Loading...
HomeMy WebLinkAboutContract 43972 (2)COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. (3°1 4e1 2- WHEREAS, the undersigned Developer ("Developer") desires to make certain improvements ("Improvements") related to a project as described below ("Project"), an addition to the City of Fort Worth, Texas ("City"); and WHEREAS, the Developer and the City desire to enter into this "Agreement" in connection with the Improvements. Developer Information: Developer Company Name: Cassco Development Co., Inc. Address, State, Zip Code: 4200 South Hulen St., Ste. 614, Fort Worth, TX 76109 Phone, E-Mail: (817) 731-7396, paxton@casscoland.com Authorized Signatory/Title: Paxton E Motheral, Vice President Project Name: Clearfork Main Street Ph. 6 Project Location: N/Trinity River & E/Chisholm Trail Pkwy. Plat Case No.: FP-012-016 Plat Name: Edwards Ranch Clearfork Mapsco: 74Z, 75W CFA: 2012-067 DOE. 6798 To be completed by st Received by: � l�V`,t- ,�v�; Date: I 215 I la - Council District: 3 City Project No: 01860 1 2-12-1 2 PO4:05 IN 1 1 OFFICIAL RECORD CITY SECRETARY I Ft WORTH, iR i 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 11, 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 , Street Lights & Signs (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 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. iii. 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, 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. an 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 form 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. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) Cost Summary Sheet Project Name: Clearfork Main Street Ph. 6 CFA No.: 2012-067 DOE No.: 6798 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 2. Sewer Construction $ $ 178,019.30 18,458.00 Water and Sewer Construction Total $ 196,477.30 B. TPW Construction 1. Street (Includes Excavation) 2. Storm Drain 3. Street Lights Installed by Developer $ $ $ 686,746.25 1,010,674.00 46,718.00 TPW Construction Cost Total $ 1,744,138.25 Total Construction Cost (excluding the fees): Construction Fees: C. Water/Sewer Inspection Fee (2%) D. Water/Sewer Material Testing Fee (2%) Sub -Total for Water Construction Fees E TPW Inspection Fee (4%) F. TPW Material Testing (2%) G. Street Light Inspsection Cost H. Street Signs Installation Cost Sub -Total for TPW Construction Fees Total Construction Fees: Financial Guarantee Options, choose one Bond = 100% Completion Agreement = 100% / Holds Plat Cash Escrow Water/Sanitary Sewer= 125% Cash Escrow Paving/Storm Drain = 125% Letter of Credit = 125% w/2vr expiration period $ 1,940,615.55 $ $ $ $ $ $ $ $ 3,929.55 3,929.55 7,859.09 67,896.81 33,948.41 1,868.72 490.00 104,203.94 $ 112,063.03 $ $ $ $ $ Choice Amount (ck one) 1, 940, 615.55 1,940,615.55 245,596.63 2,180,172.81 2,425,769.44 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 executO this instrument in quadruplicate, at Fort Worth, Texas this A4111---- day of Zilitaal ,20 )�! CITY OF FORT WORTH - Recommended by: Water Department - Wendy Chi-$abulal, EMBA, P.E. Development Engineering Manager Approved as to Form & Legality: Douglas :lack Assistant City Attorney M&C No. Date: ATTEST: Mary J. Ka City Secre ATTEST: ry Signature (Print) Name: I egveis eJe Transportation & Public Works Department 13 Li Dougl4 W. Wiersig, P.E. Director Approved by City Manager's Office Fernando Costa Assistant City Manager ,ca►fOliroa oo o0 QO U net ri �OO -'r � O 0 0 00 000000 44.1EXIDAcr Cassco Development Co., Inc. Print Name: Title: Signature PC,0 fog Ni v III ijtcz Pits < OFFICIAL RECORD CITY SECRETARY 7 Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included ►1 z 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: Street Lights and Signs Improvements Street Lights and Signs Estimate (Remainder of Page Intentionally Left Blank) G:\JOB\WFXL5900\700 CADD\728 Exhibits\CFA Exhibits\Phase 6\WFXL5900—CFACover—Ph6.dwg CO r psG) COI UIOSA o --i c 0 co o D z In n V 0) O N G:\JOB\WFXL5900\700 CADD\728 Exhibits\CFA Exhibits\Phase 6\WFXL5900—CFAWater—Ph6.dwg WATER EXHIBIT A CLEARFORK MAIN STREET PHASE 6 JACOBS JACOBS ENGINEERING GROUP INC. 777 MAIN STREET FORT WORTH, TEXAS 76102 (817) 735-6000 PROJECT NO. WFXL5900 PAGE 2 OF 6 CLEARFORK TRINITY RIVER TARRANT COUNTY WATER CONTROL & IMPROVEMENT DISTRICT N0. 1 VOL 4559, PG. 1 D.R.T.C.T. LEGEND PROPOSED WATER LINE PROPOSED GATE VALVE PROPOSED REDUCER AND AIR RELEASE VALVE PROPOSED FIRE HYDRANT PROPOSED TEE AND BEND PROPOSED PLUG EXISTING WATER LINE EXISTING GATE VALVE EXISTING FIRE HYDRANT -104 t I+I EDWARDS RANCH LTD VOL 12915, PG. 394 D.R.T.C.T. W EDWARDS RANCH LTD VOL. 12915, PG. 394 D.R.T.C.T. EDWARDS RANCH LTD VOL 12915, PG. 394 D.R.T.C.T. CLEARFORK TRINITY RIVER TARRANT COUNTY WATER CONTROL & IMPROVEMENT DISTRICT N0. 1 VOL 4559, PG. 1 D.R.T.C.T. EDWARDS RANCH LTD VOL 12915, PG. 394 D.R.T.C.T. SCALE 1" = 200' 1 JACOBS ENGINEERING G'IOUP 1NC 'MAIN STREET, rFORT.,WORTH, TEXAS 76102 PHON NO .($17) 7356000 CLEARFORK MAIN STREET PHASE 6 ITEM# DESCRIPTION 1 16" PVC Water Main by Open Cut 2 12" PVC Water Main by Open Cut 3 12" PVC Water Main by Open Cut w/ Cement Stabilized Sand 4 16" Gate Valve & Vault 5 12" Gate Valve & Box 6 2" Combination Air & Vacuum Release Valve and Vault 7 Std. Fire Hydrant Assembly 8 Connect to Existing 16" Water Line 9 Connect to Existing 12" Water Line 10 Cast Iron Fittings 11 Trench Safety 12 System Testing k*OTAL WATER DISTRIBUTION SYSTEM November 20, 2012 WATER DISTRIBUTION SYSTEM BID QTY BID QTY BID QTY BID QTY BID QTY PG. 5 PG. 6 PG. 7 PG. 8 PG. 9 499 102 891 260 700 639 15 12 1 1 1 2 1 1 1 1 1 1 1 1.015 0.730 601 906 601 906 1 0.730 260 260 0.168 700 700 1 0.590 651 651 BID QTY PG. 18 TOTAL UNIT PRICE 499 L.F. $58.00 2,592 L.F. $34.00 27 L.F. $39.50 1 EA. $11,000.00 4 EA. $2,000.00 1 EA. $6,500.00 5 EA. $3,100.00 1 EA. $1,000.00 2 EA. $900.00 3.23 TON $4,400.00 3,118 L.F. $0.10 3,118 L.F. $0.50 AMOUNT $28,942.00 $88,128.00 $1,066.50 $11,000.00 $8, 000.00 1 $6,500.001 $15,500.00I $1,000.00 $1,800.00 $14,212.00 $311.80 $1,559.00 $178,019.30 II G:\JOB\WFXL5900\800 DELIVERABLES\820 Submittal\CFA\Phase 6\Clearfork Main Street Phase 6 CFA rev 11-20.XLS Page 1 SANITARY SEWER EXHIBIT A-1 CLEARFORK MAIN STREET PHASE 6 JACOBS' JACOBS ENGINEERING GROUP INC. 777 MAIN STREET FORT WORTH, TEXAS 76102 (817) 735-6000 PROJECT NO. WFXL5900 PAGE 3 OF 6 10" PVC SS SERVICE UNE 10" PVC SS SERVICE UNE LEGEND PROPOSED SANITARY SEWER LINE PROPOSED SANITARY SEWER MANHOLE PROPOSED SANITARY SEWER SERVICE UNE PLUG EXISTING SANITARY SEWER LINE EXISTING SANITARY SEWER MANHOLE EDWARDS RANCH LTD VOL 12915, PG. 394 D.R.T.C.T. SS 10" PVC SS SERVICE UNE EDWARDS RANCH LTD VOL. 12915, PG. 394 D.R.T.C.T. CLEARFORK TRINITY RIVER TARRANT COUNTY WATER CONTROL & IMPROVEMENT DISTRICT NO. 1 VOL. 4559, PG. 1 D.R.T.C.T. EDWARDS RANCH LTD VOL. 12915, PG. 394 D.R.T.C.T. 10" PVC SS SERVICE LINE EDWARDS RANCH LTD VOL 12915, PG. 394 D.R.T.C.T. SCALE 1" = 200' COBS ENGINEERING; GROUP INC. STREET';'FOR1f,'',WORTH, TEXAS 76102 PHONE;' NO. (817) 735-6000 CLEARFORK MAIN STREET PHASE 6 November 20, 2012 SANITARY SEWER COLLECTION SYSTEM BID QTY BID QTY BID QTY ITEM# DESCRIPTION PG. 10 PG. 11 PG. 18 TOTAL UNIT PRICE AMOUNT 1 10" SDR-26 PVC SS Main 64 34 98 L.F. $64.00 $6,272.00 2 10" SDR-26 PVC SS Main w/ Cement Stabilized Sand 40 70 110 L.F. $65.00 $7,150.00 3 10" Plug 2 2 4 EA. $78.00 $312.00 4 Connect to Existing Manhole 2 2 4 EA. $800.00 $3,200.00 5 Clay Dam 2 2 4 EA. $150.00 $600.00 6 Trench Safety 104 104 208 L.F. $1.00 $208.00 7 TV Inspection 104 104 208 L.F. $2.00 $416.00 8 Vacuum Test Manholes 1 1 2 EA. $150.00 $300.00 (TOTAL SANITARY SEWER COLLECTION SYSTEM $18,458.00 II G:\JOB\WFXL5900\800 DELIVERABLES\820 Submittal\CFA\Phase 6\Clearfork Main Street Phase 6 CFA rev 11-20.XLS Page 2 G:\JOB\WFXL5900\700 CADD\728 Exhibits\CFA Exhibits\Phase 6\WFXL5900—CFAPaving—Ph6.dwg PAVING EXHIBIT B CLEARFORK MAIN STREET PHASE 6 JACOBS JACOBS ENGINEERING GROUP INC. 777 MAIN STREET FORT WORTH, TEXAS 76102 (817) 735-6000 PROJECT NO. WFXL5900 PAGE 4 OF 6 CLEARFORK TRINITY RIVER TARRANT COUNTY WATER CONTROL & IMPROVEMENT DISTRICT NO. 1 VOL 4559, PG. 1 D.R.T.C.T. EDWARDS RANCH LTD VOL 12915, PG. 394 D.R.T.C.T. OMM•MO.. 4111I .. .. LEGEND PROPOSED EDGE OF ROAD PROPOSED EASEMENT PROPOSED RIGHT OF WAY PROPOSED 5' SIDEWALK EXISTING PROPERTY LINE EDWARDS RANCH LTD VOL 12915, PG. 394 D.R.T.C.T. CLEARFORK TRINITY RIVER TARRANT COUNTY WATER CONTROL & IMPROVEMENT DISTRICT NO. 1 VOL 4559, PG. 1 D.R.T.C.T. EDWARDS RANCH LTD VOL. 12915, PG. 394 D.R.T.C.T. EDWARDS RANCH LTD VOL 12915, PG. 394 D.R.T.C.T. SCALE 1" = 200' JA'CQBS ENG[NEi~FtING GROUP INC 777 MAIN','',STR;EET, FORT'„',WORTH, TEXAS'', 76102 PHONE NO (817) 735-6000 CLEARFORK MAIN STREET PHASE 6 November 20, 2012 PAVING BID QTY BID QTY BID QTY BID QTY BID QTY ITEM# DESCRIPTION PG. 32 PG. 33 PG. 34 PG. 57 PG. 68 TOTAL UNIT PRICE AMOUNT 1 6" Lime Stabilized Subgrade 4251 5753 541 10,545 S.Y. $3.50 $36,907.50 2 Hydrated Lime (36 LBS/SY) 77 104 10 190 TON $158.00 $30,020.00 3 8", 4000 psi R.C. Street Pvmt 3924 5336 490 9,750 S.Y. $35.00 $341,250.00 4 4" Asphaltic Concrete Pavement, TxDOT Type B 4251 5753 541 10,545 S.Y. $16.00 $168,720.00 I 5 7" Concrete Curb 1796 1874 189 3,859 L.F. $1.25 $4,823.75 I 6 2" Concrete Curb 1202 1710 180 3,092 L.F. $0.50 $1,546.00 7 5 Ft. Wide Sidewalk 8652 9052 882 18,586 S.F. $4.00 $74,344.00 8 Sidewalk Ramp 4 4 0 8 EA. $1,000.00 $8,000.00 9 Adiust Sanitary Sewer Manhole 2 1 0 3 EA $500.00 $1,500.00 10 Remove Temporary Asphalt Turnaround 490 0 0 490 SY $4.00 $1,960.00 I 11 Connect to Existing Pavement 1 1 2 L.S. $200.00 $400.00 I I 12 Pavement Markings and Striping 1 1 L.S. $6,000.00 $6,000.00 I 13 Erosion Control _ 1 L.S. $11,275.00 $11,275.00 $686,746.25 11 TOTAL PAVING G:\JOB\WFXL5900\800 DELIVERABLES\820 Submittal\CFA\Phase 6\Clearfork Main Street Phase 6 CFA rev 11-20.XLS Page 3 PUBLIC AND PRIVATE STORM DRAIN EXHIBIT B-1 CLEARFORK MAIN STREET PHASE 6 JACOBS JACOBS ENGINEERING GROUP INC. 777 MAIN STREET FORT WORTH, TEXAS 76102 (817) 735-6000 PROJECT NO. AFXL5900 PAGE 5 OF 6 -c ao E L. 0 oI c) — to a) 0 _c a. x 11.1 0 CO X 11.1 CO 0 0 C.) N 0 0 0) to X LL 0 0 ED-WARDS RANCH LTD VOL. 129115, PC. 33'4 30" RCP „1/44p Cf-----------------rs------------------ OL.E.A1-71.1'.;g< 1RVH I P; T&AJT 00U[4TY otL9 COFLI IP OL ;ZE,11 DSTr-',ICT o. '/OL 559, 21, D.FL 7.C. c. RCP 21" RCP LEGEND 21" RCP PROPOSED STORM DRAIN SYSTEM PROPOSED STORM DRAIN DROP INLET,,,,, PROPOSED STORM DRAIN MANHOLE PROPOSED OUTFALL STRUCTURE EXISTING STORM DRAIN SYSTEM ALL STORM DRAIN INLET PIPES ARE 24" RCP UNLESS OTHERWISE NOTED. 30" RCP 42" RCP 4 EDO/ARDS RANCH LTD 25:15, PC, 394 C.).R. G.T. WARDS ANOH VOL. 12915, PC. :5C.14, O.R.T.C. T. „ EARFOR'k: N RR:7.R TAPANT COUNT? WATER DON IT2OL t2c U-,...DrC1+,JE7,,ENT DISTRI OT NO. 1 VOL. 4559, PC. 1 tI- „AA A A AAA z, • -A,„/ ,,, „, r 11 ,r) -A cr, / 24" RCP EDWARDS RANCH LTD VOL. 12915, PC. 391 SCALE 1" = 200' JACOBS ENGINE RING GROUP INC'. 777 MAIN 'STREET, FO'R'T WORTH, 'TEXAS' .76102' PHONE NO!'(817) 735-6000 CLEARFORK MAIN STREET PHASE 6 November 20, 2012 STORM DRAIN SYSTEM BID QTY BID QTY . BID QTY BID QTY BID QTY BID QTY BID QTY ITEM# DESCRIPTION PG. 35 PG. 36 PG. 37 PG. 38 PG. 39 PG. 58 PG. 68 TOTAL UNIT PRICE AMOUNT 1 21" RCP - CLASS III 8 8 16 L.F. $52.00 $832.001 2 24" RCP - CLASS III 187 440 449 1,076 L.F. $58.00 $62,408.001 3 30" RCP - CLASS III 668 132 800 L.F. $68.00 $54,400.001 4 36" RCP - CLASS III 260 260 L.F. $87.00 $22,620.00 5 42" RCP - CLASS III 75 75 L.F. $112.00 $8,400.00 6 8' x 5' RCB 59 59 L.F. $289.00 $17,051.00 7 10' x 6' RCB 437 475 912 L.F. $433.00 $394,896.00 8 (3) 5 'x 3' RCB 244 244 L.F. $540.00 $131,760.00 9 24" RCP Pluq 3 2 2 7 EA. $75.00 $525.001 10 30" RCP Pluq 2 2 EA. $100.00 $200.001 11 8' x 5' RCB Pluq 1 1 EA. $2,400.00 $2,400.00 12 24" x 45° Bend 1 1 2 EA. $100.00 $200.00 13 30" x 45° Bend 1 1 EA. $100.00 $100.00 14 10'x6' 15° Bend 1 1 EA. $100.00 $100.00 15 TxDOT MH-1-02 (FW) Type 1-C 1 2 3 EA. $100.00 $300.00 16 5' Square Manhole 2 2 EA. $4,600.00 $9,200.00 17 Std. 10' Curb Inlet 6 4 6 16 EA. $5,200.00 $83,200.00 18 4' x 4' Drop Inlet 1 2 3 EA. $3,600.00 $10,800.00 19 Junction Box SB101 1 1 EA. $70,000.00 $70,000.00 20 Contech Vortechs Model 160000 1 1 EA. $100,000.00 $100,000.00 21 TxDOT FW-0 (3) 5' x 3' MBC Headwall 1 1 EA. $16,500.00 $16,500.00 22 Connect to Existing. Storm Drain 1 1 EA. $500.00 $500.001 23 Install Concrete Collar 1 1 EA. $2,500.00 $2,500.00I 24 12"-18" Rock Rip Rap 30 60 90 S.Y. $56.00 $5,040.001 25 Traffic Control Trinity Trails Sidewalk 1 1 L.S. $2,000.00 $2,000.00 26 Remove and Replace Gravel Bike Pedestrian Trail 1500 1,500 S.F. $2.00 $3,000.00 27 Remove and Replace Concrete Bike Pedestrian Trail 1500 1,500 S.F. $5.00 $7,500.00 28 Remove and Replace Barbed Wire Fence 100 100 L.F. $8.00 $800.00 29 Trench Safety 681 534 1198 448 581 3,442 L.F. $1.00 $3,442.00 1 $1,010,674.0011 [TOTAL STORM DRAIN SYSTEM G:\JOB\WFXL5900\800 DELIVERABLES\820 Submittal\CFA\Phase 6\Clearfork Main Street Phase 6 CFA rev 11-20.XLS Page 4 G:\JOB\WFXL5900\700 CADD\728 Exhibits\CFA Exhibits\Phase 6\WFXL5900—CFALighting—Ph6.dwg STREET LIGHTS EXHIBIT C CLEARFORK MAIN STREET PHASE 6 JACOBS JACOBS ENGINEERING GROUP INC. 777 MAIN STREET FORT WORTH, TEXAS 76102 (817) 735-6000 PROJECT NO. WFXL5900 PAGE 6 OF 6 CLEARFORK TRINITY RIVER TARRANT COUNTY WATER CONTROL & IMPROVEMENT DISTRICT NO. 1 VOL 4559, PG. 1 D.R.T.C.T. EU see EDWARDS RANCH LTD VOL 12915, PG. 394 D.R.T.C.T. LEGEND PROPOSED UNDERGROUND ELECTRICAL CONDUIT PROPOSED PULL BOX PROPOSED LIGHTPOLE PROPOSED EASEMENT LINE EXISTING PROPERTY LINE EDWARDS RANCH LTD VOL. 12915, PG. 394 D.R.T.C.T. CLEARFORK TRINITY RIVER TARRANT COUNTY WATER CONTROL Sc IMPROVEMENT DISTRICT NO. 1 VOL 4559, PG. 1 D.R.T.C.T. EDWARDS RANCH LTD VOL. 12915, PG. 394 D.R.T.C.T. EDWARDS RANCH LTD VOL 12915, PG. 394 D.R.T.C.T. SCALE 1" = 200' JACOBS'EMGINEER1NG, GROUP INC. 777 MAIN STREET, FORT' WORTH, TEXAS' 761'02 PHONE NO. (617) 73'$ 600D CLEARFORK MAIN STREET PHASE 6 November 20, 2012 STREET LIGHTS BID QTY ITEM# DESCRIPTION PG. 62 1 1 Street Light, Pole, and Base Installation 7 2 Concrete Light Pole Foundation 7 3 2" PVC in Trench 1,637 4 Street Light Circuit Conductor 1,637 5 Ground Boxes 6 6 Electric Service Pedestal w/contactor 1 (TOTAL STREET LIGHTS STREET SIGNS ITEM# DESCRIPTION BID QTY 1 Street Signs 2 (TOTAL STREET SIGNS UNIT PRICE AMOUNT! EA. $900.00 $6,300.00I EA. $1,200.00 $8,400.00I L.F. $8.00 $13,096.00 L.F. $6.00 $9,822.00 EA. $800.00 $4,800.00 EA. $4,300.00 $4,300.00 $46,718.00I UNIT PRICE AMOUNT EA. $245.00 $490.00 $490.00 G:\JOB\WFXL5900\800 DELIVERABLES\820 Submittal\CFA\Phase 6\Clearfork Main Street Phase 6 CFA rev 11-20.XLS Page 5 ITEM# 1 1 WATER 2 SANITARY SEWER `(SUBTOTAL FEES 'TOTAL FEES :IACOBS ENCaINEIING;GROUP 777MAIN':STREET, FORT WORTH; TEXAS' 76102,' PHONE NO (817) 735-6000 CLEARFORK MAIN STREET PHASE 6 November 20, 2012 FEE CALCULATION WATER AND SANITARY SEWER DESCRIPTION 2% INSPECTION AMOUNT FEE $178,019.30 $3,560.39 $18,458.00 $369.16 $3,929.55 ITEM# DESCRIPTION 1 STREET PAVING 2 STORM DRAINAGE 3 STREET LIGHTS SUBTOTAL FEES (TOTAL FEES ITEM# DESCRIPTION 1 WATER 2 SANITARY SEWER 3 STREET PAVING 4 STORM DRAINAGE 1 5 STREET LIGHTS LTOTAL CFA CONSTRUCTION FEE CALCULATION PAVING AND STORM DRAINAGE 4% INSPECTION AMOUNT FEE $686,746.25 $27,469.85 $1,010,674.00 $40,426.96 $46,718.00 $1,868.72 $69,765.53 CFA SUMMARY IITOTAL WATER/SEWER FEE IITOTAL PAVING/STORM DRAIN/LIGHTING FEE 2% TESTING FEE $3,560.39 $369.16 $3,929.55 $7,859.09 2% TESTING FEE $13,734.931 $20,213.481 $0.001 $33,948.41 $103,713.941 TOTAL $178,019.30 1 $18,458.00 1 $686,746.25 1 $1,010,674.00 $46,718.00 $1,940,615.55 II $7,859.09 I $103,713.9411 G:\JOB\WFXL5900\800 DELIVERABLES\820 Submittal\CFA\Phase 6\Clearfork Main Street Phase 6 CFA rev 11-20.XLS Page 6