Loading...
HomeMy WebLinkAboutContract 43211C1TYSECRETARY y0,2 I I CONTRI&©TNOP, COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, the undersigned "Developer" desires to make certain improvements (refer to the name of the project at the bottom of the page) an addition to the City of Fort Worth, Texas; and WHEREAS, the said Developer has requestedtheCity of Fort Worth, a home -rule municipal corporation situated in Tarrant, Denton, Parker, and Wise Counties, Texas, hereinafter called "City", to do certain work in connection with said improvements. Developer Information: Developer Company Name: Renaissance Square LLC by its Manager, Moriah Real Estate Company LLC Authorized Signatory: Alfred C. Branch Title: President Project Name: The Shoppes at Renaissance Square Lot 14 Project Location: East Mitchell Blvd., South Malvern Trail Additional Streets: N/A Plat Case No.: FS-O 11-171 Plat Name: T Mapsco: 78 S, T, X CFA: 2012-008 DOE: 6478 To be completed ley staff Received by: 11-12 PO4:48 IN Council District: 7 City Project No: 01523 Date: OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX NOW, THEREFORE, KNOW ALL BY THESE PRESENTS: For and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: General Requirements A. The Policy for the Installation of Community Facilities ("Policy") dated March 2001, approved by the City Council of the City of Fort Worth and subsequently amended from time to time via a Mayor and Council Communication adopted by the City Council of the City of Fort Worth, is hereby incorporated into this Community Facilities Agreement ("CFA") as if copied herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. B. Developer shall provide financial security in conformance with paragraph 6, Section II, of the Policy and recognizes that there shall be no reduction in the collateral until the Project has been completed and the City has officially accepted the infrastructure. Developer further acknowledges that said process requires the contractor to submit an Affidavit of Bills paid signed by its contractor and Consent of Surety signed by its surety to ensure the contractor has paid the sub -contractor and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full for all the services provided under this contract. C. Developer agrees to cause the construction of the improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City -approved construction plans, specifications and cost estimates provided for the Project and the exhibits attached hereto. D. The following checked exhibits are made a part hereof: Water (A) X , Sewer (A-1) X , Paving (B) X , Storm Drain (B-1) X , Traffic Signal (C) X . E The Developer shall award all contracts for the construction of community facilities in accordance with Section II, paragraph 7 of the Policy and the contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section II, of the Policy. F. For all infrastructure included in this Agreement for which the Developer awards construction contract(s), Developer agrees to the following: i. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to meet City's requirements for being insured, licensed and bonded to do work in public streets and/or prequalified to perform water/waste water construction as the case may be. ii. To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent (100%) of the contract price of the infrastructure, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the infrastructure for a period of two (2) years insuring the maintenance and repair of the constructed infrastructure during the team of the maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253, Texas Government Code. iii. To require the contractor(s) it hires to perfonin the construction work contemplated herein to provide insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer -awarded infrastructure construction contracts. The City shall be named as additional insured on all insurance required by said documents and same will be evidenced on the ACORD Certificate of Insurance supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours notice to the City's Construction Services Division of intent to commence construction so that City inspection personnel will be available; and to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces, and not to install or relocate any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. v. To require its contractor to have fully executed contract documents submitted to the City to schedule a Pre -Construction Meeting. The submittal should occur no less than 10 working days prior to the desired date of the meeting. No construction will commence without a City - issued Notice to Proceed to the Developer's contractor. vi. To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department G. Developer agrees to provide, at its expense, all engineering drawings and documents necessary to construct the improvements required by this Agreement. H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the improvements required herein. I. City shall not be responsible for any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. J. Developer hereby releases and agrees to indemnify, defend and hold the City harmless for any inadequacies in the preliminary plans, specifications and cost estimates supplied by the Developer for this Agreement K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer and required for the construction of the current and future improvements provided for by this Agreement. L The Developer further covenants and agrees to, and by these presents does hereby, fully indemnify, hold harmless and defend the City, its officers, agents and employees from all suits, actions or claims of any character, whether real or asserted, brought for or on account of any injuries or damages sustained by any persons (including death) or to any property, resulting from or in connection with the construction, design, performance or completion of any work to be performed by said Developer, his contractors, subcontractors, officers, agents or employees, or in consequence of any failure to properly safeguard the work, or on account of any act, intentional or otherwise, neglect or misconduct of said DEVELOPER, his contractors, sub -contractors, officers, agents or employees, whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. M. Developer will further require its contractors to indemnify, defend and hold harmless the City, its officers, agents and employees from and against any and all claims, suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from, or in any way connected with, the construction of the infrastructure contemplated herein, whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. Further, Developer will require its contractors to indemnify, and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and construct the improvements in a good and workmanlike manner, free from defects, in conformance with the Policy, and in accordance with all plans and specifications and shall cause to be executed and delivered to the City an indemnity agreement from such contractors on a faun to be promulgated by the City. N. Upon completion of all work associated with the construction of the infrastructure and improvements, Developer will assign to the City a non- exclusive right to enforce the contracts entered into by the Developer with its contractor along with an assignment of all warranties given by the contractor, whether express or implied. Further, Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. O. Inspection and material testing fees are required as follows: i. Developer shall pay in cash water and wastewater inspection fees and material testing fees equal to two percent (2%) for a total of 4% of the developer's share of the total construction cost as stated in the construction contract. ii. Developer shall pay in cash paving and storm drain inspection fees equal to four percent (4%) and material testing fees equal to two percent (2%) for a total of 6% of the developer's share of the total construction cost as stated in the construction contract. iii. Developer shall pay in cash the total cost of streetlights or if the city is not installing the streetlights, inspection fees equal to four percent (4%) of the developer's share of the streetlight construction cost as stated in the construction contract. iv. Developer shall pay in cash the total cost of street signs. P. COMPLETION WITHIN 2 YEARS i. The City's obligation to participate (exclusive of front foot charges) in the cost of the community facilities shall terminate if the facilities are not completed within two (2) years; provided, however, if construction of the community facilities has started within the two year period, the developer may request that the CFA be extended for one year. If the community facilities are not completed within such extension period, there will be no further obligation of the City to participate. City participation in a CFA shall be subject to the availability of City funds and approval by the Fort Worth City Council. ii. Nothing contained herein is intended to limit the Developer's obligations under the Policy, this Agreement, its financial guarantee, its agreement with its contractor or other related agreements. iii. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the construction of the community facilities if at the end of two (2) years from the date of this Agreement the community facilities have not been completed and accepted. iv. The City may utilize the Developer's financial guarantee to cause the completion of the construction of the community facilities or to cause the payment of costs for construction of same before the expiration of two (2) years if the Developer breaches this Agreement becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction, the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement Cost Summary Sheet Project Name: The Shoppes @ Renaissance Square Lot 14 CFA No.: 2012-008 DOE No.: 6478 An Engineer's Estimate of Probable Cost is acceptable. However, the construction contract price will ultimately determine the amount of CFA fees and financial guarantee. The bid price and any additional CFA payments will be required prior to scheduling a pre -construction meeting. An itemized estimate corresponding to each project -specific exhibit is required to support the following information. Items Developer's Cost A. Water and Sewer Construction 1. Water Construction $ 130,547.00 2 Sewer Construction $ 18,258 00 Water and Seer Construction Total $ 148, 805.00 B. TPW Construction 1. Street $ 21,870.00 2. Storm Drain $ 38,500.00 3. Traffic Signal $ 159,055.00 TPW Construction Cost Sub -Total $ 219,425.00 Total Construction Cost (excluding the fees): $ 368,230.00 Construction Fees: C. Water/Sewer Inspection Fee (2%) $ 2,976.10 D. Water/Sewer Material Testing Fee (2%) $ 2,976.10 Sub -Total for Water Construction Fees $ 5,952.20 E TPW Inspection Fee (4%) $ 2,414.80 pr F. TPW Material Testing (2%) $ 1,207.40 G. Traffic Signal Inspection (4%) $ 6,362.20 H. Street Signs Installation Cost $ Sub -Total for TPW Construction Fees $ 9,984.40 Total Construction Fees $ 15,936.60 Choice Financial Guarantee Options, choose one Amount (ck one) Bond = 100% $ 368,230.00 Vite Completion Agreement = 100% / Holds Plat $ 368,230.00 Cash Escrow Water/Sanitary Sewer= 125% $ 186,006.25 Cash Escrow Paving/Storm Drain = 125% $ 274,281.25 Letter of Credit = 125% w/2yr expiration period $ 460,287.50 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 Al C f day of Marter , 20 (2.. . CITY OF FORT WORTH - Recommended by: Water Department Wendy Chi-Babulal, EMB Development Engineering Manager Approved as to Form & Legality: Dougl.s-Vir. Back Assistant City Attorney M&C No. id 4- Date: ATTEST: /9/74& MryI It City Secretary 4,4);‘?•fortris attez.atamitz a 0 0 rtalk CsU ° % 0 CIO Oa, (3 ) PIM Pc. ° go -CO 0 g X fj J 4SA*% / �ci efoltoff oo .� a00000 �i,x'41Zibb EX :44se ATTEST: 11C,V.M.MMIc7j/L I 3 1/4) Signature J (Print) Name: rag,e �Oclmq Transportation & Public Works Department Douglas Wiersig, P.E. Director Approved by City Manager's Office Fernando Costa Assistant City Manager OFFICIAL RECORD CITY SECRETARY FT. %NORTH, TX Renaissance Square, LLC By its Manager Moriah Real Estate Company, LLC Signature Print Name: Alfred C. Branch Title: President Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included ra r Attachment Location Map Exhibit A: Water Improvements Water Estimate Exhibit A-1: Sewer Improvements Sewer Estimate Exhibit B: Paving Improvements Paving Estimate Exhibit B-1: Storm Drain Improvements Storm Drain Estimate Exhibit C: Traffic Signal Traffic Signal Estimate (Remainder of Page Intentionally Left Blank) • MAHN1111 III I II II z� - THANNISH w 1 BURTON ) BERRY LOCATION MAP MAPSCO PAGE 78-S/T WffinkeIl)antenn Aoganchatanz, haw. CONSULTING CIVIL ENGINEERS • SURVEYORS (972) 490-7090 FAX (972) 490-7099 Scale : N.T.S. Design : T C.Y. Drawn : W.A./. Date : 01/10/12 Dwg. File : 26059CFA.dwg Project No. : 26059.01(20) OMJw: N.T.S. J. JUSTICE SURVEY A — 859 R.R. RAMEY SURVEY A — 1342 CITY OF FORT WORTH TARRANT COUNTY, TEXAS LOCKARD CONSTRUCTION 4501 PRAIRIE PKWY. CEDAR FALLS, IOWA 50513 TRAFFIC SIC\AL VICINITY MAP THE EPRENAICSQUARE-LOT 14 FORT WORTH, TARRANT COUNTY TEXAS SHEET 1 OF 6 J J I 1 EX. 6" WATER I 1 1 I 1 1 1 I 1 0 WARM PROP. 6" WATER W/65LF BORE DETENTION AREA(3) .1111-141.1111 c ) r ) fic t s r s c Vll _ 4 nm1AU(11) RETA11(f0) RETAn(0) (PROP. 12" WATER I PROP. FH 5 9•G 22"-W 6" METER & VAULT 1 EX. 12" WATER NOT A PART FORT WORTH IS➢ 1 PROP. 12" WATERI I I"()Rs_PRI.V°Tv F{J RhTM1(8) 0 Wnm1k®Rmm EMIR Amadeu11®0p IImue0 CONSULTING CIVIL ENGINEERS • SURVEYORS (972) 490-7090 FAX (972) 490-7099 Scale : 1 '= 200' Date : 03/07/12 Design : T.C.Y. Drawn : W.A.I. Dwg. File : 26059CFA.dwq Project No.: 26059.01(20) PROP. 6" WATER Q Y L 1 IEX. 20' WATER TO REMAIN 6AHER err a LOT 14 19.747 LC. M i'AIO} 6" METER & VAULT PROP. FH J. JUSTICE SURVEY A - 859 R.R. RALIEY SURVEY A - 1342 CITY OF FORT TIORTH TARRANT COUNTY, TEXAS LOCKARD CONSTRUCTION 4501 PRAIRIE PKWY. CEDAR FALLS, IOWA 50813 r C —1 I 1 I 1 r 1* 0 LOT 15 16.043 C. NOT A PART J J R$TAIL(2} Wan) • -I PROP. 6" WATER " I— i ) r (PROP. 12" W ')'E�R IPBRYOP. HER12"S WATER OT -�-- - - 5 9'58'22" W 699.18'' 1 EXISTING 12" WATER TO BE ABANDONED & REMOVED a OO' 200' 0' T1 SCALE: 1'= 200' WATER EXHIBIT EXHIBIT A THE SHOPPES AT RENAISSANCE SQUARE -LOT 14 0 SHEET 2 OF FORT WORTH, TARRANT COUNTY, TEXAS 6 —j 1 1 !PROPOSED PRIVATE 8 S.S. I +11. tc3/t 3 t r �.o.,. ahn RLTAR(12) \ Ill i I VA -CV -ERN 1RAIL EX. 8" S.S. I DETENTION AREA(3) t , r 3 r, r f J 1 f LOT 14 19.741 AC. Ir= -d . _Naij .1. 1'---lLN of REfAIL(n) REPAR(10) 1261M1.(9) 89758'22' W 422.10' NOT A PART FORT WORTH ISD Wiinnkeltunaemnin Ago®eusittoo, llmi CONSULTING CIVIL ENGINEERS ■ SURVEYORS (972) 490-7090 FAX (972) 490-7099 Scale : 1 200' Dote : 03/07/12 Design : T.C.Y. Drawn : W.A.!. Dwg. Fire : 26059CFA.dwq Protect No. : 26059.01(20) OWNER REFAR,(a) 4 1€30-041- oLitj J. JUSTICE SURVEY A - 859 R.R. RAMEY SURVEY A - 1342 CITY OF FORT WORTH TARRANT COUNTY, TEXAS LOCKARD CONSTRUCTION 4501 PRAIRIE PKWY. CEDAR FALLS, IOWA 50613 REtAR(3) fr 0 PROP. 8" S. S. LINE IPROP 4' DIA. I S. S. MANHOLE 1 1 1 I/C. 1 PROP. 4' DIA. i S. S. MANHOLE 1 I Hfun1(2) DETENTION u RE0.9.0) 0 0 C\ PROP. 8S.S. 8' OTHERS LOT 15 face At NOTI"" PART -3I S 89'58'22n W 699.181. o' 100' 200' SCALE. 1'— 20D' SAN. SEWER EXHIBIT EXHIBIT A-1 THE SHOppES AT RENAISSANCE SQUARE —LOT 14 FORT WORTH, TARRANT COUNTY, TEXAS SHEET 3 OF 6 • 101 0 0 0- a 0 N 0 V 11 U rn 1q 0 CO 0 z 0 w U' z w 0 1 ..2._4-_.._...) ) 24i i i 11 I 1 1 1! 1 12 I 19 i .(zl .- 23___. 1 i 10 1 0 8 Fin i> 1 1 i r..- --.7.7. -1 is .._t x i I _.1--- 14 1 17 1 I I 1 —.._...t...___--1 1 11 111 11 ji 52 1 4 15 y 15 __1 L---21—. G 1. _..L.. s 8915917 I ` — 1 1 -.� , 1 ^I i1 1 — 'I , I I NOT A PART ROTA PART •,\ 15 l 14 i 11 NOT a PART I `{! I q.S R. •{ 1i l!, II I CA / STAa O I OS.R. MA 1 _-.TOlp>:T �'`.739 '�.1 • , I FT1 I �,T,� I �i.' 1 1 F-7yy I TRAIL ., 14 •\ \ 1e' •3''\, I :I ai \ 12 .\ 13 ,--'SHROPSHIRE JI li��, \ 14 13 1 12 \ e l \ 10 1 11 .•Cov.'RIattoRE- \ \, 1 \ 11 ° 1, 1 i 01" 1 \ 15 I 1 ( 1 I t. L -11 i 1 A-- rn PROP. 8" GONG! PVIAT. 0 R.O.W. &3 t i C-9 LTIONII) 111151nW $ 119'58'22" W 42210. PROP. 6. 0 CONGA PV1i7. R.O.W. PORT AORTH (SR NOT A PART Wiliffillsia>laiffiffi Aoonait®9 Rec. CONSULTING CIVIL ENGINEERS or SURVEYORS (972) 490-7090 FAX (972) 490-7099 Scole : 1 '= 300' Dote : 03/07/12 Design : T,C.Y. Grown : W.A.I. Dwg. Rio : 26059CEA.dwq Protect No. : 26059.01(20) owmc • 4 ___•.111___ T-_ 111 DETENTION -)0gOrn t a I 1 i i i1 1 1 1 11 112 ;13 ;1415 I16 i17 18 119 i 201 11 12 i i 1 j 1 71g 3 `4 i15 18 ,17 1 FO 110l 0I 8l 7i Jill; i6i 5 4 31 2 i t ii IQ 9 1 8 - - - E. Bysay,,„�� I EET p 1 I IInSIGN 3 LPAJ 4G cvi a 1t.sR- NOT A PART T :1 4 loot LOT 11Mal it 1 en5 c b 0 tl 4 32114.01 P sO Fit 1 i _1 .L .RISTTCE SURVEY A - 859 R.R. RAMEY SURVEY A - 1342 CITY OF FORT WORTH TARRANT COUNTY. TEXAS LOCKARD CGNs7RUCRON 4501 PRAIRIE PXWY. CEOAR FALLS, IOWA 50613 NO7 A PART • 5 8938•22•11 L LJ TOW 699,1d SIT IONN REST. .0 77 NOT A PART Lx MA _VF�NTRAti- t` % ca t t I tH 0' NOT A PAR _L 150. 300' SCALE: T'= 30D' PAVING EXHIBIT EXHIBIT B SANESQRENAICE'SAT 14 FORT WORTH, TARRANT COUNTY, TEXAS SHEET 4 OF 6 2 t'1 A G'260\59\ENGINEERING \CF*26059CFAdwg, • \ \ 14 \16 ; 15 '` 7 n; 12 j 19 • 13 * eta i 14 -I* 17 5 16 \ 13 72 \ 1! _.-SHROPSHIRE �.r -Orb \,\7¢'�'13 '1 12 i j i ‘0-1'�9 ,• 1!r 1 sY� It \ I0 j 11 I '\ --COWRIEMOREJ i \ j 9 I n ''\)o \ 1t faX A PART HOT A PART 1 I 110T , PART I I "TUT" CAto f 8.6.ft. I LOT '-"'e ! wand Y" i K• JPTOP CITY 'Ai - _\r1 I I I I i I i 1 ZI 23 i I MI__—._---j ' 10 9 e 7 6 11 12 13 14 L 15 16 17 1 18 19 20 ' 1-1112 1 1 -.._..L..� ._. .-J -.1..— _...._ i,cr Q 11,4,11 F.._.._..� 1 I 1 1 j 1111 I 1 1 11 12 1J 4 'IS 16 17 TD )9 O { IO 19 8 1 7 1 6 5 4 3 2 1 � 10 1 9 1 8 ! L �. , � _ xL i {L L i 1 L ,••J E. BERRYRGASTREET YM'AT4L s 11 r em7 '�_.(I 3tc R. i I•Y•T t 0 c1 0 C I C S Li t =i t-1 uMe00 S 8958'71' 14 71H➢{i0) FORT LORil ISO HOT A PARr Wfillnlissilmananin A1o®rmciieYtc®o9 llmi 0 CONSULTING CIVIL ENGINEERS ■ SURVEYORS (972) 490-7090 FAX (972) 490-7099 Scale : 1 '= 300' Dote : 03/07/12 Design : T.C.Y. Drawn : W.A.:. Dwg. File : 26059CFA.dwq Prefect No. : 26059.01(20) o d 4 ®41) FFLII(6 42210' OWIER; .100 0 0 0 0 0 o rI o I Ci• 0 Q A t� o t= 1 t) t T LOT 14 MO IC e 3 tt.PIL e. 1107 \ PART -! R 0 0 o c v L.J e '" \ �a. ' \� • \ \\t\ C\\\\' \ �U':sNSlN AAJ PA q4'� \ \\ VI e la)0� U\SIGN 3 1 tct ;It tt1 J. JUSTICE SURVEY A — 8.59 R.R. RAMEY SURVEY A — 1342 CITY OF FORT WORTH TARRANT COUNTY, TEXAS LOCKARD CONSTRUCTION 4501 PRAIRIE PKWY. CEDAR FALLS IOWA 50613 • S a'22' SY 6 TOP SOIL PER CRY SPEC L 599.11E1 BIT DORI ReST. LOTV HOT A PART CA$�AL cALiting LOT 0 4.40 Lc NOT A PART J 0 A ]mRi = 0' 150' 300' I t SCALY: 1"= 300' STORM SEWER EXHIBIT EXHIBIT B-1 THE SHOPPES AT RENAISSANCE SQUARE --LOT 14 FORT WORTH, TARRANT COUNTY, TEXAS SHEET 5 OF 6 UbU\.)Y\tl LNtt'UNI4\LPA\LbUJYL,FACWgi 3//JL1.1J.4CU:31 YM Sy PROP. 4' SIDEWALK W/TYPE "H"RAMPS PROP. 6' SIDEWALK W/TYPE "H"RAMPS 11 12 13 14 15 I 16 17 I I L 1 J = T T t j I10 9 I8 7 I6 1 1 �f v - - ft LP PP E. BERRY STREET (VARIAOLE ROW) LP 4 5 8537'21" E 200,00 LP PROP. 6" CONC.I PVMT. 0 R.O.W. LOT 8 LOT 9 1.381 AC. 1.371 AC. NOT A PART NOT A PART 11 1inz - III - ---.._.._._.._._.. Tom_ 0 1 LOT 10 1.454 AC. NOT A PART RENAISSANCE LANE LOT 15 18,843 AC. NOT A PART CO • WnffilissiIlffia.1m.m. t44 Agmeeng1itw®9 'IMOD CONSULTING CIVIL ENGINEERS • SURVEYORS (972) 490-7090 FAX (972) 490-7099 Scale : 1 "4= 200' Dote : 03/07/12 Design : T.G.Y. Drawn : W.A.I. Dwg. Fite : 26059CFA.dwq Project No. : 26059.01(20) S 89'35150" E 1P700, ,9;,. _ IF I PROP. 6' SIDEWALK W/TYPE "H"RAMPSI 0' LOT 12 n oan AC 4•NOT A PART NOT A PART LOT 11 1.415 AC I11 LOT 16 7.573 AC. NOT A PART J. JUSTICE SURVEY A -- 859 R.R. RAMEY SURVEY A -- 1342 CITY OF FORT WORTH TARRANT COUNTY, TEXAS LOCXARD CONSTRUCTION 4501 PRAIRIE PKWY. CEDAR FALLS, IOWA 50813 ri ;u It!! g L1QT It 13 R4 AC lit NOT A PART r SCALE: 11.= 200' TRAFFIC SIGNAL at BERRY/BINELE'Y S7 gg EXHI��BIIpTppC2 RENAISSA�I5Q ARR LOT 14 FORT WORTH, TARRANT COUNTY, TEIAS 25 SHEET 6 OF 6 i Exhibit A* Water Description A. 12" Water B. 8" Water C. 6" Water D. 12" Gate Valve E. 6" Gate Valve F. Fittings G. Conn To Ex. Water H. 12"x6' Tapping Sleeve& Valve I. 12"x8' Tapping Sleeve& Valve J. 8"x6" Tapping Sleeve& Valve K 65LF Bore on Malvern L 6" Dom. Meter Water Service M. 2" Irr. Service N. 6" Meter Box (Vault) O. Removal ex. 12" water line P. Testing Q. Trench Safety Exhibit A-1 * Sanitary Sewer Description A. 8" PVC B. 4' Dia. Manhole C. Extra Depth MH D. Conn. To ex. S.S. E. !Vacuum test for MH F. ITV inspection G. ITrench Safety 1 Community Facilities Agreement for The Shoppes at Renaissance Square -Lot 14 February 21, 2012 Revised 3-20-12 Quantity 620 65 145 1 3 1.00 1 7 1 1 1 2 1 2 350 1 830 Quantity 200 2 10 1 2 200 200 Unit L.F. LF L.F. Ea. Ea. Tons Ea. Ea. Ea. Ea. Ea, Ea. Ea. Ea. L.F. L.S. L.F. Unit LF Ea. Vf Ea. Ea. L.F. L.F. Unit Price $ 38.00 $ $ 30.00 $ $ 28.00 $ $ 1,587.00 $ 835.00 j $ 3,600.00 $ 2,000.00 $ 2,800,00 $ 2,955.00 $ 2,600.00 $ 25,000.00 $ 10,000.00 $ 800.00 $ $ 3,000.00 $ $ 10.00 I $ $ 10,000.00 I $ $ 1.00 I $ Subtotal I $ Unit Price $ 40.00 $ $ 2,340.00 $ $ 257.00 $ $ 2,000.00 I $ $ 104.00 I $ $ 3.00 I $ $ 1.00I$ Subtotal I $ 1 Total 23,560.00 1,950.00 4,060.00 1,587.00 2,505.00 3,600.00 2,000.00 19,600.00 2,955.00 2,600.00 25,000.00 20,000.00 800.00 6,000.00 3,500.00 10,000.00 830.00 30,547.00 Total 8,000.00 4,680.00 2,570.00 2,000.00 208.00 600.00 200.00 18,258.00 G:1260\59\Engineering\CFA\26059 cfa Community Facilities Agreement for The Shoppes at Renaissance Square -Lot 14 February 21, 2012 Revised 3-20-12 Exhibit B- Paving Description A. 6" Driveway Approach Pavement B. 6"-3000psi Conc. Pvmt. C. Scarified Recompacted Subgrade D. ISaw Cut-18" Full Depth (2 drives on Mitchell) E. (Traffic Control Exhibit B-1 * Storm Drain Description IA. Pond Excavation IB. Matting/Seeding on Detention Pond area IC. Rock Riprap ID. 6" Topsoil 1 Quantity 252 30 322 160 1 U nit Unit Price S .Y. $ 25.00 $ S .Y $ 25.00 I $ S .Y $ 10.00 1 $ L.F. I $ 10.00 $ L.S. I $10 000.00 $ I Subtotal $ Quantity Unit 4,400 C.Y. $ 7,800 S.Y $ 30 C.Y $ 1,500 I C.Y I $ Total 6,300.00 750.00 3,220.00 1,600.00 10,000.00 21,870.00 Unit Price Total I 2.00 $ 0.75 $ 45.00 $ 15,00 I $ I Subtotal I $ 8,800.00 5,850.00 1,350.00 22,500.00 38,500,00 1 G•1260\59\Engineering\CFA126059 cfa Community Facilities Agreement for The Shoppes at Renaissance Square -Lot 14 February 21, 2012 Revised 3-20-12 Exhibit C * Street Signal Description 1 Remove ADA Ramp 2 Electrical Service Ped 3 2" Condt PVC SCH 40 (T) 4 2" Condt PVC SCH 40 (B) 5 3" Condt PVC SCH 40 (T) 6 3" Condt PVC SCH 40 (B) 7 4" Conc Sidewalk 8 6' Barrier Free Ramp, Type H 9 4" Sld Pvmt Marking Paint (W) 10 4" Sld Pvmt Marking Paint (Y) 11 12" Sld Pvmt Marking Paint (W) 12 18" Sld Pvmt Marking Paint (W) 13 Lane Legend Arrow 14 Lane Legend Only 15 Raised Marker TY W 16 Raised Marker TY Y 17 Refl Raised Marker TY I-C 18 Refl Raised Marker TY II -AA 19 Refl Raised Marker TY II-CR 20 Remove 18" Pvmt Marking 21 Remove Raised Marker 22 3-Sect Signal Head Assembly 23 Ped Signal Head Assembly 24 2' Ped Push Btn Station w/Sign (SIG Pole) _ 25 20/C 14 AWG mulit-Conductor Cable 26 No 6 Triplex OH Insulated Elec Condr 27 No 6 insulated Elec Condr 28 No 6 Insulated Elec Condr White 29 No 8 Insulated Elec Condr 30 No 8 Insulated Elec Condr White 31 No 8 Bare Elec Condr 32 Ground Box Large, w/ Lid Apron 33 TY 3 Signal Foundation 34 TY 4 Signal Foundation 35 TY 5 Signal Foundation 36 Salvage Traffic Signal 37 Cabinet Concrete Foundation 38 Traffic Signal 39 Install Radar Presence Detect System 40 Install Emergency Vehicle Preemption Systeni 41 Install Type 41 Signal Pole 42 Install Type 44 Signal Pole 43 Install Type 46 Signal Pole 44 Install Mast Arm 16' - 36' 45 Install Mast Arm 40' 48' I 1 1 1 Quantity 2 1 65 235 130 340 135 4 100 200 522 136 2 2 224 120 36 34 26 136 440 10 8 8 545 250 620 470 240 240 620 5 2 1 1 1 1 1 1 1 2 1 1 2 1 Unit Ea. Ea. LF L.F. L.F. LF S.F. Ea. LF L F. L.F. LF Ea. Ea. Ea. Ea. Ea. Ea. Ea. LF Ea. Ea. Ea. Ea. L.F. L.F. L.F. L.F. L.F. L.F. L.F. Ea. Ea. Ea. Ea. LS Ea. LS Ea. Ea. Ea. Ea. Ea. Ea. Ea. 1 1 1 1 Unit Price $1 00 $4,000.00 $5.00 $14 00 $7 00 $18.00 $250 00 $1,400.00 $1.00 $1.00 $3.00 $4.00 $90 00 $125.00 $4.00 $3.00 $3.00 $4.00 $4.00 $1.50 $1.00 $500.00 $500.00 $200.00 $4.00 $4.00 $1.00 $1.00 $1 00 $1 00 $1 00 $700 00 $2,000.00 $2,500.00 $6,000.00 $2,000.00 $1,000,00 $10 000.00 $20 000 00 $5,000 00 $2,500 00 $2,800 00 $3,100 00 $2,200.00 $3,000.00 Total 2.00 4,000.00 325.00 3,290 00 I 910.00 6,120.00 33,750.00 5,600.00 100.00 200.00 1,566.00 544.00 180.00 250.00 896.00 360.00 108.00 136.00 104.00 204.00 440.00 5,000.00 4,000.00 1,600.00 2,180.00 1,000.00 620.00 470.00 240.00 240.00 620.00 3,500.00 4,000.00 2,500.00 6,000.00 2,000.00 1,000.00 $ 10,000.00 $ 20,000.00 $ 5,000.00 $ 5,000.00 $ 2,800.00 $ 3,100,00 $ 4,400.00 $ 3,000.00 I G:\2601591Engineering1CFA126059 cfa 46 Install 47 Install 48 Install Community Facilities Agreement for The Shoppes at Renaissance Square -Lot 14 February 21, 2012 Revised 3-20-12 Mast Arm 52' - 60' Controller & Cabinet, Ground Mount Alum Sign Mast Arm Mount TOTALS Exhibit A * Water Exhibit A-1 * Sanitary Sewer 12% Testing Fee 12% inspection Fee Exhibit B * Paving Exhibit B-1 * Storm Drain Exhibit C * Street Signal 12% Testing Fee 14% Inspection fee 1 1 7 Ea. Ea. Ea. $3,500.00 $ $7,500.00 $ $100.00 $ Subtotal 1 $ 1 Subtotal $ 1 Total 1 $ $ 1 Subtotal $ 1 Total 1 $ 3,500.00 1 7,500.00 700.00 159,055.00 130,547.00 18,258.00 148,805.00 2,976.10 2,976.10 154,757.20 21,870.00 38,500.00 159,055.00 219,425.00 4,388.50 8,777.00 232,590.50 GA2601591Engineering\CFA\26059 cfa