrier Free Ramps, For the Sum of $840.00 $10,080.00 5. 128 L.F. End of Road Barricade, For the Sum of $23.00 $2,944.00 6. 714 L.F. 4' Wide Concrete Sidewalk, For the Sum of $10.50 $7,497.00 7. 70 L.F. Connect to Existing, For the Sum of $10.00 $700.00 8. 2 EA Flume Crossing Plate, For the sum of $683.00 $1,366.00 TOTAL AMOUNT BID PAVING $347,113.40 GRAND TOTAL AMOUNT BID `'� ��''�' �'1' `` $3 7,113.40 B-2 Updated 05/16/2005 PART B - PROPOSAL (Cont.) After acceptance of this Proposal, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security, if required is to become the property of the Developer. The undersigned bidder certified that he has obtained at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The successful bidder shall be required to perform the work in accord with the following publications, both of which are incorporated herein and made a part hereof for all purposes: 1. The General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, which may be purchased from the Water Department. 2. The Standard Specifications for Street and Storm Drain Construction which may be purchased from the Department of Transportation & Public Works. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction within 3 04'rotZ days after issue of the work order, and to complete the contract within IZ working days after beginning construction as set forth in the written work order to be furnished by the Owner. -Aae Worktt5 deys a fpk� -1-b fhex 3 an� � an d) ph ue I ,Z ! 3 are -1e bt e-m4i+n4ccrd +Sf- See N,d'4,44h'— . (Complete A or B below, as applicable:) A. The principal place of business of our company is in the State of Nonresident bidders in the State of ,our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non resident bidders in the State of , our principal place of business, are not required to underbid resident bidders. / ✓ B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. ppq •;nin U � B-3 Updated 05/16/2005 J�C Cc/ I (we)acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration on preparation of the foregoing bid: Addendum No. 1 (Initials) ALWAddendum No. 3 (Initials) Addendum No. 2 (Initials) Addendum No. 4(Initials) Respectfully submitted, COmPa� L.H. Lacy , Ltd. By: V Title J II L V i CR 'PrCt�4�••'` Address 1880 Crown Road Dallas, TX 75354 Telephone: (214) 357-0146 (Seal) Date: 1 I t 7106 r *This agreement Incorporates the attached L. H. Lacy Company proposal and special conditions. i 47 �°? � vJL B-4 . --------- ilN' Updated 05/16/2005 r Lacy Construction Civil Construction As Planned www.lhlacy.com This Agreement is Subject to Arbitration Pursuant To Article 226 of the Texas Revised Civil Statutes Proposal and Contract Lennar Homes of Texas November 29,2005 1707 Market Place Blvd.Suite 250 Irving,Texas 75063 L.H.Lacy Company,Ltd.,a Texas Limited Partnership,hereinafter referred to as"Lacy",offers to furnish all labor,materials and equipment required for the performance of the following described work in connection with construction or improvements as follows: Project Name: Valley Brook Phases 1,2,3 County: Tarrant City: Ft.Worth,Texas Property Owner: Lennar Homes of Texas Engineer: Goodwin&Marshall See Attached Schedule of Items and Special Conditions This proposal is conditioned upon owner financing being acceptable to Lacy prior to mobilization. In regard to the TPDES General Permit requirements,our proposal and anycontract resulting Gom this proposal is basal on the following: 1.)Owner preparing Storm Water Pollution Prevention Plan(SWPPP)prior to Lacy starting anywork on the specified project, 2.)Owner filing Notice of Intent with the TCEQ as owner/site operator and performing duties required by owner/operator,3.)Owner is responsible for constructing erosion control devices as required by the SWPPP plans or compensating Lacy at agreed upon prices for doing so. Lacy agrees to maintain erosion control devices in the area(s)that are disturbed by Lacy during the performance of Lacy's work. It is hereby agreed that upon completion ofLacy's work,Lacy is no longer responsible for the construction,operation or maintenance of erosion control devices or erosion control requirements. The prices given herein are contingent upon Lacy using an onsite concrete batch plant for the production ofpaving materials. If an onsite batch plant is disallowed for any reason,prices must be adjusted to cover additional cost ofcommercial ready mix concrete. Our price includes one(1)mobilization to complete all work quoted as a continuous operation. No consideration for phasing is included. The following items are for the purpose ofgaininga tax exempt status for this project:1.)Owner must furnish Lacy an exemption certificate prior to Lacy mobilization. 2.)The following clause must be included in the contracts:"Title to the materials for the work hereunder will pass to the owner when delivered to thejobsiteand before they are incorporated into the realty or used by the owner or contractor.Owner intends to donate the property to the city and/or county and the city and/or county intends to accept the property before the materials are incorporated into the realty or used by the owner or the contractor." The total amount bid shall be separated as follows: a.)Total Materials$ b.)Total Other Charges$ All commitments for performance by Lacy are subject to the availabilityofmaterials and fuel from regular local commercial sources at approximately the same costs as on the bid date or unit prices maybe adjusted by Lacy. This bid is speci ficall y based upon the owner providing clear unobstructed access for our paving equipment at least 25 feet from the back ofcurb on one continuous side ofall concrete street and alleys. This includes,but is not limited to,obstructions caused by fire hydrants,cleanouts,services,walls,grade differentialsand polyon lots. If this access is limited,Lacy will pass along theadditional costs to pour byother means. Payment at the above unit prices shall be made on actual measured quantities of work performed(unless a lump sum payment is clearly stated). Partial payments shall be made on the estimated quantities by the I V'of the month following the month in which the work is performed less 10%retainage Failure to pay within the time stated excuses or suspends all future performance,at Lacy's option. Final payment including retainage shall be made immediately upon receipt of final billing and interest at the maximum legal rate will becharged on anyamounts unpaid 30 dals thereafter along with reasonable attorneys fees and collection costs ifincurred. Any changes to the plans,specifications,conditions or requirement will be an additional cost to the owner. Prices are valid for 14 calendar days from the date of this proposal. Prices are contingent upon owner's acceptance of Lacy terns and conditions herein. Additional Lacy Special Conditions attached are hereby made a part of this proposal. _ V' �lv1U% 1:SVlJ.tiJ Signature: L.H.Lacy Company,Ltd. u Q"�l ;�pG,,1", 1",i Namefritle: By: on,LL rtner Date: Byc r.,✓1iGrCl ll:u', Imo' pian Co#(rJ VP 1880 Crown Road P.O.Box 541297 T:214.357.0146 Dallas,Texas 75234 Dallas,Texas 75354-1297 F:214.350.0662 r Lacy Construction Civil Construction As Planned www.lhlacy.com Lacy Special Conditions 1. This proposal excludes the following items: - Inspection fee's - Staking - Testing - Inlet tops and variable height curb&gutter at inlets - Conduit or irrigation sleeves - Relocate and replace fence - Seeding/sodding(temporary or permanent) - Street signage - Removals not specifically quoted - Landscaping - Brick pavers - Under cutting or replacement of unsuitable material - Tree protection fencing - Erosion Control Devices(installation or maintenance) - Excavation or grade to drain(Temp.Access road to be excavated by others) - Flumes 2. This proposal is based on owner providing grades at+/-0.1'tolerance prior to our mobilization. 3. This proposal excludes undercutting of pavement subgrade in rock and replacing it with select material. 4. This proposal is based on Lacy being provided a clear,acceptable area approximately 2 acres in size for the purpose of erecting and operating a portable concrete batch plant onsite. 5. Lacy is to be paid for all actual measured quantities of work completed. 6. This bid is based on one(1)subgrade material application and one(1)final mix. If additional mixing is required above and beyond this, Lacy will be paid additional mixing cost on a unit price basis. 7. Lacy is not responsible for any extra work due to sulfate conditions in the subgrade. Any additional cost to correct sulfate issues will be passed along to the owner. 8. Adjustments,in excess of six inches to manholes,water valves and cleanouts constructed by others will be constructed for our cost plus 10 percent. Items located outside the paved area are not part of our scope. 9. All backfill material for our curbs will be with available,adjacent material only. No hauling or importing backfill material in included. 10. Our bid is based on being awarded all phases of work quoted and constructing same in one mobilization. 11. Our price for the 8"crushed stone road is for a non-spec base material. r 1880 Crown Road P.O.Box 541297 7:214.357.0146 Dallas,Texas 75234 Dallas,Texas 75354-1297 F:214.350.0662 FACSIMILE COVER SHEET ZH. Aii= nn ��� -� n 1 nr�ry^ F N�u�'\l��i ARS — 1�?1UA.HKA�!n S — 8lJ n�, Ell 00 RcR 2405 Mustang Drive Grapevine,Teras 76051 Metro(817)329-4373 Metro Fax(8)7)329-4453 Dare: February 1.7, ')006 To Shadran Scott From: Chuck,Mirsh Subject: Valley Brook Phwse 3 Utility Bids Number of Pages Including Cover Page 4 Phone Number. of Receiving Facsimile Machine: (817) 392.6543w- If you do not receive all of the pages, plea,,e call(817)329-4373 and ask for: Chcicic Marsh Comments. printed-11/11/2005 1:51 PM DATE: November 11,2005 210 S. Sixth Street Mansreld, Texas 76063 (817)-4774414 co st (617)-473-6077 fax To. Lennar Homes cfo Goodwin&Marshall, Inc. 2405 Mustang Drive Grapevine, TX 75051 Project: Valley Brook, Ph. 3 Specs., Ft.Worth cnginaar- Goodwin&Marshall, Inc. Sropn. Installation o1 Water, Sanitary Sewcr&Storm Drain PROPOSAL 1,L, ina Unit Extended em Description Unit Quantity price Price WATER 8" DR-14 PVC If 4,212. 20.06 84,492.72 8" Gate Valve & Box ea 10. 792.00 7,920.00 Fire Hydrant Assembly ea 6. 2,291.10 13,746.60 1" Bullhead Services w/3/4" Meters ea 54. 440.99 23,813.46 1" Single Water Services ea 6. 430.31 2,581.86 2" Irrigation Service ea 1. 960.91 960.91 Cast Iron Fittings to 1.4 4,824.18 6,753.85 Conn. To Exist. Stub Out ea 2. 500.00 1,000.00 End & Plug Water Line ea 4. 85.00 340.00 Concrete cy 5. 77.50 387.50 Water Trench Safety If 4,212. 0.20 842.40 Water System Test if 4,212. 0.15 631.80 sus-Mrac: WATER $ 143,471.10 SEWER 10'SDR35 PVC If 1,125. 23.26 26,167.50 8"SDR35 PVC If 2,792. 20.16 56,286.72 10" SDR26 PVC If 114. 25.25 2,878.50 8" SDR26 PVC If 143. 21.04 3,008.72 4' Dia. Std. Manhole ea 11. 2,272.39 24,996.29 Extra Depth for 4' Dia. Manhole of 28. 0.00 0.00 4" SDR35 PVC ea 65. 419.54 27,270.10 4" SDR26 PVC ea 49. 444.78 21,794.22 Conn. To Exist. SS ea 2. 500.00 1,000.00 End & Plug Line ea 2, 62.00 124.00 Cement Stabilized Backfill If 169. 5.00 845.00 Concrete Encasement If 13. 30.00 390.00 Sanitary Sewer Trench Safety If 4,279, 0.20 855.80 Sanitary Sewer Testing, &TV 1f 4,279. 1.25 5,348.75 Concrete cy 5. 77.50 387.50 Clay Dams ea 6. 50.00 300.00 printed-11/112005 1.51 PM SUs-TOTAL: ISEWER $ 171,653.10 STORM DRAIN 10' Curb Inlet ea 12. 2,450.00 29,400.00 21"RCP If 236. 36.70 8,661.20 24" RCP If 129_ 40.73 5,254.17 27"RCP If 155- 45.85 7,106.75 30"RCP If 390. 59.46 20,069,40 36" RCP If 32. 65.86 2,107.52 39" RCP If 135. 81.66 11,02410 4' x 3'RCB If 953. 120.64 114,969.92 6' x 6'Junction Box w/Riser ea 1. 4,175.00 4,175.00 5'x 5'Junction Box wt Riser ea 2. 3,787.50 7,575.00 Conn.To Exist. Headwall ea 2. 500.00 1,000.00 End & Plug Line ea 1. 50.00 50.00 Inlet Protection ea 12. 118.00 1,416.00 4' F-F Concrete Flume if. 55. 30.80 1,694.00 3' F-F Concrete Flume If 59. 26-50 1,563.50 Storm Drainage Trench Safety If 2,030. 0.20 406.00 SUa-rorAL: STORM DRAIN $ 216,472.56 MISCELLANEOUS Payment& Performance w/2 yr. 100% Is 1. 13,230.00 13,230.00 Maintenance Bond sue-ToraL: MISCELLANEOUS $ 13,230.00 TOTALS: WATER $ 143,471.10 SEWER $ 171,653.10 STORM DRAIN $ 216,472.56 MISCELLANEOUS $ 13,230.00 TOTAL UTILITY IMPROVEMENTS $ 544,826.76 DW 22 Working days will be required for substantial completion. This proposal is subject to a mutually agreeable start date. PROVISIONS: In todays market conditions, It is very important that the successful bidder be notified as soon as possible to secure pipe&material pricing. These prices are firm for 30 days QUAL/FICAT/ON.S-: Units are based on quantities provided by consulting engineer. " Inspection fees, permits, and/or staking provided by developer. Geotechnical testing by developer(density&concrete testing not included). ` Storm Sewer Does Not include rock or gravel in inlet structures for Pavers. • No 2nd year T.V. Test of Sanitary Sewer Lines. • No T.V. Test of Storm Lines. No seeding, sodding or hydromulch. pnnled-11/11/2005 1.51 PM No installatiCin or removal of erosion control devices. No right-of-way/channel clearing or excavation. No hauling spoils oft-site,spoils to remain on or next to area of excavation and spread on lots& parkways. ` Any damage requiring rework to completed water, sewer or storm improvements caused by franchise utilities or other contractors shall be reimbursed by the offending contractor through the developer. NOM: Backfill is native, nonprocessed(except for adding moisture as needed)material which will be returned to approximately the same location from which it is removed. ` Contract pricing assumes all costs associated for one mobilization, should multiple moves be required additional charges may be assessed, • Final contract quantities to be determined using city approved plans. I. STREET LIGHT COST ESTIMATE QUANTITY UNIT COST TOTAL COST INTERSECTIONS 5 EA $ 2, 600 $13, 000 . 00 MID-BLOCK RESIDENTIAL 7 EA $ 2, 600 $18, 200 . 00 CHANGE OF DIRECTION RESIDENTIAL 2 EA $ 2, 600 $5, 200 . 00 MID-BLOCK COLLECTOR 0 EA $ 2, 600 $00, 000 . 00 MID-BLOCK ARTERIAL 0 EA $ 3, 000 $00, 000 . 00 MID-BLOCK ARTERIAL MEDIAN 0 EA $ 3, 000 $00, 000. 00 RELOCATE EXISTING LIGHT 0 EA $ 1, 650 $00, 000 . 00 Subtotal $36, 400 . 00 City' s Cost $00, 000 . 00 Developer' s Subtotal $36, 400. 00 4% Inspection fee $1,456.00 Project Total $36, 400 . 00 Adjacent Developer' s Cost $00 . 000 . 00 Developer' s Cost $1,456. 00 CFA CODE #2005164 DEVELOPERS COST: $1,456.00 VALLEY BROOK ESTATES, PHASE 111 February 8, 2006 Fort Worth, Texas February 17, 2006 PAGE I OF EXHIBIT "C" II STREET LIGHTS WORK DESCRIPTION: 1 . The Developer shall provide for the installation of street lights at the approximate locations shown in exhibit "C", immediately after final acceptance of the street construction, in accordance with engineering plans and specifications approved by the Transportation and Public Works Department. 2 . Streetlights on residential and/or collector streets can be installed using overhead or underground conductors with the approval of the director of transportation and Public Works. 3. The City of Fort Worth will install all the street lights that use overhead or underground conductors on residential, and collector streets. The developer agrees to pay the City of Fort Worth the amount shown below prior to the City starting its design efforts, at the option of the developer and at their expense they may purchase the poles, fixtures, and mast arms from the City in order to assure compliance with city material standards 4 . Street lights on arterial streets shall be installed with underground conductors 5. The developer agrees to dedicate all easements required for the installation and maintenance of the street lights and to provide for the installation of any electrical transformers required for the proper operations of the street light system 6. The estimated cost of this street light installation is detailed on page (1) of exhibit "C" and is summarized below. The street lights will remain the property of, and will be maintained by the City of Fort Worth February 8, 2006 DEVELOPERS COST: $1,456.00 February 8, 2006 CFA CODE #2005164 PAGE 11 OF EXHIBIT "C" Iy., i,i u: La _,._-". III "STREET LIGHTS" INTERSECTIONS MOUNTAIN STREAM TRL & YELLOW CEDAR TRL 1 MOUNTAIN STREAM TRL & GRAYWOLF RIDGE TRL 1 GRAYWOLF RIDGE TRL & MOON FLOWER CT 1 GRAYWOLF RIDGE TRL 6 VALLEY STREAM CT 1 GRAYWOLF RIDGE TRL 6 RIDGE LAKE DR 1 MID BLOCK MOUNTAIN STREAM TRL 2 GRAYWOLF RIDGE TRL 1 MOON FLOWER CT 2 VALLEY STREAM CT 1 RIDGE LAKE DR 1 CHANGE OF DIRECTIONS MOON FLOWER CT 1 VALLEY STREAM DR 1 VALLEY BROOK ESTATES, PHASE III PAGE III OF EXHIBIT "C" IV STREET NAME SIGNS 1. The City of Fort Worth will install the street name signs upon final approval of the street construction. The street name signs will remain the property of, and will be maintained by, the City of Fort Worth. 2. The Developer will pay for the street name sign installations required for this development to the extent of $245.00 per intersection. This unit cost will be revised annually by the Department of Transportation and Public Works to reflect prevailing costs of materials and labor. 3. This development creates the following five (5) intersections at a cost to the Developer of$1,225.00: Graywolf Ridge Tr & Ridge Lake Dr Graywolf Ridge Tr& Valley Stream Ct Graywolf Ridge Tr & Moon Flower Ct Graywolf Ridge Tr & Mountain Stream Tr Yellow Cedar Tr & Mountain Stream Tr Valley Brook Estates, Phase III CFA code: 2005164 December 27, 2005 N a R?,; a��•�22�,,I�j, uj�� :il`,L� Sri:, N WEEL _ L WALL- QFPICE- c KELLER - U) II a p ? � l� HERITAGE 11 TRACE F.FC QEF /�i a PARK TSTA li Q i PHASE - AS a FRANK w OJECT 1 L CATION PHASE 23 y RASE 3 PHASE RODEO J w S )RREL w :LIT TIN, HUP,SE A�ABI N \ i 0' T Io TAPP:AT _ w l a rQ O a � a wALL - PPICE d> EL I IWATAUGA 1ITY DM'.i� ( SUNDGWN VI CI Y I/ Y MA I N.T.S. VALLIR'Y1-DR)TROU-)OTH0 I00 0 0 0 0 0 0000000- 0 LOCATEDIN CHY OF FORT WORTH, TEXAS 07,-KE:DE MWFEflD BY: F = FF-PPkRED EY: CML ENGINEERS-PLANNERS-SURVEYORS LENT TAP,HOMES OF TEXAS 2405 Mustang Drive,Grapevine,Texas 76051 LEND/J TD COITSTE°UCd11011,LTD. Metro(817)329-4373 1707 P-4F.TEY-'PLACE763 EOULE:469-- SUYTE 2S0 OCTOBER 2005 fP JDTG,TE7,l.5 7505:1 P1101 TE:46587-5200 OCTOBER,9 U-) 0 CD W w AMUZ-1 ? AlD `j z U) N OWN qq ,NyV� LANO �� � � �T�) 3 �n w (*1 2 O © > O Z W �$ 7 W L 9. O b u�7 o _ T J L e e Q b :_ cl O//YJ'YIt7 �oTly i``R w� O Co aj e i 'Me as7y �� .� i e • w I Y ^� a Q ♦ • m 1414 —j —. IJYK9.,rt i ► --�_�__ 0 0 m3 m3 p O yn p O 0:4 z,;l a \ � ]�m o = w1 Q w 0 J zcc � .� > rv) i ^ w c w z CL� O z ) ICc,m p z Lut > n a Q LL CILi L z - M h 1 I � e e a r. T �l ^ rye " ._--- cl � � el r— LL it I.I m J h I _ " q . ;: � m r. ��;• n m i � { I b oc - I O e ti W a� b � z z g� � ? o ? ? o ct I� v p� o cr C48 d n ti n o i' o2 o ? o o W o 0 J 4��