Loading...
HomeMy WebLinkAboutContract 34208COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 3uo , WHEREAS, One SR, L.P., hereinafter called "Developer", desires to make certain improvements to Sendera Ranch Phase III, Section 2C, 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 II, of the Policy. D. The Developer shall award all contracts for the construction of community facilities in accordance with Section II, paragraph 7 of the Policy. E. The contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section II, of the Policy. Sendera Ranch Ph 3 Sec 2C-Newer CFA 4°/eland Utilities 09 20 05 F. 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 damaees are caused, in whole or in Part, by the alleged neelizence of the Citv of Fort Worth, its officers, servants, or employees. G. Developer shall install or adjust all of the required utilities to serve the development or to construct the improvements required herein. H. 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). I. 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). J. 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. K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer required to construct current and future improvements provided for in this agreement. Sendera Ranch Ph 3 Sec 2C-Newer CFA 4°/0and Utilities 09 20 05 II. L. 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. M. 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. 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 L 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, Bl, 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 $766,893.03. Sendera Ranch Ph 3 Sec 2C-Newer CFA 4°/o3and Utilities 09 20 05 SUMMARY OF COST Sendera Ranch Phase III Section 2C Item Developer Cost A. Construction 1. Streets $441,404.83 2. Storm Drainage $259,357.70 3. Street Lights $37,400.00 4. Street Name Signs $700.00 B. Engineering Design C. Construction Engineering and Management by DOE (4%) $ 28,030.50 TOTALS $ 766,893.03 I $ City Cost Total Cost $441,404.83 $259,357.70 $37,400.00 $700.00 $ 28,030.50 - $ 766,893.03 Notes: 1. All Preliminary Plats filed after July 2000 will require sidewalks on all streets. The developer is responsible for installation of sidewalk and a separate financial guarantee is required in the form of a bond or check for the cost of the sidewalk. 2. Developer's column for Item C represents four percent (4%) cost for construction inspection fees and materials testing. The City will pay additional inspection fee over 4%. 3. City not preparing plans and specifications. Sendera Ranch Ph 3 Sec 2C-Newer CFA 4°/gland Utilities 09 20 05 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 day of , 2006. Approval Recommended: NO IyM&cC ICE:QUII ED ATTEST:: (.� .A Marty Hendrix City Secretary Approv as to Form: 4ssist� ATTEST: Transportation and Public Works Department Robert Goode, P. E. Director City o ort rth Marc Ott Assistant City Manager DEVELOPER One SR L.P. A Texas Limited Partnership By: Centamtar Terras, L.L.C. A Limited Liability Company Its General Partner By,�./h- Corporate Secretary Mehrdad Moayedi, Manager ONO Sendera Ranch Ph 3 Sec 2C-Newer CFA 4°/o5and Utilities 09 20 05 Cify Z 5T p U�Gu PART B - PROPOSAL This proposal must not be removed from this book of Contract Documents. TO: ONE SR, L.P. DEVELOPER c/o CARTER & BURGESS PROPOSAL FOR: STREET EAPROVEMNTS FOR SENDERA RANCH, PHASE III, SECTION 2C D.O.E. NO. 4989 FILE NO. W-1714 "X" NO. 17350 Includes the furnishing of all materials, except materials specified to be furnished by the City, equipment and labor for the installation of water and sanitary sewer facilities and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: Pursuant to the foregoing `Notice to Bidders', the undersigned Bidder, having thoroughly examined the Contract Documents, 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 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 City Engineering 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 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: N:WOB10140621Specs1014062.00B,doe B-1 (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:) Item Approx. Unit Item Description Unit Price Total Amount No, quantity Measure "D" Item description ' ment 6" Lime Stabilized Subgrade, 1. 18,397 S.Y. Per Square Yard One Dollars & Fifty Four Cents $9_54 $28,331.38 6" RC Street Pvmt with 7" curb, 2. 17,811 S.Y. Per Square Yard Twentv Dollars & Thirty Five Cents $20.35 $362,453.85 Hydrated Lime (3MSY), 3. 276 Ton Per Ton One Hundred Ten Dollars & No Cents $110.00 $30,360.00 STD. End of Road Barricade, 4, 4 Ea. Per Square Yard Nine Hundred Fourteen Dollars & No Cents $914.00 $3,656.00 STD. 4' Sidewalks, 5. 2,936 S.Y. Per Square Yard Two Dollars & Sixtv Cents $2.60 $7,633.60 Storm Water Management, 6. 1 L.S. Per Lump Sum Nine Hundred Fiftv Four Dollars & No Cents $954.00 $954.00 TOTAL AMOUNT BID PAVING $ 441.404.83 N:UOBt0140621Specs1O14062.008.doc B-2 t ^,LE'a^ o; , Lacy Construction Civil Construction As Planned Iwww.lhlacy.com Lacy Special Conditions 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) - Pavement markings or street signage - Removals not specifically quoted - Landscaping - Brick pavers - Under cutting or replacement of unsuitable material - Tree protection fencing - Erosion Control Devices (Our price includes maintenance only) - Excavation or grade to drain 2. This proposal is based on plans for Sendera Ranch Phase III Section 2C dated July 2, 2005 by Jill J. Rankin, P.E. 88618 of Carter & Bur2ess, Inc. 3. This proposal is based on owner providing grades at +/- 0.l' tolerance prior to our mobilization. 4. This proposal excludes undercutting of pavement subgrade in rock and replacing it with select material. 5. 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. 6. Lacy is to be paid for all actual measured quantities of work completed. 7. 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. 8. 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. 9. 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. 10. All backfill material for our curbs will be with available, adjacent material only. No hauling or importing backfill material in included. 11. This proposal is based on Lacy having an unrestricted supply of water, and at normal cost, throughout entire project. Lacy is not responsible for delays due to city water restrictions. 1880 Crown Road P.O. Box 541297 T:214.357.0146 _h. Lacy Construction Civil Construction As Planned Wvvw.lhlacy.com This Agreement is Subject to Arbitration Pursuant To Article 226 of the Texas Revised Civil Statutes Proposal and Contract One SR, L.P. 777 Eden Way, Suite 1 Dallas, Texas 75220 February 10, 2006 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: Sendera Ranch Phase III, Section 2C County: Tarrant City: Fort Worth, Texas Property Owner: Centurion American Engineer: Carter & Burgess, Inc. 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 from this proposal is based on the following: 1.) Owner preparing Storm Water Pollution Prevention Plan (SWPPP) prior to Lacy starting any work 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 disturber) 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 of paving 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 ofgaining a tax exempt status for this project: 1.) Owner must furnish Lacy an exemption certificate priorto 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 the jobsiteand before they are incorporated into the realty or used by the owner or contractor. Owner intends to donate the property to the city and/orcountyand the city and/or county intends to accept the property before the materials are incorporated into the realtyor used by the owner or the contractor." The total amount bid shall be separated as follows: a.) Total Materials S b.) Ital Other Charges S 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 may be adjusted by Lacy. This bid is specifically based upon the owner providing clear unobstructed access for our paving equipment at least 25 feet from the back ofcurb on one continuous side of all concrete street and alleys. This includes, but is not limited to, obstructions caused by fire hydrants, cleanouts, services, walls, grade differentials and 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 106 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 be charged on any amounts unpaid 30 dais thereafter along with reasonable attorneys fees and collection costs ifincurred. Any changes to the plans, specifications, conditions or requirement will bean additional cost to theowner. Prices are valid for 14 calendar days from the date of this proposal. Prices are contingent upon owner's acceptance of Lacy terms and conditions herein. Additional Lacy Special Conditions attached are hereby made a part ofthis proposal. Signature: Name/Title: Date: L. . Lacy Com y Ltd. y: Lack, LL nena� trier y: �L4 .William Taylor, Estim 0n G.... CA17Q'7 T:214.357.0146 Within ten (10) days after acceptance ofthis 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 in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certified that he has been furnished 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 ten 10 calendar days after issue of the work order, and to complete the contract within twenty (20) working days after beginning construction as set forth in the written work order to be furnished by the Owner. (Comple(e 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. t/ & The principal place of business of our company or our parent company or majority owner is in the State of Texas. N:U0B10140621Specs1014062.00B.doc BA 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. I (initials) Addendum No. 3 (Initials) Addendum No. 2 (Initials) Addendum No. 4 (Initials) Respectfully submitted, covnfavw? I LAD L.H. Lacv �. -lite. By: "'/', Address 1880 Crown Road Dallas. TX 75243 Telephone: (Seal) Date: /�/' Q(e N:UOB10140621Specs1014062.00B.doc 6-5 UNIT III: STORM DRAIN (Furnish and install, including all appurtenant work, complete in place, the following items) Item Approx Unit Item Description Unit Price Total No. Quantity Measurement "D" Item reference Amount 1. 223 L.F. 60" Class III R.C. Pipe, Including Trench Excavation and Backfill, Per Linear Foot: One Hundred Sixty Three Dollars & Ten Cents $163.10 $36,371.30 2. 296 L.F. 48" Class III R.C. Pipe, Including Trench Excavation and Backfill, Per Linear Foot: One Hundred Six Dollars & Ninety Five Cents $106.95 $31,657.20 3. 285 L.F. 42" Class III R.C. Pipe, Including Trench Excavation and Backfill, Per Linear Foot: Eiqhtv Nine Dollars & Sixty Cents $89.60 $25,536.00 4. 31 L.F. 36" Class III R.C. Pipe, Including Trench Excavation and Backfill, Per Linear Foot: Sixty Seven Dollars & Twenty Five Cents $67 25 $2,084.75 5. 526 L.F. 30" Class III R.C. Pipe, Including Trench Excavation and Backfill, Per Linear Foot: Fifty One Dollars & Fifty Cents $51.50 $27,089.00 \\FOURD-DC\Projects\2006\Awarded\Contract Pending\Senders Ranch - Phase Ill Section 2C (FortWorth #06-027)\Part B - Proposal.doc R 7 A 91 10 11 158 L.F. 24" Class III R.C. Pipe, Including Trench Excavation and Backfill, Per Linear Foot: Fortv Dollars & Twentv One Cents $39.15 $6,185.70 174 L.F. 21" Class III R.C. Pipe, Including Trench Excavation and Backfill, Per Linear Foot: Thirtv Three Dollars & Eiahtv Five Cents $33.85 $5,889.90 330 L.F. 5' X 3' RCB, Per Linear Foot One Hundred Fortv Eiaht Dollars & Seventv Five Cents $148.75 $49,087.50 2,023 L.F. Trench Safety (Storm Drain), Per Linear Foot: No Dollars & Twentv Five Cents $0.25 $505.75 2 Ea. STD 15' Standard Curb Inlet, Per Each Two Thousand Eiaht Hundred Dollars & No Cents $2,900.00 $5,800.00 7 Ea. STD 10' Standard Curb Inlet, Per Each Two Thousand Four Hundred Dollars & No Cents $2,400.00 $16,800.00 \\FOURD-DC\Projects\2006\Awarded\Contract Pending\Sendera Ranch - Phase III Section 2C (Fort Worth #06-027)\Part B - Proposal.doc 12 13 14 15 r i '!s 1 Ea. 6' Square Drop Inlet, Per Each: Three Thousar Two Hundred Eighty Five Dollars & No Cents $3,285.00 $3,285.00 2 Ea. 4' Square Manhole, Per Each: Two Thousand Six Hundred Fiftv Dollars & No Cents $2,650.00 $5,300.00 1 Ea. 5' Square Manhole, Per Each: Three Thousand Five Hundred Fiftv Dollars & No Cents $3,550.00 $3,550.00 1 Ea. 6' Square Manhole, Per Each: Three Thousand Four Hundred Fiftv Dollars & No Cents $3,450.00 $3,450.00 1 Ea. 60" RCP Type C Headwall, Per Each: Four Thousand Nine Hundred Fiftv Dollars & No Cents $4,950.00 $4,950.00 r tr l MC�'J� ",� 92 !`P \\FOURD-DC\Projects\2006\Awarded\Contract Pending\Sendera Ranch - Phase III Section 2C (Fort #06-027)\Part B - Proposal.doc 17 18 19 20 21 1 Ea. 48" RCP Type C Headwall, Per Each: Three Thousand One Hundred Dollars & No Cents $3,100.00 $3,100.00 1 Ea. 24" RCP Type C Headwall, Per Each: One Thousand Four Hundred Dollars & No Cents $1,400.00 $1,400.00 1 Ea. 5' X 3' RCB Type B Headwall Per Each: Two Thousand Five Hundred Fiftv Dollars & No Cents $2,550.00 $2,550.00 44 S.Y. Rock Rubble Rip Rap (8"-12" Dia.) Per Square Yard Fiftv Four Dollars & Ninetv Cents $54.90 $2,415.60 380 S.Y. Rock Rubble Rip Rap (18" Min. Dia.) Per Square Yard Fiftv Seven Dollars & Fifty Cents $57.50 $21,850.00 1 L.S. Storm Water Management (Maintenance of Construction Entrance/Exit and Silt Barriers and Installation of Stage One and Stage Two Inlet Protectors)", Per Lump Sum: Five Hundred Dollars & No Cents $500.00 $500.00 1 \\FOURD-DC\Projects\2006Wwarded\Contract Pending\Sendera Ranch - Phase III Section 2C (Fort Worth #06-027)\Part B - Proposal.doc 23 1 L.S. Performance, Payment and Maintenance Bond, Per Lump Sum: Fifteen Thousand Two Hundred Eiohty Two Dollars & No Cents $16,240.00 $16,240.00 TOTAL AMOUNT BID STORM DRAIN $ 275,597.70 SUMMARY TOTAL AMOUNT BID WATER $ 217,576.70 TOTAL AMOUNT BID SEWER $ 186,343.00 TOTAL AMOUNT BID STORM DRAIN $ 275,597.70 GRAND TOTAL AMOUNT BID $ 679,517.40 \\FOURD-DC\Projects\2006Wwarded\Contract Pending\Sendera Ranch - Phase III Section 2C (Fort Worth #06-027)\Part 8 - Proposal.doc PART B - PROPOSAL (Cont.) er acceptance of this Proposal, the undersigned will execute the formal contract and will fiver an approved Surety Bond and such other bonds as required by the Contract Documents, the faithful performance of the Contract. The attached bid security, if required is to become property of the Developer. undersigned bidder certified that he has obtained at least one set of the General Contract uments and General Specifications for Water Department Projects dated January 1, 1978, and he has read and thoroughly understands all the requirements and conditions of those General uments and the specific Contract Documents and appurtenant plans. fie successful bidder shall be required to perform the work in accord with the following blications, both of which are incorporated herein and made a part hereof for all 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. undersigned assures that its employees and applicants for employment and those of any labor nization, subcontractors, or employment agency in either furnishing or referring employee icants to the undersigned are not discriminated against as prohibited by the terms of City nance No. 7278 as amended by City Ordinance No. 7400. Bidder agrees to begin construction within ten 10 calendar days after issue of the work r, and to complete the contract within thirtv-five (35) working days after beginning (we) acknowledge receipt of the following addenda to the plans and specifications, all of the rovisions and requirements of which have been taken into consideration on preparation of the Addendum No. 1 (Initials) Addendum No. 2 (Initials) Addendum No. 3 (Initials) Addendum No. 4 (Initials) \\FOURD-DC\Projects\2006Wwarded\Contract Pending\Sendera Ranch - Phase III Section 2C (Fort Worth #06-027)\Part B - Proposal.doc eal) ite: April 27, 2006 Respectfully submitted, Four D Construction, Inc. By: Ja t. Title: Executive V.P. Address 11200 Seagoville Road Balch Springs, Texas 75180 Telephone: 214.393.5440 ��^:��' �✓' 1L � 'f G p L: G t o IRD-DC\Projects\2006Wwarded\Contract Pending\Sendera Ranch - Phase III Section 2C (Fo 127)\Part B - Proposal.doc I. STREET LIGHT COST ESTIMATE INTERSECTIONS MID -BLOCK RESIDENTIAL CHANGE OF DIRECTION RESIDENTIAL MID -BLOCK COLLECTOR MID -BLOCK ARTERIAL PARKWAY MID -BLOCK ARTERIAL MEDIAN RELOCATE EXISTING LIGHT QUANTITY UNIT COST TOTAL COST 6 EA $ 2,000 $12,000.00 6 EA $ 2,000 $12,000.00 5 EA $ 2,000 $10,000.00 0 EA $ 2,000 $0,000.00 0 EA $ 2,500 $0,000.00 0 EA $ 2,500 $0,000.00 0 EA $ 1,500 $0,000.00 Subtotal City's Cost Developer's Subtotal 10% Contingency Project Total Adjacent Developer's Cost Developer's Cost 2% Inspection Fee CFA CODE #2005122 DEVELOPER'S COST: $37,400.00 SENDERA RANCH, PHASE III -SECTION IIC September 17, 2005 Fort Worth, Texas PAGE I OF Exhibit C $34,000.00 $00,000.00 $34,000.00 $3,400.00 $37,400.00 $00,000.00 $37,400.00 $00,000.00 August 31, 2006 II. STREET LIGHTS 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 will install all the streetlights that use overhead or underground conductors on residential, and collector streets. The developer agrees to pay the city the amount shown below prior to the City starting its design efforts. 4. Streetlights on arterial streets shall be installed with underground conduit and 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 operation of the street lights 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. DEVELOPER'S COST: $37,400.00 SENDERA RANCH, PHASE III -SECTION IIC September 17, 2005 FORT WORTH, TEXAS CFA CODE #2005122 Page II of Exhibit C III "STREETLIGHTS" INTERSECTIONS COWBELL RIDGE DR & KACHINA IN 1 COWBELL RIDGE DR & ZANNA GRACE WAY_ 1 ZANNA GRACE WAY & YEARLING DR 1 ZANNA GRACE WAY & DIABLO PASS 1 DIABLO PASS & KACHINA IN 1 ARTESIA CT & ARTESIA DR 1 MID BLOCK ZANNA GRACE WAY 2 YEARLING DR 1 ARTESIA DR 2 KACHINA IN 1 CHANGE OF DIRECTIONS ZANNA GRACE WAY 1 YEARLING DR 2 ARTESIA DR 1 ARTESIA CT 1 SENDERA RANCH, PHASE III -SECTION IIC 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 $100.00 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 seven (7) intersections at a cost to the Developer of $700.00: Zanna Grace Way & Yearling Dr Zanna Grace Way & Cowbell Ridge Dr Zanna Grace Way & Diablo Pass Yearling Dr & Diablo Pass Kachina Lane & Cowbell Ridge Dr Kachina Lane & Diablo Pass Artesia Dr & Artesia Ct Sendera Ranch, Phase III, Section 2C CFA code: 2005122 September 17, 2005 PEDEN RD. Future Development Bonds Ranch r- r J DGN=qi\Job\ 014062\civ\ 0621cfa.dgn --L- SH 114 Zi yo �q W � ~ J � 3 Willow springs i Golf Course 1PROJECT I� SITE LOCATION MAP SENDERA RANCH PHASE III - SECTION 2C i g ": NOT TO SCALE i Carter Burgess CARTER & BURGESS, INC. 777 M NN STREET FORT WORTH, TX 76102 (817) 735-6000 PROJECT NO. 014062.010.001.0630 PAGE 1 OF 6 ... . . . . . . . I I 2I I II II I II II 101 11 /12 6 I 7 I B I ®I 10 I II LEGEND oQow aw Ee i;c n. nw PJBL.jO NPApK�RO Is 16 17 /B /9 10 2l ® 2J 2a 2s Z6 27 11 l%I 2B <9 13 29 Is s0 lJ /a !s /6 IT IB /9 70 2/ 22 JO 97 12 51 ® 31 <6 j 11 /0 9 B T / 32 46 � 93 sC ss s6 s7 sB 19�1011 /3 II A JJ ® 44 a p R 34 aJ !\ 16 is I 2 J 4 s 6 7 B 9 /0 70 29 28 27 26 25 24 23 22 2/ 20 19 IB 17 /6 ^ 36 ® 37 SEI Mb A R iNC 20 19 18 17 16 15 /C /J 12 11 PHASE ill,, yTl N 38 ----tea � j 6i^ " WALK ( Y HOME DER) PROP. 4' S I DEWALK (BY DEVELOPER) LIMITS OF PROJECT 1 2 J I s 6 7 B 9 /0 11 12 13 I F iENe`RA SE SjOP V I M1 PHAS O.E. .Ija7 a I y PO ,'I L4NWT H 4—r -7 . . . . . . I I 1 N SCALES 1" = 300' 62 61 6= STREETS EXHIBIT 'B' SENDERA RANCH PHASE III - SECTION 2C Carter - Burgess CARTER & BURGESS, INC. 777 MQN STREET FORT WORTH, TX 76102 (817) 735000 6 ,CAI—...\ 1—% Al AAa�..l-% "G91w A. PROJECT NO. 014062.010.001.0630 PAnr 6 nF 6 PUBLIC NPApKBO �ooD 48'HOWL 5' x3' BOX HOWL - l6 /r is 19 20 21 ® 77I 7-I zs 26 ,5 l z 7 a s 6 rl y so n la {y z - � 7 4 Fl n /4 s 16 ,r /9 re 7p 7/ zz 6 r B 9 17 ® 2 ® A 2 Il ,p 9 a r 6 s a J z l y r-1' S0 11H as 4' I 4' iO r 6SO / A 2secNr A t) y / 330 I 44 a DROP INLET) Is ju I W IN 11 ` 74 47 FSTUFte CHOOL SITE LEGEND PROP. STORM DRAIN LINE T PROP. INLET PROP. MANHOLE —{ PROP. HEADWALL c- 0 EXIST. STORM DRAIN LINE ___:Z/=_ LIMITS OF PROJECT 60 I 6/ 67 1111 6' SO — — P" — — �� 21 1 z J I 5 6 r a 9 10 " J5 30 29 za zr 26 z5 24 2J 22 21 20 19 la /r 16 10' INLET J6 10 19 ,a n ® s 14 a 17 a p Jr SI'N ASSTO N 2B 10' INLET (�'�PF45E 11 0 E. l c p/ I 3 4 5 6 T 8 9 10 II II it U rRP� R�IO}Tr 20 x PHASED QI.E i�58T — a� I y POI A,RL1ECl�.Ei 4--r 1 l 1 N SCALE) l" = 300' 60" HOWL STORM DRAIN EXHIBIT `B-1 ` SENDERA RANCH PHASE III - SECTION 2C Carter <: Burgess CARTER & BURGESS, INC 777 MMN STNEET FORT W00.TH,1X 76102 (8171 735-6000 PROJECT NO. 014062.010.001.0630 ;N=pe\Job\ 014062\civ\ 0621cfa.dOn (OD SCALE) 1" = 3001 I..,.. i pUSLIC HP06KpDAHppD �• - jI y r ��fff 16 11 IB 19 20 PI ® PJ 7-1 25 26 21 ^e^eNNgll '''CCC����'''CCC������ffflIII I S I 2 LAI 6 7 9 10 I l 14 21 49 11 4 ,B SO IJ II IS 16 11 to 19 PO 71 22 JO 4T 31 I 7 ! 4 5 6 7 B 9 l0 /1 12 J/ 46 ® la 11 10 9 8 7 6 5 4 J 2 1 JP 43 51 34 55 A. 37 SB 39 6o 161 6 IJ 33 IS _ —4A* 3444 16 FUTUA L I P J 4 3 6 7 B 9 to JS 10 79 aB 21 26 21 24 21 22 21 20 19 IS 17 06 fio S SHDD- ® 3r $R 6Hp' p�--- PO 1 9 is 17 l6 /3 N lJ la 1) EiH 4 JB /� PHASED �] 1 a S 4 3 6 7 B 9 10 It 11 Il Fy i(8tA P� �E0f SEC �0� Y PHASED. �I .4 81 ac I` ^ po L "14 1-7-71 1 1 ill LEGEND PROP. SINGLE STREET LIGHT • EXIST. SINGLE STREET LIGHT 0 (ON STEEL POLE WITH STREET AND STOP SIGNS ATTACHED) PROP. STREET SIGN EXIST. STREET SIGN LIMITS OF PROJECT I& 0 STREET LIGHTS EXHIBIT 'C' SENDERA RANCH PHASE III - SECTION 2C Carter, Burgess CARTER & BURGESS, INC 777 MAIN STREET FORT WORTH, TX 76102 I817I 735-6000 PROJECT NO. 014062.010.001.0630 N=oa\lob\ 014062\oiv\ 0621oia.sht PAnF A M e