Loading...
HomeMy WebLinkAboutContract 33971 COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary ► COUNTY OF TARRANT § Contract No.331 l rlj I WHEREAS, Hillwood Residential Services, L.P, hereinafter called "Developer", desires to make certain improvements to Heritage Addition Phase 3B Section 4, 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, Denton and Wise 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 and subsequently amended, is hereby incorporated into this Community Facilities 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. 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 II, 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. 10,19C,'1MI T Heritage Addition Ph. 3B Sec. 4—05 19 06 1 �7. rr" �iP� 111`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 Worth, 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. I. 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 Heritage Addition Ph. 3B Sec. 4—05 19 06 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. II. 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 $1,151,078.30. Heritage Addition Ph. 3B Sec.4 3 SUMMARY OF COST Heritage Addition Phase 3B Section 4 Item Developer City Cost Total Cost Cost A. Construction $ - 1. Streets $897,430.26 897,430.26 2. Storm Drainage $185,737.00 185,737.00 3. Street Lights 4% $2,496.00 2,496.00 4. Street Name Signs $425.00 425.00 B. Engineering Design $ C. Construction Engineering and Management by DOE $ $ 4% 43,326.69 43,326.69 D. Materials Testing by DOE $ $ (2%) 21,663.35 21,663.35 TOTALS 1,151,078.30 $ - 1,151,078.30 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. 4. Developer's column for Item D represents two percent (2%) of paving and storm drain costs for materials testing. Heritage Addition Ph. 3B Sec.4 4 IN TESTIMONY WHEREOF, the City of Fort Worth has caused this instrument to be executed in triplicate 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 , 2006. .S?v Approval Recommended: Transportation and Public Works Department Robert Goode, P. E. Director City 07%t h FN—oM&C REQUIRED Marc Ott Assistant City Manager ATTEST: Marty Hendrix City Secretary Approv to Form: Assistant rty ttorn DEVELOPER Hillwood Residential Services, L.P. A Texas limited partnership ATTEST: By: Hillwood Development Company, a Texas limited liability company, it's genera ner By: Corporate Secretary B an a , Vice residen Heritage Addition Ph. 3B Sec. 4—OS 19 06 5 FT.o Y Gu. SPEC PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID SECTION C-STORM DRAIN SYSTEM 1. 34 L.F. 48"Class III R.C. Pipe, Including Trench Excavation and Backfill, Complete in Place for the Sum of One Hundred Thirty Five Dollars& No Cents per Linear Foot $135.00 $4,590.00 440 2. 12 L.F. 42" Class III R.C. Pipe, Including Trench Excavation and Backfill, Complete in Place for the Sum of One Hundred Ten Dollars& No Cents per Linear Foot $110.00 $1,320.00 3. 95 L.F. 39" Class III R.C. Pipe Including Trench Excavation and Backfill, Complete in Place for the Sum of Ninety Dollars& No Centg I per Linear Foot $90.00 $8,550.00 4. 24 L.F. 30" Class III R.C. Pipe Including Trench Excavation and Backfill, Complete in Place for the Sum of Sixty Eight Dollars& No Cents per Linear Foot $68.00 $1,632.00 5. 857 L.F. 27" Class III R.C. Pipe Including Trench Excavation and Backfill, Complete in Place for the Sum of Fifty Eight Dollars& No Cents per Linear Foot $58.00 $49,706.00 6. 1,464 L.F. 24" Class III R.C. Pipe Including Trench Excavation and Backfill, Complete in Place for the Sum of Fifty Dollars & No Cents per Linear Foot $50.00 $73,200.00 N:VOB\011540\Spec\011540.040-UTIL.doc Page 8 SPEC PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 7. 71 L.F. 21" Class 111 R.C. Pipe Including Trench Excavation and Backfill, Complete in Place for the Sum of Forty Two Dollars & No Cents per Linear Foot $42.00 $2,982.00 525 8. 2,557 L.F. Trench Safety for the Sum of One Dollars & No Cents Per Linear Foot $1.00 $2,557.00 9. 1 Ea. 20' Standard Curb Inlet, Complete in Place for the Sum of Three Thousand Dollars & No Cents Each $3,000.00 $3,000.00 10. 2 Ea. 15' Standard Curb Inlet, Complete in Place for the Sum of Two Thousand Five Hundred Dollars & No Cents Each $2,500.00 $5,000.00 11. 6 Ea. 10' Recessed Curb Inlet, Complete in Place for the Sum of Two Thousand Dollars& No Cents Each $2,000.00 $12,000.00 444 12. 1 Ea. 20' Recessed Curb Inlet, Complete in Place for the Sum of Four Thousand Dollars & No Cents Each $4,000.00 $4,000.00 13. 2 Ea. Standard 5'Square Manhole, Complete in Place for the Sum of Three Thousand Five Hundred Dollars& No Cents Each $3,500.00 $7,000.00 N:VOB\O I 1540\Spec\O I 1540.040-UTIL.doc Page 9K!,hiil, EE !!j SPEC PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 444 14. 3 Ea. Standard 4' Square Manhole, Complete in Place for the Sum of Two Thousand Five Hundred Dollars & No Cents Each $2,500.00 $7,500.00 15. 1 L.S. Remove and Haul off Existing Wingwall,Complete in Place for the Sum of One Thousand Five Hundred Dollars & No Cents per Lump Sum $1,500.00 $1,500.00 S.P. 16. 1 Ea. Connect to Existing Storm Drain System, for the sum of One Thousand Dollars & No Cents per Each $1,000.00 $1,000.00 S.P. 17. 1 L.S. Storm Water Pollution Prevention Maintenance for the'sum of Two Hundred Dollars & No Cents per Lump Sum $200.00 $200.00 SECTION C --- STORM DRAIN SYSTEM $185,737.00 SUMMARY Section A—Water $ 182,714.00 Section B—Sanitary Sewer $ 210,350.00 Section C—Storm Drain $ 185,737.00 GRAND TOTAL $ 578,801.00 N:\JOB\011540\Spec\011540.040-UTIL.doc Page 10 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 10 calendar days after issue of the work order, and to complete the contract within 35 working days after beginning construction as set forth in the written work order to be furnished by the Owner. (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. X B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. NA10B\011540\Spec\OI 1540.040-UTIL.doc Page 11 1�L _J 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) Addendum No. 3 (Initials) Addendum No. 2 (Initials) Addendum No. 4(Initials) Respectfully submitted, Conatser Construction TX, L.P. By: Title Jerry Conatser, President Address P.O. Box 15448 Fort Worth, TX 76119 Telephone: 817-5341743 (Seal) Date: N:UOB\011540\Spec\011540.040-UT1L.doc Page 12 t�q.Y i PART B—PROPOSAL (This Proposal must not be removed from this book of Contract Documents) TO: HILLWOOD RESIDENTIAL SERVICES, L.P. PROPOSAL FOR: PROJECT NAME: HERITAGE ADDITION PHASE 3B SECTION`4 110, WATER WATER PROJECT NO. P164-060164015509 SEWER PROJECT NO. P174-070174013500 ` ? D.O.E. NO. 5279 X NO.: 18621 Includes the furnishing of all materials (except as specified to be furnished by the City), equipment,,\ and labor for the installation of Street Improvements and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: Heritage Addition Phase 3B Section 4 Pursuant to the foregoing "Notice to Bidders," including plans, special contract documents, and the General Contract Documents and General Specifications for Water Department 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 fumished by the City, which is necessary to fully complete the inspection and approval of the Director of the City Water Department 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 Bono, 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: (Furnish and install, including all appurtenant work, complete in place, the following items. D-No. refers to related items in Part D of the Special Conditions): SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID PART A—ONSITE STREET IMPROVEMENTS 210 1 19,250 S.Y. 6" Lime Stabilized Subgrade (Includes Preparation of Subgrade), complete in place for the sum of One Hundred Dollar& Fifty Five Cents per Square Yard $1.55 $29,837.50 212 2 289 TON Lime for Subgrade (30#/S.Y.) complete in place for the sum of Eighty Five Dollars& No Cents per Ton $85.00 $24,565.00 N:UOB\0115401Spec\011540040-PAV.doc B-t SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH'BID UNIT AMOUNT ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 314 3 18,640 S.Y. 6", 3,000psi Reinforced Concrete Pavement(includes Joint Sealer and T'STD Attached Concrete Curb), complete in place for the sum of Twenty Two Dollars & Fifteen Cents per Sq. Yard $22.15 $412,876.00 4 152 L.F. Connect to Existing Pavement, Complete in place for the sum of Ten Dollars & No Cents per Linear Foot $10.00 $1,520.00 5 30 L.F. Remove and Haul Off Existing Street Barricade Five Dollars & No Cents per Linear Foot $5.00 $150.00 6 12 Ea. Sidewalk Ramps, complete in place for the sum of i Six Hundred Dollars & No Cents per Each $600.00 $7,200.00 7 58 S.Y. Brick Pavers (includes recessed pavement), complete in place for the sum of Sixty Five Dollars & No Cents per Square Yard $65.00 $3,770.00 8 568 L.F. Sawcut and Remove Existing Sidewalk, complete in place for the sum of One Dollars & Fift Cents per Linear Foot $1.50 $852.00 9 121 L.F. Sawcut and Remove Existing Curb and Gutter, complete in place for the sum of Ten Dollars & No Cents per Linear Foot $10.00 $1,210.00 N:VOB\01 1540\Spec\01 1540 040-PAV.doc B-2 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 10 1. L.S. Storm Water Pollution Prevention Maintenance One Thousand Dollars & No Cents per Lump Sum $1,000.00 $1,000.00 11 1 L.S. City Required Bonds (Payment, Performance, and Maintenance Bonds) Five Thousand Six Hundred Dollars & No Cents per Lump Sum $5,600.00 $5,600.00 TOTAL PART A—ONSITE STREET IMPROVEMENTS--- 1 $488,580.50 City of Fort Worth requires a minimum of 3#/S.Y. The Paving Contractor will be responsible for a lime series test as directed by the City of Fort Worth Construction Inspection Department. Owner shall be responsible for installation of all silt barriers, sediment traps, check dams, and seeding. The Earthwork contractor shall be responsible for the"Construction Entrance/Exit'installation. `i N:U013\011540\Spec\011540040-PAV.doc B-3gj,,q�� (�� (� vlJ V U�^6/ V515� n1�/1y7 r n ill cr,n SPEC I PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID PART B—HERITAGE TRACE PARKWAY STA 115+00.00 TO 139+25 210 ]. 11,720 S.Y. 6" Lime Stabilized Subgrade (Includes Preparation of Subgrade), complete in place for the sum of One Dollar& Fifty Five Cents per Square Yard $1.55 $18,166.00 2. 10,367 S.Y. 8" Concrete Paving, complete in place : for the sum of Twenty Six Dollar& Twenty Eight Cents per Square Yard $26.28 $272,444.76 212 3. 175 TON Lime for Subgrade (30#/S.Y.) complete in place for the sum of Eighty Five Dollars & No Cents per Ton $85.00 $14,875.00 4. 29 L.F. Connect to Existing Pavement, Complete in place for the sum of Ten Dollars & No Cents per Linear Foot $10.00 $290.00 5. 556 S.Y. Temporary Asphalt Transition (along Ray White/Park Vista),Complete in place for the sum of Twenty Five Dollars& No Cents per Square Yard $25.00 $13,900.00 6. 973 L.F. Sawcut and Remove Existing Curb and Gutter, complete in place for the sum of Ten Dollars& No Cents per Linear Foot $10.00 $9,730.00 7. 171 L.F. 7" Curb and Gutter, complete in place for the sum of Twenty Five Dollars& No Cents per Linear Foot $25.00 $4,275.00 N:UOB1011540\Spec1011540 040-PAV.doc B 4 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 8. 1,530 L.F. Centerline Striping/Buttoning, complete in place for the sum of One Dollars & Fi Cents per Linear Foot $1.50 $2,295.00 9. 1 L.S. Remove Existing Buttons, complete in place for the sum of One Thousand Seven Hundred Fifty Dollars & No Cents per Lump Sum $1,750.00 $1,750.00 10. 2,500 L.F. Restripe Centerline, complete in place for the sum of One Dollars & No Cents per Linear Foot $1.00 $2,500.00 11. 400 S.Y. Remove/Haul off Existing Temp Transistion, complete in place for the sum of 1.1 Ten Dollars & No Cents per Square Foot $10.00 $4,000.00 12. 1 L.S. Storm Water Pollution Prevention Maintenance One Thousand Dollars& No Cents per Lump Sum $1,000.00 $1,000.00 13. 1 L.S. City Required Bonds (Payment, Performance, and Maintenance Bonds) Three Thousand Nine Hundred Dollars & No Cents per Lump Sum $3,900.00 $3,900.00 PART B—HERITAGE TRACE PARKWAY STA 115+00.00 T0797257 $$349,125.76 N:UOBIOI 1540\Spec1011540 040-PAV.doc B-5 410 p SUMMARY: PART A-ONSITE STREET IMPROVEMENTS $ 488.580.50 PART B- HERITAGE TRACE PARKWAY STA 115+00.00 TO 139+66.68 $ 349,125.76 GRAND TOTAL $ 837,706.26 This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04(F)of the Texas Limited Sales, Excise and Use Tax Act. Taxes: , All equipment and materials not consumed by or incorporated into the project construction, are subject to State sales taxes under House Bill 11, enacted August 15, 1991. The Contractor shall comply with City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in, employment practices. The undersigned agrees to complete all work covered by these Contract Documents within 45 calendar days from and after the date for commencing work, as set forth in the written Work Order to be issued by the Owner, and to pay not less than the'Prevailing Wage Rates for Streets, Drainage and Utility Construction,"as established by the City of Fort Worth, Texas. Within ten (IQ) days of reGeipt of netiGe of aGGeptanGe pf this bid, the uRdeFSigned wall eXeGute the foFmal rentFaGt, and will deliveF an appFGved SUFety Bond fGF the faithful p9FfGFmanre ef this PFOpeFty of the Gity of Fort Worth, Texas, OF the attaGhed -Ra-Inled *s, to be f9Ffeited in the event the GOntFaGt and bend aFe not eX8Guted within the time set faFth as liquidated darnages fe delay and additional weFk Gaused thereby. Respectfully submitted, By: Address: (S E A L) If Bidder is Corporation Date Receipt is acknowledged of the following addenda: Addendum No. 1 Addendum No. 2 N:UOB\011540\Spec\011540 040-PAV.doc B-6 Afl 4� 1• �8�6/ 2 III STREETLIGHTS I. STREETLIGHTS COST ESTIMATE: QUANTITY UNIT COST TOTAL COST INTERSECTIONS 5 EA $ 1,900 $9,500.00 MID-BLOCK RESIDENTIAL 15 EA $ 1,900 $28,500.00 CHANGE OF DIRECTION RESIDENTIAL 4 EA $ 1,900 $7,600.00 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 $45,600.00 City's Cost $00,000.00 Developer's Subtotal $45,600.00 4% Inspection fee $2,496.00 Project Total $00,000.00 Adjacent Developer's Cost $00.000.00 Developer's Cost $2,496.00 DEVELOPERS COST: $2,496.00 CFA CODE # 2006042 Heritage Addition, Phase 36, Section 4 Fort Worth, Texas August 24, 2006 PAGE 1 OF EXHIBIT "C" II. STREETLIGHTS WORK DESCRIPTION: 1. The Developer shall provide for the installation of streetlights 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 streetlights 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 streetlight installation is detailed on page (1) of exhibit "C" and is summarized below. The streetlights will remain the property of, and will be maintained by the City of Fort Worth. DEVELOPERS COST: $45,600.00 April 21, 2006 CFA CODE # 2006042 Heritage Addition, Phase 3B, Section 4 PAGE 2 OF EXHIBIT "C" ODD " l' 6 i n f,, o� n III. STREETLIGHTS LOCATIONS: INTERSECTIONS: Heritage Trace Pkwy & Exposition Way 1 Exposition Way & Ellison St 1 Ellison St & Ellison Ct 1 Exposition Way & Tindall Dr 1 Bob Willis Dr & Tindall Dr 1 MID - BLOCK Exposition Way 5 Ellison St 1 Ellison Ct 1 Tindall Dr 2 Bob Willis Dr 4 McBreyer PI 2 CHANGE OF DIRECTION Ellison Ct 1 Ellison St 1 Tindall Dr 1 McBreyer PI 1 CFA CODE # 2006042 Heritage Addition, Phase 3B, Section 4 PAGE 3 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. -A?v2 3. This development creates the following few (5) intersections at a cost to the Developer of$425.00: Heritage Trace Pkwy & Exposition Way Ellison St & Exposition Way Tindall Dr & Exposition Way Ellison St & Ellison Ct Tindall Dr & Bob Willis Dr Note: Contractor installs signs, sign faces (decals) fabricated by the City of Fort Worth for $85.00 per location (4faces). 5 Heritage Addition, Phase 3B Section 4 CFA code: 2006042 April 21, 2006 CITY � CARTER&BURGESS,INC.'. 777 MAIN STREET, FORT WORTH, TEXAS 76102 PHONE NO.(817)735-6000 or Metro(817)429-0170 HERITAGE ADDITION PHASE 313 SECTION 4 April 14,2006 PAVING ITEM# IDESCRIPTION QTYJ UNIT I UNIT PRICEI AMOUNT STREET IMPROVEMENTS(SUBDIVISION) 1 6"LIME STABILIZED SUBGRADE 19,250 S.Y. $1.55 $29,837.50 2 LIME 30#/S.Y. 289 TON 85.00 24,565.00 3 6"CONCRETE PAVING 18,640 S.Y. 22.15 412,876.00 4 CONNECT TO EXISTING PAVEMENT 152 L.F. 10.00 1,520.00 5 REMOVE/HAUL OFF END OF ROAD BARRICADE 30 L.F. 5.00 150.00 6 SIDEWALK RAMPS 12 EA. 600.00 7,200.00 7 BRICK PAVERS 58 S.Y. 65.00 3,770.00 8 SAWCUT&REMOVE EXISTING SIDEWALK 568 S.F 1.50 852.00 9 SAWCUT&REMOVE EXISTING CURB&GUTTEF 121 L.F. 10.00 1,210.00 10 STORMWATER POLLUTION PREVENTION 1 L.S 1,000.00 1,000.00 11 CITY REQUIRED BONDS 1.0 L.S. 5,600.00 5,600.00 1214-SIDEWALK" 1 10,422 S.F 3.00 31,266.00 PAVING SUBTOTAL FOR SUBDIVISION IMPROVEMENTS $519,846.50 STREET IMPROVEMENTS(HERITAGE TRACE PARKWAY STA 115+00.00 TO 139+25) 1 6"LIME STABILIZED SUBGRADE 11,720 S.Y. $1.55 $18,166.00 2 8"CONCRETE PAVING 10,367 S.Y. 26.28 272,444.76 3 LIME 30#/S.Y. 175 TON 85.00 14,875.00 4 CONNECT TO EXISTING PAVEMENT 29 L.F. 10.00 290.00 5 TEMPORARY ASPHALT TRANSITION 556 S.Y. 25.00 13,900.00 6 SAWCUT&REMOVE EXISTING CURB&GUTTEF 973 L.F. 10.00 9,730.00 7 7"CURB AND GUTTER 171 L.F. 25.00 4,275.00 8 CENTERLINE STRIPING/BUTTONING 1,530 L.F. 1.50 2,295.00 9 REMOVE EXISTING BUTTONS 1 L.S 1,750.00 1,750.00 10 RESTRIPE CENTERLINE 2,500 L.F. 1.00 2,500.00 11 REMOVE/HAUL OFF EXISTING TEMP TRANSITIC 400 S.Y. 10.00 4,000.00 12 STORMWATER POLLUTION PREVENTION 1 L.S. 1,000.00 1,000.00 13 CITY REQUIRED BONDS 1 L.S. 3,900.001 3,900.00 14 4'SIDEWALK.. 9,486 S.F. 3.001 28,458.00 PAVING SUBTOTAL FOR HERITAGE TRACE PARKWAY STA 115+00.00 TO 139+66.68 $377,583.76 '*This item excludes the sidewalks which will be built by the homebuilder at the time of the construction of each home. G:�106\011540\EST\CFA-H3B-4.XLS Page 2 CARTER&BURGESS,INC. 777 MAIN STREET,,FORT WORTH, TEXAS 76102 PHONE,NO.(817)735-6000 or Metro(817)425-0170 HERITAGE ADDITION PHASE 313 SECTION 4 April 14,2006 STORM DRAIN SYSTEM ITEM# DESCRIPTION QTY UNIT UNIT PRICE AMOUNT 1 48"RCP 34 L.F. $135.00 $4,590.00 2 42"RCP 12 L.F. 110.00 1,320.00 3 39"RCP 95 L.F. 90.00 8,550.00 4 .30"RCP 24 L.F. 68.00 1,632.00 5 27"RCP 857 L.F. 58.00 49,706.00 6 24"RCP 1,464 L.F. 50.00 73,200.00 7 21"RCP 71 L.F. 42.00 2,982.00 8 TRENCH SAFETY 2,557 L.F. 1.00 2,557.00 9 STD 20'CURB INLET 1 EA. 3,000.00 3,000.00 10 STD 15'CURB INLET 2 EA. 2,500.00 5,000.00 11 STD 10'CURB INLET 6 EA. 2,000.00 12,000.00 12 STD 20'RECESSED CURB INLET 1 EA. 4,000.00 4,000.00 13 5'SQUARE MANHOLE 2 EA. 3,500.00 7,000.00 14 4'SQUARE MANHOLE 3 EA. 2,500.00 7,500.00 15 REMOVE&HAUL OFF WINGWALL 1 L.S. 1,500.00 1,500.00 16 REMOVE PLUG/CONN.TO EXIST 1 EA. 1,000.001 1,000.00 17 ISTORM WATER POLLUTION PREVENTION PLA 1 L.S. 200.001 200.00 TOTAL STORM DRAIN SYSTEM $185,737.00 G:1JOB\011540\EST\CFA-H3B-4.XLS V N O o � o _ W o a i o a_ ? Q V _ h _ W O i � s d m� z Z n2 a x I : uadn3,nos d15In AUdd -1 IF 133a15 HJd38 �yJb,38 L . ..—. w — 3n18a 3 atsa3ntawire 0 NOW 0 i ,.o r ce. ol I g. + — O r- U 0 Ln 111 v N to O L a U 0 0 O u Z O 10 N O 0 M p M � O — w 52 a II � 0 z v N � N W as uJ UI 0 J D Q m�^ O U Z w ZON w V u UR°m a t 1 It , , ' l 1 \ a i : Im W y_ 1' LU Lu y_ t i N w _ -- - / m VIII D E M ....................... 3i i \ - - i r c C� I to I \ \ �.. \ YLACLLI CDj r / W a / r J w i \ ` O Jw Q-- - U �J wwco Q I \ \o \Q 0 —O y / °7 Ln COS — LnJ w m o Ln w w O mi ! a/ / \ vQ vQ� �o w Vn oQ oQo or or � 0 o � fA �° o C) ^ w CD � • M o i v a 0 11 ' U Z o an W ^ Ln s o J U m� Z Ul) i FX45 ,z 001 w a Piz - oC �n p \ - \ \ I 1,1 I r 1 NO W w �I I x� _ w Q 1111 LJ W o v /' a��\.\ h PIA ♦ L-Li — J v ♦ J N LLJ Z: t \ O LLI -i AI 1 tip W S O O > O J Z Q F- LL q ♦ / / N Z Q = V1 O F- all o O O o O _ :2 11 / �/ L x - yo w o O w o n o a L Q a n Z o w o J cC a U mo Vl L °2S Foo � o cl ZO� w \ 1 / -(Ael ` \ \ \ a � �\ W C�J�� w = C4 LU ' W %•, " J I a , a � I D HBO % / c OW 0 0 -J LLJ n W f !\ \ �E per' W w�� W Z G,�� / W —� W Z O In-- cn W d J W In W cn > WJZ IJJ O - I W W JOCK JO W G Z W In W W O W cn O W O W ' i In W N — �i G� X O Z X O G� X — Q, ... `-�1 Ir v• tr/• \\�J� l• { \ W W Q W , W W, J u D