Loading...
HomeMy WebLinkAboutContract 43004CON1NIUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. Gc.:v' 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 requested the City 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: SK Highland Meadows, L.P. Authorized Signatory: Kim Gill Title: Director Project Name: Shire Meadow Drive & Hillshire Drive Northside Service Center Project Location: 200 Bonds Ranch East Additional Streets: N/A Plat Case No.: FP- 011 -046 Plat Name: Niciln l rind "e a6 Cho s t&A ` n Mapsco: 20 P Council District: 7 City Project No: 01842 CFA: 2011-059 DOE: 6780 To be completed by staff. Received by: Date: OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX NONN', THEREFORE, K\ONV 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 Il, 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) _. E. The Developer shall award all contracts for the construction of community facilities in accordance with Section Il, 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. Combined CFA final Sept 12, 2008 2 F. For all infrastructure included in this Agreement for which the Ue�eloper 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 3 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 CW of Combined CFA final Sept 12, 2008 4 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. 5 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. Combined CFA final Sept 12, 2008 6 Cost Summary Sheet Project Name: Shire Meadow Dr. & Hillshire Dr. Nortllside Service Center CFA No.: 2011 -059 DOE No.: 6780 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 $ 1,040,496.00 Developer's Cost A. Water and Sewer Construction $ 1,040,496.00 x 1. Water Construction $ 113,342.50 2. Sewer Construction $ 257,817.55 Water and Sewer Construction Total $ 371,160.05 B. TPW Construction 1. Street $ 595,444.95 2. Storm Drain $ 73,891.00 3. Street Lights Installed by Developer $ - TPW Construction Cost Sub -Total $ 669,335.95 Total Construction Cost (excluding the fees): $ 1,040,496.00 Construction Fees: C. Water /Sewer Inspection Fee (2 %) $ 7,423.20 D. Water /Sewer Material Testing Fee (2 %) $ 7,423.20 Sub -Total for Water Construction Fees $ 14,846.40 E. TPW Inspection Fee (4 %) $ 26,773.44 F. TPW Material Testing (2 %) $ 13,386.72 G. Street Light Inspsection Cost $ - H. Street Signs Installation Cost $ - Sub -Total for TPW Construction Fees $ 40,160.16 Total Construction Fees: Financial Guarantee Ontinna rhnnm nna $ 55,006.56 A ..,.. _f Choice Bond= 100% $ 1,040,496.00 Completion Agreement = 100% / Holds Plat $ 1,040,496.00 x Cash Escrow Water /Sanitary Sewer- 125% $ 463,950.06 Cash Escrow Paving /Storm Drain = 125% $ 836,669.94 Letter of Credit = 125% w /2yr expiration period $ 1,300,620.00 7 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 f\fk day of ry)6 -Q-V\ ,201? . CITY OF FORT WORTH - Recommended by: Water Department Wendy Chi -B al, EMBA, P.E. Developmerif Engineering Manager Urov&e? For & Legality: Douglas W. Black Assistant City Attorney M &C No. A/ /A Date: ATTEST: City Secretary ATTEST: Signature (Print) Name: Combined CFA final Sept 12, 2008 Transportation & Public Works Department ci l j t Doug W. Wiersig, P.E. Dire Approved by City Manager's Office 4--Fa-t'� 4�z�. Fernando Costa Assistant City Manager obaa��� '°a FONT X 000000O k 0" o 0 oC C A �p, � o o 0 0 1..0 04 �- 0 0 x �v0 rl�x�� SK Highland Meadows, L.P. By its General Partner 5409 Mirimar, LLC c Signature Print Name: Kim Gill Title: Director OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 9 Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included 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) 0 BLUE MOUND WHITE i C I GS \ All, COUNTRY BAYNE SCALE: 1" =2000' S a m i N ,' 1 PROJECT LOCATION J HICKS `\'�, (� BONDS RANCH G % � cn D.O.E. NO: 6780 LOCATION MAP WATER NO: P265- 6071501842 -00 SANITARY SEWER NO: P275- 7071301842 -00 "SHIRE MEADOW AND HILLSHIRE DRIVE" STREET /STORM DRAIN NO: W -2207 WELCH 1ENC.H4FXllWCy, INC. CONSUL 77NG ENGINEERS I-) HILLSHIRE DRIVE HILLSHIRE DRIVE P 12'W cr rw 0 z D 0 W PROP 12'W LLJ 2 'PROP 61w LLJ EX t IN- 10071 DEVELOPER'S COST 12" WATER LINES. nRE HYDRANTS, GATE VALVES AND ASSOCIATED APPURTENANCES SCALE: 1"=300' EXHIBIT 99A99 O.O.E. NO: 6780 WATER IMPROVEMENTS WATER NO: P265-6071501842-00 SANITARY SEWER NO- P275-7071301842-00 "SHIRE MEADOW AND HILLSHIRE DRIVE" STREET/STORM DRAIN NO: W-2207 WELCH ENOH4EERIKO, INC. CONSUL 77NG ENGINEERS PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS VALUE VALUE WATER 1. 1,386 LF 12 -inch PVC water pipe, DR -14 Class 200, complete and in -place Thirty Four Dollars & and Fifty Cents per LF $ 34.50 $ 47,817.00 2. 137 LF 8 -inch PVC water pipe, DR -14 Class 200, complete and in -place Twenty Seven Dollars & and No Cuts per LF $ 27.00 $ 3,699.00 3. 65 LF 12" Bore with 21" Steel Casing, complete and in -place Two Hundred Fifty Dollars & and No Cents per LF $ 250.00 S 16,250.00 4. 3 EA 12 -inch resilient seat gate valve, w/box, extension stem (Figure 3, Part E of General Specs), complete and in -place Twenty One Hundred Dollars & and No Cents per EA $ 2,100.00 S 6,300.00 5. 3 EA 8 -inch resilient seat gate valve, w/box, extension stem (Figure 3, Part E of General Specs), complete and in -place Eleven Hundred Twenty Five Dollars & and No Cents per EA $ 1,125.00 $ 3,375.00 6. 3 EA 6-inch resilient seat gate valve, w/box, extension stem (Figure 3, Part E of General Specs), complete and in -place Eight Hundred Dollars & and No Cents per EA $ 800.00 $ 2,400.00 7. 1 EA 36" x 12" Tapping Sleeve and Valve Connection to existing water line, complete and in -place Eighty Seven Hundred Fifty Dollars & and No Cents per EA $ 8,750.00 $ 8,750.00 8. 1 EA 12 -inch Plug, complete and in -place One Hundred Five Dollars & and No Cents per EA S 105.00 IS 105.00 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS VALUE VALUE 9. 1 EA 8 -inch Plug, complete and in -place Sixty Dollars & and No Cents per EA $ 60.00 $ 60.00 10. 3 EA Fire Hydrant Assembly, included hydrant, with (3'-6" bury), 6" lead pipe, line valve and box, fittings, and blocking, complete and in- place. Twenty Nine Hundred Dollars & and No Cents per EA $ 2,900.00 $ 8,700.00 11. 1 LS Cast Iron Fittings and blocking, furnish and installed and complete and in -place Twelve Thousand Nine Hundred Dollars & and No Cents per LS $ 12,900.00 $ 12,900.00 12. 5 CY Crushed limestone for miscellaneous placement as directed by Engineer/City Inspector Twenty Dollars & and No Cents per CY $ 20.00 $ 100.00 13. 5 CY Ballast Stone miscellaneous placement as directed by Engineer /City Inspector Twenty Five Dollars & and No Cents per CY $ 25.00 $ 125.00 14. 1,523 LF Trench safety system No Dollars & and Filly Cents per IF $ 0.50 $ 761.50 15. 1 LS Chlorinate and Pressure Test One Thousand Dollars & and No Cents per LS $ 1,000.00 $ 1,000.00 16. 1 LS Storm Water Management per City of Ft. Worth criteria One Thousand Dollars & and No Cents per LS $ 1,000.00 S 1,000.00 WATER TOTAL $ 113,342.50 NOTE THAT THIS SCHEDULE OF VALUES MUST EQUAL AMOUNT BID. !i , i l ii► I I AJ Dt MANHOLE - EX 10-M IOOX DEVELOPER'S COST 15" SANITARY SEWER LINES AND ASSOCIATED APPURTENANCES SCALE: 1"=300' EXHIBIT "A -1" D.O.E. NO: 6780 WATER N0: P265-6071501842-00 SANITARY SEWER IMPROVEMENTS SANITARY SEWER NO: P275-7071301842-00 "SHIRE MEADOW AND HILLSHIRE DRIVE" STREET/STORM DRAIN NO: W-2207 WFj-cH ENanqFxRwq, I NC. CONSUL TING ENGINEERS SH T 1 OF 1 SHIRE MEADOW DRIVE AND HILLSHI[RE DRIVE (for NORTH SIDE SERVICE CENTER) Sewer Project No.: P275- 7071301842 -00 Water Project No.: P265- 6071501842 -00 DOE: 6780, File: W -2207, X- 21768, City Project: 01842 PAY BID APPROX. I DESCRIPTION OF ITEMS WITH BID I UNIT AMOUNT ITEM ITEM NO. QUANTITY PRICES WRITTEN IN WORDS PRICE BID Furnish and Install complete in place, including all appurtenant work, the following items: 1. 1,543 IF *Pipe — Sewer —15 Inch — SDR26 — Install, per linear feet One Hundred Forty Dollars No Cents $140,00 $216,020.00 2. BID 00350 100 LF *Pipe — Sewer — 8 Inch — SDR26 — Install, per linear feet Ninety Three Dollars Fifty Cents $93.50 $9,350.00 3. BID 00213 5 EA Manhole - Std 4' Dia. - (to 6' Depth) — Install, per each Twenty -Eight Hundred Dollars No Cents $3,225.00 $16,125.00 4. BID 00214 33 VF Manhole - Std 4' Dia. - Added Depth (Over 6' Depth) — Install, per vertical foot One Hundred Ten Dollars No Cents $110.00 $3,630.00 5. BID 00217 5 EA Manhole- Vacuum Test — Install, per each Two Hundred Dollars No Cents $200.00 $1,000.00 6. BID 00201 1,543 LF Inspection - Post Construction Cleaning & TV — Study, per linear foot Two Dollars No Cents $2.00 $3,086.00 Proposal B -2 SHIRE MEADOW DRIVE AND RH.1 SHIRE DRIVE (for NORTH SIDE SERVICE CENTER) Sewer Project No.: P275- 7071301842 -00 Water Project No.: P265-6071501942 -00 DOE: 6780. File: W-2207. X- 21768. City Project: 01842 PAY BID APPROX. I DESCRIPTION OF ITEMS WITH BID I UNIT AMOUNT ITEM ITEM NO. QUANTITY PRICES WRITTEN IN WORDS PRICE BID Furnish and Install complete in place, including all appurtenant work, the following items: 7. 1 EA Connection to Existing , per each One Thousand Five Hundred Dollars No Cents $1,500.00 $ 1,500.00 8. BID 00372 1,643 LF Trench Safety System (5' Depth) and greater Install, per linear foot One Dollars $1.50 $ 2,464.50 Fift Cents 9. BID 00837 5 CY Concrete -Type B — Install, per cubic yard Eighty Dollars No Cents $80.00 $ 400.00 10. BID 00839 5 CY Concrete -Type E — Install, per cubic yard Eighty-Five Dollars No Cents $85.00 $425.00 11. BID 00326 5 CY Crushed Limestone — Install, per cubic yard Twenty Dollars No Cents $20.00 $100.00 12. BID 00840 5 CY Ballast Stone — Install, per cubic yard Twenty -Five Dollars No Cents $25.00 $125.00 Proposal B -3 SHIRE MEADOW DRIVE AND HII.LSHIRE DRIVE (for NORTH SIDE SERVICE CENTER) Sewer Project No.: P275- 7071301842 -00 Water Project No.: P265- 6071501842 -00 DOE: 6780, File: W-2207, X- 21768, City Project: 01842 PAY BID APPROX. I DESCRIPTION OF ITEMS WITH BID I UNIT AMOUNT ITEM ITEM NO. QUANTITY PRICES WRITTEN IN WORDS PRICE B)D Furnish and Install complete in place, including all appurtenant work, the following items: 13. 5 EA Concrete Manhole Collars — Install, per each Four Hundred Dollars No Cents $400.00 $2,000.00 14. 1 EA 15 — Inch Sewer Plug — Install, per each One Hundred Sixty-Five Dollars No Cents $165.00 $165.00 15. 5 EA 8 — Inch Sewer Plug — Install, per each Twenty — Five Dollars No Cents $25.00 $125.00 16. BID 00068 5 EA Clay Dams — Install, per each Twenty Dollars No Cents $20.00 $100.00 17. BID 00100 1 LS Storm Water Pollution Prevention Maintenance - Service- linear sum Twelve Hundred Dollars No Cents $1,200.00 $1,200.00 Total Amount Proposal B-4 $ 2579817.55 4' 6(*CRETE SIDEWALK HIIILLSHIRE DRIVE (60' RIGHT-OF-WAY) TNK 'A' ADA RAMPS� 4! CONCRETE SIDEWALK 4 -TYPE 'A' to tr) ADA RAMPS LA: 0 C3 z :) 'o o 4! CONCRETE SIDEWALK i LLJ :D 93 0 w I�iIx TYPE 'A* ADA RAMPS __BONDS RANCH -RQAU- (RIGHT-OF-WAY VARIES) to 10076 DEVELOPER'S COST 8- PAVEMENT W/ 6- CROWN ON 7- LIME SUBGRADE ADA RAMP 4' ODE CONCRETE SIUEWALK SCALE: 1"=300' EXHIBIT "Blo D.O.E. NO. 6780 PAVING IMPROVEMENTS WATER NO: P265-6071501842-00 SANITARY SEWER NO- P275-7071301842-00 "SHIRE MEADOW AND HILLSHIRE DRIVE" STREET/STORM DRAIN NO: W-2207 WELCH ]ENCIR4EERIN0, INC. CONSUL 77NG ENGINEERS PAY I APPROXIMATE DESCRIPTION OF ITEM WITH BID UNIT TOTAL ITEM UANTITY PRICES WRITTEN IN WORDS VALUE VALUE STREET PAVE4G 1. 14,385 SY 8 -inch reinforced concrete pavement (3,600 psi) w / #3 bars Q 24" O.C.B.W. w/ 7" integral curb, w /silicone joint sealant compound include material testing, including utility adjustment and completed in- place. Twenty Nine Dollars & and Eight -Seven Cents per SY $ 29.87 $ 429,679.95 2. 15,320 SY 7 -inch stabilized lime subgrade complete and in- place. Two Dollars & and Ten Cents per SY $ 2.10 $ 32,172.00 3. 230 TN Hydrated lime for lime treatment of subgrade, complete and in -place (32 lbs/sy),. One Hundred Thirty Seven Dollars & and No Cents per IN $ 137.00 S 31,510.00 4. 27 SY 8 -inch Asphalt Transition onto FM 156, complete and in -place. Fifty Dollars & and No Cents per SY S 50.00 $ 1,350.00 5. 82 LF Street Barricades, completed in -place. Thirty Dollars & and No Cents per LF S 30.00 $ 2,460.00 6. 82 LF Street Header, completed in- place. Six Dollars & and No Cents per LF $ 6.00 S 492.00 7. 220 LF Sawcut, Breakout Grove, completed in- place. Five Dollars & and No Cents per LF $ 5.00 $ 1,100.00 FM7PROXIMATE, DESCR�TION OF ITEM WITH BID UNIT TOTAL EM QUANTITY PRICES WRITTEN IN WORDS VALUE VALUE STREET PAVING 1. 14,385 SY 8 -inch reinforced concrete pavement (3,600 psi) w/#3 bars ® 24" O.C.B.W. w/ 7" integral curb, w /silicone joint sealant compound include material testing, including utility adjustment and completed in- place. Twenty Nine Dollars & and Eiaht -Seven Cents per SY S 29.87 $ 429,679.95 2. 15,320 SY 7 -inch stabilized lime subgrade complete and in- place. Two Dollars & and Ten Cents per SY $ 2.10 $ 32,172.00 3. 230 TN Hydrated lime for lime treatment of subgrade, complete and in -place (32 lbs/sy)„ One Hundred Thirty Seven Dollars & and No Cents per TN $ 137.00 $ 31,510.00 4. 27 SY 8 -inch Asphalt Transition onto FM 156, complete and in -place. Fifty Dollars & and No Cents per SY $ 50.00 $ 1,350.00 5. 82 LF Street Barricades, completed in- place. Thirty Dollars & and No Cents per LF $ 30.00 $ 2,460.00 6. 82 LF Street Header, completed in -place. Six Dollars & and No Cents per LF $ 6.00 $ 492.00 7. 220 LF Sawcut, Breakout Grove, completed in- place. Five Dollars & and No Cents per LF $ 5.00 $ 1,100.00 PAY APPROXIMATE DESCRIPTION OF ITEM WITH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS VALUE VALUE 8. 1 LS Traffic Control (FM 156 and Blue Mound Road, completed in -place. Fifteen Hundred Dollars & and No Cents per LS S 1,500.00 $ 1,500.00 9. 8 EA Barrier Free Ramps, completed in -place. Nine Hundred Dollars & and No Cents per EA $ 900.00 $ 7,200.00 10. 23,748 SF 4 -Foot Wide Sidewalk, completed in -place. Three Dollars & and Twenty Five Cents per SF S 3.25 $ 77,181.00 11. 4 EA Stop Signs, completed in -place. Five Hundred Dollars & and No Cents per EA $ 500.00 $ 2,000.00 12. 1 IS 2 -year Maintenance Bond Eighty Eight Hundred Dollars & and No Cents per IS $ 8,800.00 $ 8,800.00 STREET PAVING TOTAL $ 5".44435 36' HEADWALL PER DETAIL (S-SO 13A) ,21-RO HILLSHIRE DRIVE HILLSHIRE DRIVE 31r KADWALL 21 So PER DETAIL (S-SO 13AII SO. 'Y' OILET --T) 10' OR 20' INLET—,). 100% DEVELOPER'S COST STORM SEWER AND INLET AND ASSOCIATED APPURTENANCES SO. le -MET�— cD LL 0 cl: 0 Z 0 2 Ld a3 SCALE: 1"=300' EXHIBIT "IB-19's D.O.E. NO: 6780 STORM DRAIN IMPROVEMENTS WATER NO: P265-6071501842-00 SANITARY SEWER NO: P275-7071301842-00 "SHIRE MEADOW AND HILLSHIRE DRIVE" STREET/STORM DRAIN NO: W-2207 —WELCH E CONSUL 77AIG VVG1AfEERS O 0 1 LLJ w X cn! X --T) 10' OR 20' INLET—,). 100% DEVELOPER'S COST STORM SEWER AND INLET AND ASSOCIATED APPURTENANCES SO. le -MET�— cD LL 0 cl: 0 Z 0 2 Ld a3 SCALE: 1"=300' EXHIBIT "IB-19's D.O.E. NO: 6780 STORM DRAIN IMPROVEMENTS WATER NO: P265-6071501842-00 SANITARY SEWER NO: P275-7071301842-00 "SHIRE MEADOW AND HILLSHIRE DRIVE" STREET/STORM DRAIN NO: W-2207 —WELCH E CONSUL 77AIG VVG1AfEERS PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM I UANTITY PRICES WRITTEN IN WORDS VALUE VALUE STORM DRAINAGE 1. 63 LF 21" RCP -Class III storm sewer pipe, complete in place Forty -Seven Dollars & and No Cents per LF $ 47.00 $ 2,961.00 2. 138 LF 24" RCP -Class III storm sewer pipe, complete in place Sixty -Four Dollars & and No Cents per LF $ 64.00 $ 8,832.00 3. 81 LF 33" RCP -Class III storm sewer pipe complete in place Seventy -Nine Dollars & and Fifty Cents per LF $ 79.50 S 6,439.50 4. 135 LF 36" RCP -Class III storm sewer pipe complete in place Eighty-Eight Dollars & and No Cents per LF $ 88.00 $ 11,880.00 5. 2 EA 15 - foot concrete inlets, complete in place Thirty Two Hundred Dollars & and No Cents per EA $ 3,200.00 $ 6,400.00 6. 2 EA 20 - foot concrete inlets, complete in place Forty One Hundred Dollars & and No Cents per EA $ 4,100.00 S 8,200.00 7. 2 EA 24" 6:1 S.ET. Headwalls, complete in place Seventeen Hundred Fifty Dollars & and No Cents per EA $ 1,750.00 $ 3,500.00 8. 1 EA Y x 3' Type "Y" Inlet, complete in place Twenty Two Hundred Dollars & and No Cents per EA $ 2,200.00 $ 2,200.00 9. 1 EA 4'x 4' Type "Y" Inlet, complete in place Twenty Four Hundred Dollars & and No Cents per EA $ 2,400.00 $ 2,400.00 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS VALUE VALUE 10. 1 EA 5'x 5' Storm Sewer Manhole, complete in place Thirty -Six Hundred Fifty Dollars & and No Cents per EA $ 3,650.00 $ 3,650.00 11. 1 LS Remove Existing Culvert (FM 156), complete in place Four Hundred Dollars & and No Cents per LS $ 400.00 $ 400.00 12. 36 SY Remove and Replace Gravel Base Material, complete in place Ten Dollars & and No Cents per SY $ 10.00 $ 360.00 13. 1,070 LF Grade to drain drainage ditches, complete in place Six Dollars & and No Cents per LF $ 6.00 $ 6,420.00 14. 1 EA 36" SD-13A Headwall, complete in place Two Thousand Fifty Dollars & and No Cents per EA $ 2,050.00 $ 2,050.00 15. 1 EA 33" SD-13A Headwall, complete in place Eirthtcen Hundred Fifty Dollars & and No Cents per EA S 1,850.00 $ 1,850.00 16. 87 SY Dry Rock Rip -Rap, complete in place Sixty Dollars & and No Cents per SY S 60.00 $ 5,220.00 17. 417 LF Trench Safety ( >5 -ft. depth) No Dollars & and Fifty Cents per LF $ 0.50. $ 208.50 18. 1 LS Storm Water Management per City of Ft. Worth criteria One Thousand Dollars & and No Cents per LS $ 1,000.00 $ 1,000.00 STORM DRAINAGE TOTAL $ 73,891.00 HILLSHIRE HILLSHIRE DRIVE DRIVE LL. 0 cr a cr 3 0 a w w ir x BONDS RANER RQAD_ I LIWI 17 gnaw SCALE: 1"=300' EXHIBIT 9OC99 D.O.E. NO- 6780 STREET LIGHTS WATER NO: P265-6071501842-00 "SHIRE SANITARY SEWER NO: P275-7071301842-00 MEADOW AND HILLSHIRE DRIVE" STREET/STORM DRAIN NO: W-2207 WELCH 1E CONSUL 771VG ENGINEERS