Loading...
HomeMy WebLinkAboutContract 41956 (2)COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. ‘-.1 I 9 co" WHEREAS, the undersigned Developer desires to make certain improvements to an addition to the City of Fort Worth, Texas; and WHEREAS, the City of Fort Worth, a home -rule municipal corporation situated in Tarrant, Denton, Parker, and Wise Counties, Texas (the "City"), has approved and desires to participate in the Developer project described herein in accordance with this Agreement as presented by the Cost Summary Table and Exhibits hereto and authorized by City Council via M&C Ce ..2 4 rj/ 6 on 5 j 14 // , 2011; and 57.241/ (-2.4923 WHEREAS, the City has requested the Developer to cause, and the Developer desires to cause, the design, permitting and construction of the work with the City reimbursing a portion of the costs as described herein. Developer: A-S 104 Timberland Town Center, L.P., by A-S 104 L.C., its General Partner Project Name: tim laneL ) frat Project Location: Streets: Mapsco: OFFICIAL RECORD CilTY SECRETARr !P'K G WORTH, TA al Council District: 2 CFA: OO/Or_OS'7 DOE: City Project No. 0sac • 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" or "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 and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. B. Reference is made to that certain Amended and Restated Development and Escrow Agreement (the "Escrow Agreement» mai� ft�) dated as of, 2011, by and among North Tarrant 226 Joint Venture, Developer, the City, and TexaPlex Title Company, a true and correct copy of which is attached hereto as Annex 1. The City acknowledges and agrees that the Escrow Agreement constitutes financial security in conformance with paragraph 6, Section II, of the Policy and that Developer has the right to request partial fundings under the Escrow Agreement to pay for a portion of the costs of completing the construction of the Project, as hereinafter described. Developer further acknowledges that said process requires it to submit an Affidavit of Bills Paid signed by its contractor to ensure the contractor has paid the sub -contractors 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 its 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: Exhibit 1: Exhibit A: Exhibit Al: Exhibit B: Exhibit B 1: attached) Exhibit B2: Exhibit C: Exhibit C2: Annex 1: Location Map Overall Water Layout (with cost estimate attached) Sewer Improvements (with cost estimate attached) Overall Paving Base Bid Layout (with cost estimate attached) Overall Paving Alternate Bid Layout (with cost estimate Overall Storm Layout (with cost estimate attached) Overall Lighting Layout (with cost estimate attached) Traffic Signal Improvements (with cost estimate attached) Escrow Agreement 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. 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 but as a proportionally reimbursable cost of the Project, all engineering drawings and documents necessary to construct the improvements required by this Agreement. The City agrees that Winkelmann & Associates, Inc. may serve as the engineer in connection with the preparation of such plans for the Project. H. Developer, as a proportionally reimbursable cost of the Project, shall cause the installation or adjustment of the required utilities to serve the development or to construct the improvements required herein. Unless necessitated by the City's participation in this Agreement, the 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. However, the City will be responsible for the costs of utility relocation necessitated by the City's participation in this Agreement. J. 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. K. Developer covenants and agrees to, and by these presents does hereby assign to the City on a non-exclusive and non -recourse basis the concurrent right to pursue, in conjunction with Developer, all claims held by Developer to seek indemnification or defense from any of their respective consultants, contractors or subcontractors with respect to any 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 Developer or its 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 Developer or its contractors, sub -contractors, officers, agents or employees. L. 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, as 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. M. 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. N. Inspection and material testing fees are required as follows: i. Developer shall pay in cash water and wastewater inspection fees equal to two percent (2%) 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 street lights or if the City is not installing the street lights, 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. O. 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. Pursuant and subject to the terms and conditions of the Escrow Agreement, the City may utilize the Deposit (as such term is defined in the Escrow 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. Pursuant and subject to the terms and conditions of the Escrow Agreement, the City may utilize the Deposit 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. P. ESCROW FUNDING/REIMBURSEMENT The Project encompasses the completion of various roadway sections (and related infrastructure) along North Beach Street and Timberland Boulevard, the completion of the traffic signal at the intersection of North Beach Street and Timberland Boulevard, and the completion of an on -site water line, all as detailed in the various Exhibits attached hereto. Reference is made to Exhibit B attached hereto. Those portions of the roadway sections that are cross -hatched in orange and in pink on Exhibit B (herein called the "Developer Funded Roadway Sections") will be completed (or caused to be completed) by Developer and paid for with the proceeds of the Deposit (or a portion thereof), which costs shall be referred to herein as the "Developer Funded Roadway Section Costs' . Exhibit B denotes those portions of the Developer Funded Roadway Sections (the sections cross -hatched in pink on Exhibit B) for which the Developer will be given credit against transportation impact fees pursuant to Ordinance No. 18083. The portions of the roadway sections that are shown on Exhibit B that are cross -hatched in green and in blue (herein called the "City Funded Roadway Sections") shall be constructed (or caused to be constructed) by Developer, but shall be paid for by the City pursuant to the reimbursement provisions hereinafter contained (which costs shall be referred to herein as the "City Funded Roadway Section Costs"). Further reference is made to Exhibit B 1 attached hereto, which Exhibit B 1 details additional roadway which the City, in its sole election shall be included in the roadway sections to be constructed by Developer. If the City elects to include the additional roadway sections shown on Exhibit B 1, the cost to so construct such additional roadway sections shall be borne solely by the City (with the exception of the Inspection Fee, as shown on Exhibit B 1, which will be borne solely by the Developer), and, in such case, shall be included within the definition of "City Funded Roadway Sections' for purposes of this Paragraph 9. Reference is made to Exhibit A attached hereto. Exhibit A attached hereto denotes the water lines within North Beach Street and Timberland Boulevard that Developer is constructing (or causing to be constructed) as a part of the Project. The Water Department is responsible for the construction cost of 12" off -site water line and 8" stub out to the north in Timberland Boulevard. The Water Department is also responsible for the upgrade 10"/12' of on -site water construction cost. The Developer is responsible for the water engineering cost and for the construction cost of a 10' on -site water line and 8" stub out to the south in Timberland Boulevard. If the City elects to upsize any of such water lines shown on Exhibit A or elects to extend such water lines beyond the boundary line of Developer's property, the City shall pay for the cost of upsizing and/or extending such water lines (which cost shall be referred to herein as the 'Water Line Upsize/Extension Cost"). Reference is made to Exhibit Al attached hereto. Exhibit Al attached hereto denotes the sanitary sewer line within Timberland Boulevard that Developer is constructing (or causing to be constructed) as a part of the Project. Developer is responsible for paying the cost of construction of such sanitary sewer line (which cost shall be referred to herein as the "Sanitary Sewer Line Cost"). Reference is made to Exhibit B2 attached hereto. Those portions of the stormwater sections that are cross -hatched in orange and in pink on Exhibit B2 (herein called the "Developer Funded Stormwater Sections") will be completed (or caused to be completed) by Developer and paid for with the proceeds of the Deposit (or a portion thereof), which costs shall be referred to herein as the "Developer Funded Stormwater Section Costs". Exhibit B2 denotes those portions of the Developer Funded Stormwater Sections (the sections cross -hatched in pink on Exhibit B2) for which the Developer will be given credit against transportation impact fees pursuant to Ordinance No. 18083. The portions of the stormwater sections that are shown on Exhibit B2 that are cross -hatched in green and in blue (herein called the "City Funded Stormwater Sections') shall be constructed (or caused to be constructed) by Developer, but shall be paid for by the City pursuant to the reimbursement provisions hereinafter contained (which costs shall be referred to herein as the "City Funded Stormwater Section Costs"). Reference is made to Exhibit C attached hereto. Those portions of the lighting sections that are cross -hatched in pink on Exhibit C (herein called the "Developer Funded Lighting Sections") will be completed (or caused to be completed) by Developer and paid for with the proceeds of the Deposit (or a portion thereof) which costs shall be referred to herein as the "Developer Funded Lighting Section Costs . Developer will be given credit for the Developer Funded Lighting Section Costs so incurred against transportation impact fees pursuant to Ordinance No. 18083. The portions of the lighting sections that are shown on Exhibit C that are cross -hatched in green and in blue on Exhibit C (herein called the 'City Funded Lighting Sections") shall be constructed (or caused to be constructed) by Developer, but shall be paid for by the City pursuant to the reimbursement provisions hereinafter contained (which costs shall be referred to herein as the "City Funded Lighting Section Costs"). It is further understood and agreed that the City shall be responsible for the design coordination of the traffic signal and shall pay for all costs and expenses relating to either the design or design coordination of such traffic signal (collectively, the "Traffic Signal Cost"). The preliminary layout for the traffic signal at Timberland Boulevard and N. Beach Street (as well as the cost estimates therefor) are attached hereto as Exhibit C2. The Developer Funded Roadway Section Costs, the Developer Funded Stormwater Section Costs, and the Developer Funded Lighting Section Costs shall be collectively referred to herein as the `Developer Funded Costs". The City Funded Roadway Section Costs, the Water Line Upsize/Extension Cost, the Sanitary Sewer Line Cost, the City Funded Stormwater Section Costs, the City Funded Lighting Section Costs, and the Traffic Signal Cost shall be collectively referred to herein as the "City Funded Costs". The City and the Developer intend that the entirety of the Project will be completed through the execution and delivery of a single construction contract with a general contractor; however, it is contemplated that if the design of the traffic signal is not complete at the time of the award of such construction contract then the contract for the construction of the traffic signal may be awarded separately. Such contractor(s) shall use its best efforts to allocate, with each draw request, those amounts that are being requested to be paid which are allocable to Developer Funded Costs and those amounts that are being requested to be paid which are allocable to the City Funded Costs. With respect to Developer Funded Costs, as costs are incurred by the Developer, the funding provisions of the Escrow Agreement [Section 3(b)] shall be followed by the Developer and the City to pay for such costs incurred by the Developer for Developer Funded Costs. With respect to the City Funded Costs (except for the Water Line Upsize/Extension Costs), on or before the fifth (5th) day of each calendar month during the term hereof, Developer shall submit to the City (i) an Application for Payment (herein so called) describing that portion of the City Funded Costs that have been completed through the last day of the previous month, and (ii) invoices relating to such work previously performed 10 and/or materials installed that are the subject of the Application for Payment, No later than the tenth (10) day of the month (the "Review Period"), the City shall review and approve the Application for Payment, and the City shall pay the Developer the amount requested in the Application for Payment and approved by the City within twenty-five (25) days after the earlier of (1) the expiration of the Review Period or (2) approval or deemed approval of the Application for Payment. If any portion of the Application for Payment is disputed by the City, then the City shall deliver to the Developer a written objection notice during the Review Period setting forth such objections in reasonable detail. The undisputed portion of the Application for Payment shall be timely paid to the Developer as provided above. If the City timely and reasonably objects to the Application for Payment, Developer shall exercise good faith efforts to cure the objectionable items to the City's reasonable satisfaction, and the process set forth above shall be repeated until the Application for Payment is completely approved and fully paid. After the City has paid the funds requested in an Application for Payment, the Developer will obtain a release and/or waiver of hens, claims, security interests and encumbrances arising out of the work paid for by the City and provide copies thereof to the City with each following Application for Payment. With respect to the Water Line Upsize/Extension Costs, it is understood and agreed that the City will not partially pay for such costs; therefore, upon final completion and acceptance by the City of all work that relates to Water Line Upsize/Extension Costs, the same procedure set forth above, with respect to the Application for Payment for the entirety of the Water Line Upsize/Extension Costs, shall be followed by the Developer and the City. (Remainder of Page Intentionally Left Blank) The Checked Must be Included as Attachments to this Agreement Included jeA Et Attachment Exhibit 1: Location Map Exhibit A: Overall Water Layout (with cost estimate attached) Exhibit Al: Sewer Improvements (with cost estimate attached) Exhibit B: Overall Paving Base Bid Layout (with cost estimate attached) Exhibit Bl: Overall Paving Alternate Bid Layout (with cost estimate attached) Exhibit B2: Overall Storm Layout (with cost estimate attached) Street Lights and Signs Estimate Exhibit C: Overall Lighting Layout (with cost estimate attached) Exhibit C2: Traffic Signal Improvements (with cost estimate attached) Annex 1 Escrow Agreement 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 quadruplicate, at Fort Worth, Texas this di day of , 2011. CITY OF FORT WORTH: 51-47••••4th Fernando Costa Assistant City Manager Recommended by: Transportation & Public Works Department ‘ti . Douglas W. Wiersig, P.E. Director Water Department • Wendy Chi Water Deve bulal, EM$A, P.E. pment Engineering Manager • Approved as to Form & Legality: Marcia Wise Senior Assistant City Attorney ATTE arty Hendrix City Secretary Authorization: M&C: C"'oZy'civ247� Date: tS la i-�'I 1 1 (e QVocloo n , l°J a u 4 DEVELOPER: A-S 104 Timberland Town Center, L.P., by A-S 104 L.C., its General Partner $y: �• , 04, L.C., General Partner Jay K. Sear Manager rank Crumb, P.E. Director, Water Department 1oip ktt�. k 000 yo o 3cr o Q a icy 0000Q°° z/b ten rebeede --q-n-atintes> 13 OFFICIAL RECORD CITY SECRETARY Ft WORTH, TX ALTA_ VISTA___. ROAd ._._. m m r r r 0 > D 0 � ado 0 cn�0 mwv Est v 0) v 0 to PROPOSED 12" WATER LINE (ONSITE) PROPOSED 8' WATER LINE (OFFSITE) END PROPOSED 12' WATER LINE (OFFSITE) WOODLAND SPRINQS OFFICE PARK LOT 1, B OCK 1 CAB. A, SyE 11886 LOT 1, BLK 2 TIMBERLAND ADDI11ON VOL. 388-183, PG. 74 Winkelmann & Associates, Inc. CONSULTING CIVIL ENGINEERS • SURVEYORS 6750 HILLCREST PLAZA DRIVE, SUITE 325 (972) 490-7090 DAWAS, TEXAS 75230 (972) 490-7099 FAX Texas Engineers Registration No. 89 Texas Surveyors No. 100866-00 COPYRIGHT o 2010, Winkelmann & Associates, Inc. Scale : 1 "=300' Date : 03/04/2011 Dwg. File : 59401CFAWTR.DWG Project No.: 59401.00 0111111111. IONS i COTTAGEVILLE LN. CONNECT TO EX. 21' WATER LINE (OFFSITE) PROPOSED 12' WATER LINE (ONSITE) PROPOSED 8" WATER LINE STUB (ONSITE) 1 I �I CONNECT TO EX. 8" WATER LINE (OFFSITE) PROPOSED 8" WATER LINE (OFFSITE) LILLYBROOK LN n 0 179. sc y y�NO 9 - .. 1 0VA C..92 _ cP 0y 0 --EXCELSIOR LN. WILLIAM D. DONAGHUE AND WFE, THERESA MARIE VOL. 8673, PG. 715 EXHIBIT A WATER SHOPS AT TIMBERLAND CROSSING TIMBERLAND BLVD & N BEACH ST. FROM ALTA VISTA (N. BEACH ST.) TO THE EAST FORT WORTH, TEXAS J. CHIRINO SURVEY, ABSTRACT NO. 265 CITY OF FORT WORTH TARRANT COUNTY, TEXAS NEWQUEST PROPERTIES 8827 W SAM HOUSTON PKWY. NORTH SUITE 200 HOUSTON, TEXAS 77040 NTH SCALE: 1 "=300' SHEET ERE A TIMBERLAND BLVD. AT NORTH BEACH ST. DOE NO. 6502 CITY PROJ. NO. 01547 EXHIBIT A - WATER Price Unit tent;Estimated No. Quantity Unit D Description B Base Sid Amount 1 136.50 LF Pipe-Pressure-8 Inch PVC - Install $43.00 $5,869.50 Inch PVC - Install $39.00 $51,103 26 2 1310.34 LF Pipe-Pressure-12 3 134.00 LF Pipe-Pressure-6 Inch PVC - Install $40.00 $5,360.00 4 6.00 EA Valve-6 Inch-gate-w/valve box - Install $703.00 $4,218.00 5 3.00 EA Valve-8 Inch-gate-w/valve box - Install $1,025.00 $3,075.00 6 7.00 EA Valve-12 Inch-gate-w/valve box - Install $1,863.00 $13,041.00 inch X 21 inch - Install $6,050.00 $6,050.00 7 1.00 EA Tapping Sleeve and Valve-12 Box Adjust to Grade $250.00 $500.00 8 2.00 EA Water Valve - Top Slab to Grade $2,500.00 $2,500.00 9 1.00 EA Water Vault - Adjust Box to Grade $1,500.00 $3,000.00 10 2.00 EA Water Vault - Adjust Lid & GV $5,000.00 11 40.00 LF Concrete -Encasement for 42 Inch Waterline - Install $125.00 Hydrant - Install $2,400.00 $4,800.00 12 2.00 EA Fire $23.00 $1,541.00 LF Concrete Encasement For 8 Inch Waterline - Install 13 67.00 LF Concrete For 12 Inch Waterline - Install $25.00 $725.00 14 29.00 -Encasement $3,525.00 Class A box - Install $705.00 15 5.00 EA 1" Irrigation service with meter Class A box - Install $1,238.00 $1,238.00 16 1.00 EA 1-1/2" Irrigation service with meter $705.00 Class A box -' Install $705.00 17 1.00 EA 1" Domestic service with meter B box -- Install $1,507.00 $6,028.00 18 4.00 EA 2" Domestic service with Class meter LF Trench Safety - Install $1.00 $1,580.84 19 1580.84 20 1.04 TN Pipe Fittings for < 16 Inch Pipe - Install $3,900.00 $4,056.00 S SUBTOTAL $123,915.6Q 10% Construction GOntingency (For City Participation Only) $228176 .......................................................... $2,478.31 Z%Inspection Fee $2,478.31. TOTAL WATER CFA COST $131,15398 EXHIBIT A — WATER CONTINUED On -site Item # Description Unit Qty 10" Price Unit 12" Price Unit 10'/12" Difference or Percentage City Participation 1 12" waterline LF 1,100 $34.50 $39.00 $4.50 $4,950.00 2 12" gate valve EA 2 $1,560.00 $1,863.00 $303.00 $606.00 3 valve Tapping sleeve & EA 1 $6,580.00 $6,050.00 $0.00 $0.00 4 Fittings 1 $3,900.00 $3,900.00 $0.00 $0.00 TN Subtotal $5,556.00 Off -site Item # Description Unit Qty Unit Price City Participation 1 8" waterline LF 74.50 $43.00 $3,203.50 2 12" waterline LF 210.34 $39.00 $8,203.26 3 8" gate valve EA 2.00 $1,025.00 $2,050.00 4 12" gate valve EA 1.00 $1,863.00 $1,863.00 5 Concrete for 8" w.1. encasement LF 67.00 $23.00 $1,541.00 6 Concrete for 12" encasement w.l. LF 16.00 $25.00 $400.00 7 Fittings 0.19 $3,900.00 $741.00 TN 8 Trench safety LF 284.84 $1.00 $284.84 Subtotal $18,286.60 $23,842.60 Total Plus Contingency 25% $29,803 25 Inspection $596.07 Material Testing $596.07 Grand $30,995.39 Total ALTA ,VISTA WOODLAND SPRINGS OFFICE PARK LOT 1, BLOCK 1 CAB. A, SLI�E 11886 ROAD I�- • • b 4,1 COTTAGEVILLE LW. �f I y t\ a \ I \•• p,s, PROPOSED 4' DIA. MANHOLE PROPOSED 8' DIP SANITARY SEWER LINE LL ) \ y • • 7 `/ Nn-- SCALE: 1 "= 300' CONNECT TO EX SEWER MANHOLE SANITARY -LILLYBROOK LN ei- ' i s 21 yI 1 T y�`Po ,\ ,,i, '1 `O11 \ ��92 cP 0 f f `EXCELSIOR LN. LOT 1, BLK 2 TIMBERLAND ADDITION VOL. 388-183, PG. 74 WILLIAM D. DONAGHUE AND WIFE, THERESA MARIE VOL, 8673, PG. 715 Winkelmann & Associates, Inc. CONSULTING CIVIL ENGINEERS a SURVEYORS 6750 HILLCREST PLAZA DRIVE, SUITE 325 (972) 490-7090 DALLAS, TEXAS 75230 (972) 490-7099 FAX Texas Engineers Registration No. 89 Texas surveyors No. 100866-00 COPYRIGHT 'O10, Vankelmann 8 Associates, Inc. Scale : 1"=300' Date : 03/04/2011 Dwg. File : 59401CFASWR.DWG Project No, 59401.00 EXHIBIT Al SEWER SHOPS AT TIMBERLAND CROSSING TIMBERLAND BLVD. & N. BEACH ST. FROM ALTA VISTA (N. BEACH ST.) TO THE EAST FORT WORTH, TEXAS J. CHIRINO SURVEY, ABSTRACT NO. 265 CITY OF FORT WORTH TARRANT COUNTY, TEXAS NEWQUEST PROPERTIES 8827 W SAM HOUSTON PKWY. NORTH SUITE 200 HOUSTON, TEXAS 77040 SHEET EXB Al TIMBERLAND BLVD. AT NORTH BEACH ST. DOE NO. 6502 CITY PROD. NO. 01547 EXHIBIT Al - SEWER Item No.: Estimated uantity U Unit Description Unit Price Amount 1 173.01 LF Pipe-Sewer-8 Inch DIP -- Install $ 49.00 $ 8,477.49 2 15.00 LF Pipe-Sewer-6 Inch PVC - Install $ 30.00 $ 450.00 Permanent a Install $ 6.00 $ 1,165.80 3 194.30 SY Pavement Repair - Concrete (STR-031) 4 1,00 EA 4' Dia. Manhole - Install $ 4,819.00 $ 4,819.00 5 1.00 EA Connect to Ex. Manhole — Install $ 1,200.00 $ 1,200.00 6 1.00 EA Sewer Service-6 inch Service Tap — Install $ 500.00 $ 500,00 2.00 $ 346.02 7 173.01 LF Inspection - Post Construction Cleaning and TV — Study $ 8 20.00 LF Concrete Encasement — Install $ 50.00 $ 1,000.00 $ 104.00 $ 104.00 9 1.00 EA Manhole -Vacuum Test — Services 10 173.01 LF Trench Safety — Install $ 1.50 $ 259.52 SUBTOTAL '$ 18,321n83i 2% Material Testing Fee $ 366.44 2% Inspection Fee $ 366.44 TOTAL SEWER CFACOST i:$ 19,054.70: ropi Yl V O. DRAINAGE dt UT1UTY EASEMENT CC, 0207:,n169 \• '\ . • SA:tATpc& PHA'C .lA nt.ocx Cab A. SOO( 111129 •. wrrnAwo vorPrwcs tXfa PARK Let 1• BtCr7t 1 CAB. A. MIX 11555 -. •• •• ••• • • I .1 THE VILLP:r.S Or W000LAND SPDINCS LOT 55. BLOCK 9s 1 14 1 • • T 20. PERMANENT WATER MAIN EASEMENT ':L 13379. PC. t" I Ile •r 1 1 1 1 1 • 1 • PEAMANENT UTtL1TY C\XMCNT ',IL 9502. PC. 1391 ♦ 1 THE 91CV-.. AT nuBERLAIe t7tc-.SO4c OLG: t t710-4 AREA •L•s as .s n ram_.. R.0 W. 0001'AnVM 8:40r .s n. 1.1ti'LA 0se.!1•• •a.fl. 19.42 ..des 20' DRAINAGE EA'OACNT BY SEPARATE*NSTRUMCNT -k•tter..:EAtz_netZ-7-•:: r r-e+r--. TIC lrLLACES Or t oofl. N° SPX1NCS BLOCK 33 CAB. A. surc 9144 • • 1 1 60 DRAINAGE EASEMENT-1 cc/ 029344t9B0 1 1 1 • • 1 rie N- r \ \ \ • / 7 ` .i .r DEVELOPER CREDIT AGAINST FUTURE IMPACT FEES DEVELOPER NO CREDIT AGAINST FUTURE IMPACT FEES SA—D U (PACT FEE FUNDS (CP;€ 01547) 2C05 CIP ARTERIAL BOND FUNDS (CP 1- 01 r192) 1 T • I 1 • 1 ( I I _ I i NO r '-- • • `T—PIPELINE EA•.EVEVT CC% 02-1f26s13 1 -• - • -- i o ff 0.4. - -' "M- - dr - C `NST. CUT. morn TARRANT 27" r 4 ••'. VCL. INA&. Pi. In •• a• I • --- -j-- -l- aro • • • 1 1 1 -r• r- J s 0 0 1- N J 1 K LLEN HA ITE 1 :a AND A O CC Iw of L'. CA1 N MAf IM?; ;t) ra-a V A 1 1 N 4 11 I O' SO. 1 C. 1 • lea BEN 'SwARK q ya. • jt derei -L - • VI•-tIj • �0L • BM $I- On Golden Trlongls mrl • Ott Monument /661G4 on the .r't rno of th• ►r)th htvdlydl of o :uh•rt under 1dM T•ien7M Bha.. S:) rest Eat' rf Al" ',h,'o P7. (te,ch '.L.). Ele.rotlon . 7:2.25 0~ ) >— r. t Z• x 111 w (.i o~ -t Z rn < ,t CC zj mom 0 I : Zu. J I 0 Data: 01 '0+/10 59101CC' eel v ••• u t 0 G BM /2- ^n Alto 'Ilsta Rd. (N. E.G. h St.): City Monument /6610 In the center of o headwall (outlet rein for :tell rater I,nk•- 344 Ieet north of Roy Wrote Rd. and /S fmrt west 01 the of sl net •1 o►,n. Elr.olan . 7,2.46 SHEET W t` II • TIMBERLAND BLVD. AT NORTH BEACH ST. DOE NO. 6502 CITY PROJ. NO. 01547 EXHIBIT B - PAVING BASE BID Item No. Descnption Unit Unit Price 1 Unclassified Street Excavation CY $ 11.00 2 Pavement -Asphalt - Remove SY $ 4.56 3 Pavement -Concrete Driveway - Remove SF $ 0.54 4 Pavement -Concrete - Remove SF 5 0.54 5 Pavement -Gravel - Remove SY S 2.26 6 Pavement Marking - Remove LF 5 0.66 7 Walk - Remove SF S 0.54 8 Sawcut-Curb & Gutter - Remove LF $ 3.46 9 Sign - Remove & Salvage EA $ 350.00 10 Trees -Permitted - Remove EA 5 650.00 11 Trees -Permitted - Relocate EA S 390.00 12 Topsoil-6 Inch -Medians & Parkway - Install SY $ 1.95 13 Grass-Hydromulch Seeding -Medians & Parkway - Install SY $ 0.83 14 Subgrade-6 Inch -Lime Stabillzed-30 Ibs/sy - Install SY $ 2.70 15 Subgrade-Lime for Stabilization - Install TN $ 150.00 16 Pavement-2 Inch -Surface Course -Type D - Install SY $ 12.00 17 Pavement-4 Inch -Base Course -Type B - Install SY $ 21.00 18 Pavement-9.5 Inch Concrete - Install SY $ 34.57 19 Pavement -Silicone Joint Sealant - Install LF $ 0.85 20 Pavement -Header - Install LF $ 8.50 21 Curb - Install LF S 1.00 22 Driveway-6 Inch - Install SF 5 8.00 23 Walk-4 Ft -- Install SF 5 3.00 24 Walk-5 Ft - Install SF $ 3.00 25 Walk -Variable Width - Install SF $ 3.00 26 Retaining Wall - Install LF $ 35.60 27 Sidewalk Ramp -Type B - Install EA $ 475.00 28 Sidewalk Ramp -Type F - Install EA $ 770.00 29 Sidewalk Ramp -Typo G - Install EA 5 670.00 30 Sidewalk Ramp -Type H - Install EA $ 1,590,00 31 Concrete Island & Ramp -Type J - Install EA $ 1,170.00 32 Concrete Island & Ramp -Type K - Install EA 5 1,730.00 33 Pavement Marking-Crosswallk Bar-1B Inch - Install LF $ 6.60 34 Pavement Marking -Stop Bar-18 Inch - install LF $ 4.40 35 Pavement Marking-4 Inch Yellow - Install LF 5 1.40 36 Pavement Marking-Tum Arrows - Install EA $ 130.00 37 Pavement Marking -Words - Install EA 5 140.00 38 Pavement Marking -Bike Lane-8 Inch - Install LF S 1.40 39 Pavement Marking -Bike Lane-8 Inch Dotted - Install LF $ 1.40 40 Pavement Marking -Bicycle Symbol & Arrow - Install EA S 500.00 41 Pavement Marking -Lane Markers Type II-CR-4 - Install EA $ 3.05 42 Pavement Markinq-Lane Markers Type W-4 - Install EA S 2,75 43 Sign -Small- Ground Mount - Furnish and Install - Install EA S 470.00 44 Sign -Street Dead End Barricade - Install EA $ 1,500,00 45 Pipe-4 Inch PVC Irrigation Sleeves - Install LF 5 10.50 46 Temporary Erosion Control - Install LS S 9,050.00 47 Traffic Control - Install LS $ 19.000.00 48 Pre -Bid Item Sign - Project Desgination - Install EA S 300.00 SUBTOTAL 2% Material Testing Fee 4% Inspection Fee GRAND TOTAL " Inspection fee based on 4% (A + B + C) AMOUNTS SHOWN ON THIS EXHIBIT ARE FOR ESTIMATING PURPOSES ONLY. ACTUAL AMOUNTS WILL BE DETERMINED WITH FINAL PAY ESTIMATE. 2!t.Mcoer i =rat Agatilgt F,,r,r, ilr.Vart Goa$ � ,e /el •per No 'mid Aoair.• ut'ire Impart Fees , a .;-+ p;,.. , ,. •-,..^a; 1 ;;Pir 0154' l 2 i1' J GIP 1 .4r'r"l en-41 r, -,o� 24 01612 Quantity Amount Quantity Amount Quantity Amount Quantity Amount 3145,92 S 34,605.12 612.9 S 6,741.90 2255.56 $ 24,811.16 1783.62 S 19.619.82 1772 5 8.080.32 0 $ - 0 $ - 1370 S 6.247.20 0 $ - 0 $ - 0 $ - 810 $ 437.40 0 S - 0 $ - 0 $ - 4055 $ 2.189.70 607 $ 1.371.82 0 $ - 518 $ 1,170.68 0 $ - 0 $ - 0 $ - 0 $ - 1065 5 702.90 0 S - 0$ - 0 5 - 260 S 140.40 372 S 1,287.12 334 S 1,155.64 0 S - 266 5 920.36 0 5 - 0 5 - 0$ - 1$ 350.00 0 S - 0 5 - 12 $ 7,800.00 0 S - 0 S - 8 5 3,120.00 0 5 - 0 S - 4629.52 5 9,027.56 0 $ - 4195.88 5 8,181.97 993.71 S 1.937.73 4962.85 S 4,119.17 0 S - 4195.88 S 3,482.58 993.71 S 824.78 6855,11 $ 16,508.80 1335.53 $ 3,605.93 4914,96 $ 13,270.39 3886.59 S 10,493.79 102.83 S 15,424.50 20.03 $ 3,004.50 73.72 S 11,058.00 58.30 S 8.745.00 0 S - 0 $ - 118.66 $ 1,423.92 130.00 S 1,560.00 0 $ - 0 $ - 118.66 $ 2.491.86 130.00 $ 2,730.00 6382.34 $ 220,637.49 1243.42 $ 42,985.03 4576.00 $ 158,192.32 3618.55 $ 125,093.27 3816 $ 3.243.60 743.46 $ 631.94 2736 $ 2,325.60 2163.54 $ 1,839.01 0 5 - 0 $ - 30 $ 255.00 0 $ - 2682 $ 2,682.00 334 $ 334.00 3138 $ 3,138.00 2362 $ 2,362.00 0 $ - 779.46 5 6.235.68 0 5 - 0 $ - 4467 5 13,401.00 0 S - 741 5 2,223.00 2294 $ 6,882.00 0 5 - 0 S - 612 5 1.836.00 0 S - 0 S - 0 5 - 2031.00 S 6,093.00 0 S - 0 S - 0 S - 440 5 15.664.00 0 S - 0 S - 0$ - 0$ - 1 5 475.00 0 S - 0 5 - 0 S - 2$ 1.540.00 0$ - 0 5 - 0 S - 1$ 670.00 1 S 1,590.00 0 S - 0 5 - 1 5 1.590.00 0$ - 0 S - 0 5 - 3$ 3,510.00 1.67 $ 2,889.10 0 $ - 0 $ - 0.33 S 570.90 18.5 $ 122.10 0 $ - 0 $ - 322.5 $ 2,128.50 52 $ 228.80 0 $ - 0 $ - 132 $ 580.80 38 $ 53.20 0 $ - 0 $ - 22 $ 30.80 2 $ 260.00 2 $ 260.00 0 $ - 3 $ 390.00 2 $ 280.00 2 $ 280.00 0 $ - 3 $ 420.00 2136 $ 2,990.40 0 $ - 1591, $ 2.227.40 0 $ - 1384 $ 1,937.60 0 $ - 120 $ 168.00 0 $ - 3 $ 4,000.00 0 S - 5i $ 2,500.00 0 $ - 142 $ 433.10 22 $ 67.10 249 S 759.45 67 $ 204.35 527 $ 1,449.25 170 $ 467.50 115 $ 316.25 183 $ 503.25 10 $ 4,700.00 0 5 - 5 $ 2,350.00 7 $ 3,290.00 0 $ - 0 $ - 1 $ 1.500.00 0 $ - 0 $ - 175 $ 1.837.50 0 $ - 0 $ - 0.50 S 4,525.00 0.00 $ - 0.50 S 4,525.00 0.00 $ - D.50 $ 9,500.00 0.00 S - 0.00 S - 0.50 $ 9.500.00 0.50 S 150.00 0.50 S 150.00 0.50 $ 150.00 0.50 $ 150.00 A B " 57087r7: C. $ 77'?t25,.., 32tyr;,2P97 3'.417 S3 515.55:'2,r c4 -•'2 >t $id.6s1 45 $O.00. 38 7 7 '6' S°009457:, I 5:.'834'1 eft s:3',:4z .1 Revised 4/6/2011 Grand Totals Quantity Amount 7,798.00 $ 85,778.00 3,142.00 $ 14,327.52 810.00 $ 437.40 4,055.00 S 2,189.70 1,125.00 S 2.542.50 1,065.00 S 702.90 260.00 $ 140.40 972.00 $ 3,363.12 1.00 $ 350.00 12.00 $ 7,800.00 8.00 9.819.11 10.152.44 $ 3,120.00 $ 19.147,26 $ 8.426.53 ' 16, 992.19 $ 45.878.91 254.88 $ 38.232.00 248.66 $ 2,983.92 248.66 $ 5,221.86 15,820.31 S 546,908.12 9,459.00 S 8,040.15 30.00 S 255.00-' 8,516.00 S 8,516.00 779.46 S 6,235.68 7,502.00 $ 22, 506.00 612.00 $ 1,836.00 2.031.00 S 6,093.00 440,00 $ 15,664.00 1.00 $ 475.00 2.00 $ 1,540.00 1.00 $ 670.00 2.00 $ 3.180.00 3,00 $ 3.510.00 2.00 $ 3,460.00 341.00 $ 2,250.60 184.00 5 809.60 60.00 $ 84.00 7.00 S 910.00 7.00 S 980.00 3,727.00 $ 5,217.80 1.504.00 $ 2.105.60 13.00 S 6,500.00 480.00 $ 1,464.00 995.00 $ 2,736.25 22.00 $ 10,340.00 1.00 $ 1,500.00 175.00 $ 1,837.50 1.00 $ 9,050.00 1.00 S 19, 000.00 2.00 $ 600.00 $934.916.32 $18,698.33 S37 396.65 5991,011 30 A. -, tt • r✓ Tr E Yr' • • Ir 1 I ir 1 4 L tr oar co/a-, rite Map \ s .va,To,r:al • • • • 20. 9 L.;1F1113i 131 • • 1 r } r I I iL NII 1T I I I J L O\'ER LL PAVING AL[ERNATE HID I A.YOt Tf,,1BERL,ND BL'.D_ AND N BE;CIS ST_ FORT AVORTH, TE=.AS f L'*H2 _T ,::. 265 n, ter<5 IXtST FPr£P _ii A.H 'r yro l .a tx=s ro o iro ri to sn rnn or 0) v RErrcN MfT... Winkelmann & Associates, Inc. iTnf75 d .n r..a7: Fi 0 fi�c2G*Y F CT 10 01 TIMBERLAND BLVD. AT NORTH BEACH ST. DOE NO. 6502 CITY PROJ. NO. 01547 EXHIBIT B1 - PAVING ALTERNATE AMOUNTS SHOWN ON THIS EXHIBIT ARE FOR ESTIMATING PURPOSES ONLY. ACTUAL AMOUNTS WILL BE DETERMINED WTH FINAL PAY ESTIMATE. Item No. Descnption Unit Unit Price 1 Pavement-9.5 Inch Concrete - Install SY $ 32.74 2 Subgrade-6Inch-Lime Stabilized-30Ibs/sy-Install SY $ 1.70 3 for Stabilization - Install TN $ 150.00 •Subgrade-Lime 5 Walk-4 Ft - Install SF $ 3.00 6 Pavement -Silicone Joint Sealant - Install LF $ 0,85 7 Curb - Install LF $ 1.00 8 Pavement Marking-Tum Arrows -• Install EA $ 130.00 9 Pavement Marking -Words - Install EA $ 140.00 10 Pavement Marking -Bike Lane-8 Inch - Install LF $ 1.40 11 Pavement Marking -Bicycle Symbol & Arrow - Install EA $ 500.00 12 Pavement Marking -Lane Markers Type II-CR-4 - Install EA $ 3.05 13 Pavement Marking -Lane Markers T .e W-4 - Install EA $ 2.75 14 Unclassified Street Excavation CY $ 9.46 SUBTOTAL 2% Material Testing Fee 4% Inspection Fee GRAND TOTAL * Unit Prices for these items are different from unit prices for Paving Base Bid. ** Developer will pay for Inspection Fee for Paving Alternate. No credit against future Impact fees. SA-0 Impact Fee Funds CPtf 01541' Quantity Amount 3481.00 $ 113,967.94 4157.00 $ 7,066.90 62.00 $ 9,300.00 5285 $ 15,855.00 1526 $ 1,297.10 678 $ 678.00 4 $ 520.00 4 $ 560.00 373 $ 522.20 2 $ 1,000.00 62 $ 189.10 240 $ 660.00 682 $ 6,451.72 Sr) no !•61 _-2r Grand Totals Ouantity Amount 3,481.00 $ 113,967.94 4,157.00 $ 7.066.90 62.00 $ 9,300.00 5,285.00 $ 15,855.00 1.526.00 $ 1.297.10 678.00 $ 678.00 4.00 $ 520.00 4.00 $ 560.00 373.00 S 522.20 2.00 $ 1,000.00 62.00 $ 189.10 240.00 $ 660.00 682.00 $ 6,451.72 $158,067.96 $3,161.36 $6,322.72 $167,552.04 ** Revised 4/7/2011 £4\:.liai Fv 0/1.1 t.. 1'"r.s\-440 40- 0 II • L 4-10 3- PI c g. _ g4i p -c` 1 ml.. 01/0"./ Al= t VDT SA., :v9 fleet Ae 49401 0$(4i SE J J L OVERALL STORM LAYOUT If.iiii21 AN el lift Air) N. 13EACr rORf 507. TEx, s r{a 9,R -.v, Ass r£ -CT,.9 26S r-w+s'T w.4Tr, rz<is Sf FRU ER1€ d FK*t II FtU� ZO3 4-VISTA, TAXIS Im20 041E tettaaaa 0 0 I L 1 71 7 r r — 0 0 J v v I O m ( ) 0 mtri .-J � 77-1 Z: - 0 0 J C 0 Winkelmann & Associates, Inc. a:Tilt A'll) f31 O..Y N OF^ ,F o E 110 CITY PR0J£0T .90 Oft.+7 LII.f=.. ... TIMBERLAND BLVD. AT NORTH BEACH ST. DOE NO. 6502 CITY PROJ. NO. 01547 AND 01692 EXHIBIT B2 - STORM DRAIN Item No. Descnption Unit Unit Price 1 Pipe-21 Inch CL III - Install LF $ 48.26 2 Pipe-24 Inch CL III - Install LF $ 47.42 3 Pipe-30 Inch CL III - Install LF $ 51.45 4 Pipe-36 Inch CL IV - Install LF S 75.35 5 Pipe-42 Inch CL III - Install LF $ 97.96 6 Box Culvert-4 Ft X 3 Ft - Install LF $ 110.79 7 Box Culvert-5 Ft X 3 Ft - Install LF $ 158.22 8 Box Culvert-7 Ft X 3 Ft - Install LF S 230.18 9 Box Culvert-8 Ft X 3 Ft - Install LF $ 244.83 10 Inlet-Recessed-10 Ft - Install EA $ 2,695.00 11 Manhole Ty M-4 Ft X 4 Ft - Install EA $ 3,410.00 12 Manhole Ty M-5 Ft X 4 Ft - Install EA $ 3,410.00 13 Manhole Ty M-6 Ft X 4 Ft - Install EA $ 3,740.00 14 Concrete Collar at 36 Inch pipe - Install EA $ 250.00 15 Large Junction Box -- Install EA $ 6,050.00 16 Headwall/Drop Structure/Grouted Riprap - Remove LS $ 900.00 17 Vvingwall-Type FW-0 - Install EA $ 2,970.00 18 Headwall-5 Ft X 3 Ft Sloped With Concrete Apron - Install EA $ 4,290.00 19 Riprap-12 Inch Rock - Install CY $ 165.00 20 Trench Safety - Install LF $ 1.00 SUBTOTAL 2% Material Testing Fee 4% Inspection Fee GRAND TOTAL * Inspection fee based on 4% (A + B + C) AMOUNTS SHOWN ON THIS EXHIBIT ARE FOR ESTIMATING PURPOSES ONLY. ACTUAL AMOUNTS WILL BE DETERMINED WITH FINAL PAY ESTIMATE. :.. vrloper Credit Against Futon. Impact Fesai Developer No Credit Against nature Impact Fecs 'SA-D i--1 ••.t Fee Funds _..'*t 01547 2008 C!P Artenni Band Funac :PA 015 i? Quantity Amount Quantity Amount Quantity Amount Quantity Amount 41.00 $ 1.978.66 14.00 $ 675.64 105.00 S 5,067.30 0 $ - 17.00 $ 806.14 0.00 S - 0.00 $ - 112 $ 5,311.04 0.00 $ - 0.00 $ - 9.00 $ 463.05 76.00 $ 3,910.20 266.00 $ 20.043.10 30.00 $ 2,260.50 0.00 $ - 0 $ - 0.00 - 0.00 $ - 81.00 $ 7,934.76 0 $ - 71.20-$ .$ 7,888.25 183.10 $ 20,285.65 440.01 $ 48,748.71 0 $ - 162.81 S 25,759.80 418,64 $ 66,237.22 0.00 $ - 0 $ - 72,00 $ 16,572.96 0.00 $ - 212.00 $ 48,798.16 0 $ - 220.00 S 53,862.60 0.00 $ - 0.00 $ - 0 $ - 1.00 S 2,695.00 0.00 $ - 3.00 $ 8.085.00 0 $ - 0.00 $ - 0.00 $ - 0.43 $ 1,466.30 0.57 $ 1,943.70 0.28 S 954.80 0.72 $ 2,455.20 1.00 $ 3,410.00 0 $ - 0.28 $ 1,047.20 0,72 $ 2,692.80 0.00 $ - 0 $ - 1.00 $ 250.00 0.00 $ - 0.00 $ - 0 $ - 1.00 S 6,050.00 0.00 $ - 1.00 $ 6,050.00 0 S - 1.00 $ 900.00 0.00 $ - 0.00 $ - 0 $ - 1.00 S 2,970.00 0.00 $ - 0.00 $ - 0 $ - 0.28 $ 1,201.20 0.72 $ 3,088.80 0.00 $ - 0 $ - 25.41 $ 4,192.65 12.95 $ 2,136.75 0.00 $ - 0 $ - 850.01 $ 850.01 645.74 $ 645.74 847.01 $ 847.01 188.00 $ 188,00 A $14r?.022 17 B 5'r.3 •17R 3C C $130.870.29 $11 '52 04 S ',0 45 S :r2,9.57 $2.617.41 $227 .;;6 i0 rlp� $15 174 84 SC.00 WA 12 ..)150.r.2 r_l qI $117 o62 7 r $133 457.69 S12. 034 12 Revised 4/7/2011 Grand Totals Quantity Amount 160.00 $7,721.60 129.00 $6,117.18 85.00 $4,373.25 296.00 $22.303.60 81.00 $7.934.76 694.31 $76,922.60 581.45 $91,997.02 284.00 $65,371.12 220.00 $53,862.60 4.00 $10,780.00 1.00 $3,410.00 2.00 $6,820.00 1.00 $3,740,00 1.00 $250.00 2.00 $12,100.00 1.00 $900.00 1.00 $2,970.00 1.00 $4,290.00 38.36 $6,329.40 2530.76 $2,530.76 $390,723.89 $7,814.48 $15,628.96 $414 167.33 ♦NAIeCA. RwAA. b.. pR .. SLICE ul:! e100.AND A.y !$ n tar toE 1 cls A, ',AYE need no."L atat aL:s il'r' at � it INC ..LLa+C+ Se 'OCM ID SVPIM' LOT 55. Plan el S 2' PEP,4 I qt 21TER VAIN CASLV[M T PERtAANZAT UTLJTY EASEMENT 0 AINACE CLSEMNT Re S PA%tZ I) TTUU N' at Al 'OBERLAND Ce`aN.. 01.0.3% trtataineN .:n UI• IXtee% '9,, r e • I Ro' DR'A.^..^Z E..2IIEN'--1 CCU C2C2,4411CC DEVELGRER TO INSTALL STREET ICHTING " ! BEACH STREET -THROUGH TR.I—COUNT;. BEACH STREET LGHTING NOT IN CFA %Oa 33 Y.:a. A alt- 0111 • • 2E C' PIPELINE En".uENT CCA L:atall'W 1 DE'rELOPER CREDIT AGAINST FUTURE IMPACT FEES SA—D i IP CT FEE FUNDS (CP# 0154-') 2008 CP ARTERIAL BOND FUNDS (CPQ 31622%) fry. meet 0 \ i ee NP. Seter re IT. heal% %Aetna% 2,? I, Nutt C.C. IN J OCP 0J N.1.- 6dKC41Akee-, 0 C4 Ft- en I hen leartne 01 al, Nmwt At Sallee en the vn-t end of f'a , ut, -11 a e%11 a arr^vr Meet, 343n2e RIn'. SOC t i E .t of Alla *eta PS Nee h RV a:- p-.:^It+ ^..ale Re. (N. Beth te the ..•nhr .-I nneahat 'a;dl lea}-, 34e re' neem el G'. TMh 411..a'ICa a 02.1Z ce _ *v.% fOV44 Y fMM.�' RA U4ua4"I � IMIm C s rut 0 Manotnent ;Rnto. nn .eta IR r .. t CI n NM. rt3I-A^r TIMBERLAND BLVD. AT NORTH BEACH ST. DOE NO. 6502 CITY PROJ. NO. 01547 AND 01692 EXHIBIT C - TIMBERLAND STREET LIGHTS Item No. Description Unit Unit Price 1 Light -Illumination Assembly — Relocate EA S 950.00 2 Light-D-40 Single Head Luminaire — Install EA S 620.00 3 Light -Illumination Assembly-D-40 Street Lights — Install EA S 1.300.00 4 Light — Concrete Foundation Type 3,5,6 & 8 — Install EA $ 1,050.00 5 Electrical Pull Box -Small — Install EA S 500.00 6 Electrical Ground Box -Large — Install EA $ 550.00 7 Cable-Num 4 — Install LF $ 2.15 8 Cable-Num 8 — Install LF $ 1.05 9 Conduit-2 Inch -Open Cut-Sch 40 — Install LF $ 4.65 10 Conduit-3 Inch -Open Cut-Sch 40 — Install LF $ 6.60 SUBTOTAL 4% Inspection Fee GRAND TOTAL Developer will pay a portion of the inspection fee based on 4% (A+8). No credit against future impact fees. AMOUNTS SHOWN ON THIS EXHIBIT ARE FOR ESTIMATING PURPOSES ONLY. ACTUAL AMOUNTS WILL BE DETERMINED WITH FINAL PAY ESTIMATE. Developer Crod.t A.;aainil -uturg Impac; Feet SA-D Impact Fes Funds CPO01547 2008 OP Arterial Bond Funds (-Pa 01692 Quantity Amount Quantity Amount Quantity Amount 0 $ - 2 $ 1.900.00 0 $ - 0 $ - 6 5 3.720.00 0 $ - 2 $ 2,600.00 2 5 2,600.00 0 $ - 2 $ 2.100.00 4 S 4,200.00 0 $ - 2 $ 1.000.00 0 5 - 0 S - 0 $ - 0 $ - 8 $ 4,400.00 1803 $ 3,876.45 4686 $ 10,074.90 0 $ - 601 $ 631.05 1562 $ 1,640.10 0 $ - 601 $ 2,794.65 1562 $ 7.263,30 0 $ - 0 $ - 0 $ - 916 S 6,045.60 A 3 CC12 15 B S31.) +t+ 3C S.10 445 60 $0.00 SO.M. $417 82 1, t ;, 002 15 $31 ?'oi; :—:1 5108C,.' 42 Revised 4/6/2011 Grand Totals Quantity 2 6 4 6 2 8 6489 Amount 1.900.00 $ 3,720.00 $ 5,200.00 $ 6.300,00 $ 1,000.00 $ 4,400.00 $ 13,951.35 $ 2,271.15 2163 $ 10,057.95 916 S 6,045.60 $54,846.05 S2,193.84 $57,039.89 ._y-rr ls4.1•: -,_,y , ....\(L': i 1•' Li )•*i.. l ,.-,¢ .- rlal 1-4 r. 1—.4 „•• Lu,4ay� w 0 O • • EXHIBIT C2 \, \‘‘, ,ter PaNi •\;‘, ,w kii' \ • '• ' \ ,,,'\.• .\ \'\\• `\ \,‘ • �'\‘\\ \\ 1 .`\\ \, \ \�\ \ \`._ '•\ `,%, , \\N.� i`'t 1. N. • `` ... \\ \,'- %. , `\ ` \, \ \\\\ti\4 �`. .z� \\ \\ 1. \ . ti \ \ `. \\ \ '\, • 03S0d08d 70 0 V) 0 > . \ O O OO 0 -D D 73 A CA 0 0 m C 0 V) 0 0 C0 NORTH BEACH STREET \\ •y., ti \ • \ \• \ 1 1 r'i N> z m U.:.IE. %/ARCH 2011 DE., 0%. KRA Of2A•A`:: KRA .JIECKEO. 52A K)I t1v.. raj -TY NO.: TRAFFIC ;)IGNFtL f1w'BiRL.ND BLVD. AND 11. BE CH 3T FORT WOR T H, TEXAS J CHIRi`:0 :EY. . iTR'.CT NO. 265 OTY T FOiT 55•„RTH T.'.^•R/tIT I LAMTY, TEX,. NET CI.:EST PROPERTIES 827 W All 11(0./`jR)• NK i. H'a }I 5Uirt 2.0 NOUSICN_ TEXA; 77040 Kimley-Horn and Associates, he. ao.�a�tarmu.t Rs>7X ha rase+ rr�I+�.rrr.Y 1 143 Re.is,,. D',tc it'.IBERLANO 0l D Gc N: rACH 3T DOE NO 6502 CITY P 2CJEJT NO. 015 :7 FILE NO. N-2156 TIMBERLAND BLVD. AT NORTH BEACH ST. DOE NO. 6502 CITY PROJ. NO. 01547 EXHIBIT C2 - TRAFFIC SIGNAL Item No. Description Unit Unit Price 1 Signal -Mobilization - ServiceCS LS $ 5,000.00 2 Signal -Signal Head 3 Section Type A, Type B - Install EA $ 700.00 3 Signal -International Pedestrian Signal Type P - Install EA $ 550.00 4 Electrical- Ground Box with Lid and Apron - Large - Install EA $ 550.00 5 Conduit -Schedule 40, PVC 3" Open Cut -- Install LF $ 7.00 6 Conduit- Schedule 40, PVC 2" Open Cut - Install LF $ 5.00 7 Cable-20 Conductor #14 Stranded Cable - Install LF $ 3.25 8 Cable-Num 8 XHHW Black - Install LF $ 1.00 9 Cable-Num 8 XHHW White - Install LF $ 1.00 10 Cable-Num 8 Bare - Install LF $ 1.00 11 Cable-Num 6 XHHW Black - Install LF $ 2.00 12 Cable-Num 6 XHHW White -- Install LF $ 2.00 13 Signal -Concrete Foundation Type 1 - Install EA $ 850.00 14 Signal -Concrete Foundation Type 3 - Install EA $ 1,800.00 15 Signal -Concrete Foundation Type 4 -- Install EA $ 2,200.00 16 Signal -Base for 10' or 14' Pedestal Pole Assembly EA $ 50.00 17 Signal -Cabinet Concrete Foundation - Install EA $ 1,500.00 18 Signal -Pedestal Service - Install EA $ 4,500.00 19 Signal -Mast Arm Stabilizer - Install EA $ 75.00 20 Signal -Traffic Signal Miscellaneous (Testing, etc.) -- Install EA EA $ 1,500.00 21 Signal-10 Ft Pedestal Pole - Install item provided by the City $ 375.00 22 Signal-44 Ft Mast Arm - Install item provided by the City EA $ 1,800.00 23 Signal-48 Ft Mast Arm - Install item provided by the City EA $ 2,600.00 24 Signal -Type 42 Signal Pole - Install item provided by the City EA $ 3,200.00 25 Signal -Type 43 Signal Pole - Install item provided by the City EA $ 3,800.00 26 Signal-170E Controller/Cabinet Grnd-Mnt - Install item provided by the City EA $ 8,400.00 27 Signal-Opticom Cable and Detectors - Install item provided by the City LS $ 5,000.00 28 Furnish and Install Mast Arm Signs EA $ 100.00 29 Smart Sensor Detection EA $ 25,000.00 30 Furnish METRO Overhead Street Sign EA $ 300.00 SUBTOTAL 4% Inspection Fee GRAND TOTAL Note: Bid items and costs are Engineer's estimate only and do not reflect actual bid Printed 3/7/2011 2008 CIP Arterial Bond Funds CP# 01692 Quantity Amount 1 $ 5,000.00 14 $ 9,800.00 8 $ 4,400.00 1 $ 550.00 60 $ 420.00 60 $ 300.00 900 $ 2,925.00 500 $ 500.00 500 $ 500.00 800 $ 800.00 150 $ 300.00 150 $ 300.00 2 $ 1,700.00 2 $ 3,600.00 2 $ 4,400.00 2 $ 100.00 1 $ 1,500.00 1 $ 4,500.00 4 $ 300.00 1 $ 1,500.00 2 $ 750.00 2 $ 3,600.00 2 $ 5,200.00 2 $ 6,400.00 2 $ 7,600.00 1 $ 8,400.00 1 $ 5,000.00 4 $ 400.00 1 $ 25,000.00 4 $ 1,200.00 $106,945.00 $4,277 80 $111, 222.80 BUSINESS ORGANIZATIONS INQ1;TTRY - VIEW ENTITY Page 1 of 1 UCC I Business Organizations I Trademarks ( Notary I Account I Help/Fees BUSINESS ORGANIZATIONS INQUIRY - VIEW ENTITY Filing Number: 801170031 Entity Type: Domestic Limited Partnership (LP) Original Date of Filing: September 15, Entity Status: In existence 2009 Formation Date: N/A Tax ID: 32040302781 FEIN: Duration: Perpetual Name: Address: Briefcase A-S 104 Timberland Town Center, L P c/o NewQuest Properties, 8827 W. Sam Houston Parkway N., Suite 200 Houston, TX 77040 USA 1 Logout REGISTERED FILING ASSUMED ASSOCIATED AGENT HISTORY NAMES MANAGEMENT NAMES ENTITIES Last Update Name Title Address September 15, 2009 A-S 104, L C General Partner c/o NewQuest Properties, 8827 W. Sam Houston Parkway N., Suite 200 Houston, TX 77040 USA Order Retur to Search Instructions: To place an order for additional information about a filing press the 'Order' button. https://direct.sos.state.tx.us/corp_inquiry/corp_inquiry-entity.asp?spage=mgmt&:Spagefrom=&.Sfiling_nu 02/28/2011 BUSINESS ORGANIZATIONS INQIJTRY - VIEW ENTITY Page 1 of 1 UCC ( Business Organizations I Trademarks I Notary I Account ( Help/Fees ( Briefcase I Logout BUSINESS ORGANIZATIONS INQUIRY - VIEW ENTITY Filing Number: Original Date of Filing: Formation Date: Tax ID: Duration: Name: Address: 801170019 September 15, 2009 N/A 32040292685 Perpetual A-S 104, L C 8827 W SAM HOUSTON PKWY N STE 200 HOUSTON, TX 770405383 USA Entity Type: Entity Status: FEIN: Domestic Limited Liability Company (LLC) In existence REGISTERED AGENT FILING HISTORY NAMES MANAGEMENT ASSUMED NAMES ASSOCIATED ENTITIES Last Update September 15, 2009 Name Steven D. Alvis September 15, 2009 Jay K. Sears Title Manager Manager Address 8827 W. 200 Houston, 8827 W. 200 Houston, Sam Houston Parkway N., Suite TX 77040 USA Sam Houston Parkway N., Suite TX 77040 USA l Order Return to Search Instructions: 0 To place an order for additional information about a filing press the 'Order' button. https://direct.sos. state.tx.us/corp_inquiry/corp_inquiry-entity. asp?spage=mgmt&: Spagefrom=&. Sfiling_nu... 02/28/2011 M&C Review Page 1 of 2 CITY CouNcu DATE: CO1D1=: SUBJECT: COUNCIL ACTION: Approved on 5/24/2011 5/24/2011 REFERENCE NO.: **C-24916 LOG NAME: C TYPE: CONSENT PUBLIC HEARING: Official site of the City of Fort Worth, Texas FORTWORTII ---nNiorror 06SHOPS AT TIMBERLAND CFA NO Approval of Community Facilities Agreement with A-S 104 Timberland Town Center, L P., for Construction of Water and Sewer Improvements to Serve The Shops at Timberland with City Participation for the Water and Sewer Improvements in the Amount of $30,995.39 (COUNCIL DISTRICT 2) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a Community Facilities Agreement with A-S 104 Timberland Town Center, L.P., for the installation of water and sanitary sewer services to serve The Shops at Timberland, a development located in Fort Worth with City participation for the Water and Sewer Improvements in the amount of $30,995.39. DISCUSSION: A-S 104 Timberland Town Center, L.P., the developer of The Shops at Timberland, will execute a contract for community facilities to serve a development located in Fort Worth (see attached map). There will be City participation to increase pipe capacity in the development area. The Developer and City estimated costs for water, sewer and paving improvements are subject to construction inspection and material testing fees. These improvements will be done under one Community Facilities Agreement (CFA) with a separate Water and Transportation and Public Works (TPVV) portion. Authorization for participation in the TPW improvements (street lights, storm drain and paving) is being considered under the M&C log name "06SHOPS AT TIMBERLAND TPW PORTION". Item Developer City Cost (Total Cost Cost Sewer and .Water Construction 1. Water $100,073.00 $23,842.60 I$123,915.60 1$18,321.83 $ - $18,321.83 2 Sewer Construction Subtotal J$118,394.83 ts23,842.60 $142,237.43 $ Contingency 25 $5,960.65 $5,960.65 percent Total Construction with $118,394.83 $29,803.25 $148,198.08 Contingency $ - B. Construction Fees 1. Water Inspection Two Percent $2,001.46 $596.07 $2,597.53 2. Water Material Testing Two Percent $2,001.46 $596.07 $2,597.53 $366.44 $ - $366.44 3. Sewer Inspection Two http://apps.cfwnet.org/council_packet/mc_review.asp?ID=15057&councildate=5/24/2011 06/07/2011 M&C Review Page 2 of 2 Percent 4. Sewer Material Testing 1 wo Percent Total Construction Fees Grand Total $366.44 $4,735.80 $123,130.63 This development is located in COUNCIL DISTRICT 2. $1,192.14 $30,995.39 $366.44. $5,927.94 FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Water Capital Project Fund. TO Fund/Account/Centers FROM Fund/Account/Centers P265 539140 602140154783 $29, 803.25 P265 531350 602140154785 $596.07 P265 531200 602140154784 $596.07 Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: Randle Harwood (Rini) Additional Information Contact: David Schroeder (2239) ATTACHMENTS EXHIBIT A Water - CFA.pdf EXHIBIT Al Sewer - CFA.pdf Shops at Timberland Sewer Cost Estimate.pdf Shops at Timberland Water Cost Estimate.xls Vicinity Map.pdf http://apps.cfwnet.org/council_packet/rnc_review.asp?ID=15057&councildate=5/24/2011 06/07/2011 M&& C Review Page 1 of 3 CITY COUNCIL AGENDA Official site of the City of Fort Worth, Texas FORT WORTI I Thirer- COUNCIL ACTION: Approved on 5/24/2011 n Ordinance No. 19702n05n2011 DATE: 5/24/2011 RFENENCI; C-24923 LOG NAI1V1E: NO.: 06SHOPS AT TIMBERLAND TPW PORTION CODE: C TYPE: NO PUBLIC NO CONSENT HEARING: SURJ -H.CT: Authorize Execution of a Community Facilities Agreement with A-S 104 Timberland Town Center, L.P., with City Participation in the Amount of $1,031,966.94 for the Construction of 450 Feet of North Beach Street North of Timberland Boulevard and 2,000 Feet of Timberland Boulevard East of North Beach Street and Adopt Appropriation Ordinance (COUNCIL DISTRICT 2) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Transportation Impact Fund by the amount of $729,237. 1 9 and from the Street eet Improvements 2008 Fund from available funds; 2. Authorize the City Manager to execute a Community Facilities Agreement with A-S 104 Timberland Town Center, L P., with City participation in the amount of $1,031,966.94; and DISCUSSION: The 2008 Bond Program included funds for the reconstruction of North Beach Street from Keller Hicks to north of Timberland from an existing two-lane road to a four -lane divided arterial with sidewalks. North Beach Street is identified as a future six -lane principal arterial and Timberland Boulevard is identified as a future four -lane major arterial in the City of Fort Worth Master Thoroughfare Plan. North Beach Street is identified as a future six -lane principal arterial and Timberland Boulevard is identified as a future four -lane major arterial in the City of Fort Worth Master Thoroughfare Plan. The Developer desires to make certain street, storm drain and street light improvements for 450 feet of North Beach Street just north of Timberland Boulevard and 2000 feet of Timberland Boulevard just east of North Beach Street. These improvements will be done under one Community Facilities Agreement (CFA) with separate Water Department and Transportation and Public Works (TPW) portions. Authorization for participation in the Water improvements (water and sanitary sewer services) is being considered separately under the M&C log name 06SHOPS AT TIMBERLAND CFA. Staff recommends participation with the Developer to construct these roadways, including the oversizing of the community facilities. The Developer advertised this project for public bid in the Fort Worth Star -Telegram on January 6, 2011 and January 13, 2011. The developer A-S 104 Timberland Town Center, L.P., and the City of Fort Worth will share the cost of this project as reflected by the tables below. Based on the lowest bid, funding in the amount of $948,099.18 is requested for the City's portion of the construction cost, construction inspection, material/soil testing and construction contingencies for potential change orders. Consistent with the City's Policy for the Installation of Community Facilities, the City participation will http://apps.cfwnet.org/council packet/mc_review.asp?III=15178&councildate=5/24/2011 06/07/2011 C Review Page 2 of 3 not exceed 30 percent of the total community facilities contract price, exclusive of cost for any oversizing. In accordance with the policy and the state law the City will participate at a level of 29 percent for the required facilities and 100 percent for the oversizing. The developer will be reimbursed for $302,729 75 of the construction costs and engineering design for the southbound lanes of North Beach Street just north of Timberland Boulevard from the 2008 Capital Improvement Program. The developer will be reimbursed for $729,237.19 of the construction costs and engineering design of the eastbound lanes of Timberland Boulevard from Transportation Impact Fee Revenues from Service Area D, as authorized under Section 1-7 of the Transportation Impact Fee Ordinance (No. 18083-05-2008). The funding breakdown for this project is: DESCRIPTION DEVELOPER CITY COST CITY 2008 ARTERIAL BOND FUNDS COST CIP TOTAL COST COST IMPACT TRANSPORTATION FUNDS FEE Paving $438,373.77 $435,981.54 $218,628.97 $1,092,984.28 Improvements Storm Drain $248,500.67 $130,870.29 $11,352.94 $390,723.90 Improvements Street Lighting $13,002.15 $31,398.30 $10,445.60 $54,846.05 Improvements 10% Contingency $0.00 $59,825.01 $24,042.75 $83,867.76 Material Testing $13,737.49 $11,337.04 $4,599.64 $29,674.17 Inspection $51,925.07 $0.00 $9,617.10 $61,542.17 $24,042.75 $211,867.76 Engineering $128,000.00 $59,825.01 Design TOTAL $893,539.15 $729,237.19 $302,729.75 $1,925,506.09 Construction plans have been prepared by Winkelmann & Associates, Inc., and have been approved by the City of Fort Worth, Department of Transportation and Public Works. Work will be authorized to begin with the approval of this CFA. This development is located in COUNCIL DISTRICT 2, Mapsco 22B, C. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the current capital budgets as appropriated of the Street Improvements 2008 Fund and the Transportation Impact Fund. TO Fund/Account/Centers C206 488139 061249991400 $729,237.19 C206 541200 061249991400 $729,23719 FROM Fund/Account/Centers C204 531200 202230169230 C204 511010 202230169285 C204 531200 202230169284 C204 541200 202230169283 C204 531350 202230169285 C206 531200 062230154730 $24, 042.75 $417.82 $4,599.64 $264,470 26 $9,199 28 $59,825.01 http://apps.cfwnet.org/council_packet/mc review.asp?ID=15178&councildate=5/24/2011 06/07/2011 vie: C Review Page 3 of 3 C206 541200 062230154783 $6582075.14 C206 5312.00 _062230154784 $111337.04 Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: Randle Harwood (6101) Additional Information Contact: Dave Schroeder (2239) ATTACHMENTS 06SHOPS AT TIMBERLAND TPW PORTION A011.doc Location Map.pdf http://apps.cfwnet.org/council_packet/mc_review.asp?ID=15178&councildate=5/24/2011 06/07/2011