Loading...
HomeMy WebLinkAboutContract 39061 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 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: Hillwood Residential Services,L.P. Authorized Signatory: Brian Carlock Title: Vice President Project Name: Heritage Addition,Phase 311,Section 5A Project Location: Northwest corner of Heritage Trace Parkway and Ray White Road Additional Streets: N/A Plat Case No. FP-007-087 Plat Name: Heritage Addition Mapsco:22Y Council District:2 City Project No:00937 To be completed by staff - Received by: L�1 6 l Y Date: I �S/�� � CFA: 2007-107 DOE: 5861 F FIC-IAL RECORD TY 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 , 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. Combined CFA final Sept 12,2008 2 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 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, bV the alleged negligence of the City of Combined CPA 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 neizlipence 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 ill. 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. ill. 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 Heritage Addition Project Name: Phase 3B Section 5A DOE No. 5861 Items Developer's Cost A. Water and Sewer Construction Inspection Lab 1. Water $ 188,110.00 $ 3,762.20 $ 3,762.20 2. Sewer $ 213,979.00 $ 4,279.58 $ 4,279.58 Water Construction Cost Sub-Total $ 402,089.00 $ 8,041.78 $ 8,041.78 B. TPW Construction 1. Street $ 515,715.00 2. Storm Drain - Subdivision $ 343,300.00 2. Storm Drain - Ray White $ - 3. Steet Lights $ 19,053.00 TPW Construction Cost Sub-Total $ 878,068.00 Total Construction Cost(excluding the fee.- $ 1,280,157.00 Construction Fees: C. Water Inspection Fee (2%) $ 8,041.78 D. Water Material Testing Fee (2%) $ 8,041.78 Sub-Total for Water Construction Fees $ 16,083.56 E. TPW Inspection Fee (4%) $ 34,360.60 F. TPW Material Testing (2%) $ 17,180.30 G. Street Light Inspection Cost (4%) $ 762.12 H. Street Signs Installation Cost $ 680.00 Sub-Total for TPW Construction Fees $ 52,983.02 Total Construction Fees: $ 69,066.58 Total Project Costs $ 1,349,223.58 (ck Financial Guarantee Options, choose one Amount one) Bond = 100% 1 $ 1,280,157.00 Completion Agreement = 100% / Hold $ 1,280,157.00 Cash = 125% 1 $ 1,600,196.25 a Letter of Credit = 125% w/2 r expiratiol $ 1,600,196.25 iggai��� PI G:\JOB\011540\EST\Sec 5\CFA-H3B-5A-20090814Summary Page 1 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 day of , 200'9__. It CITY OF FORT WORTH-Recommended by: Water Department Transportation & Public Works Department Wendy Chi' abulal, EMBA,P.E. �lliam A erkest, . Developme t Engineering Manager Director Approved as to Form &Legality: Approved by City Manager's Office Amy J. ey Fernando Costa Assistant ity Attorney Assistant City Manager ATTEST: Marty HendrA NO &' C eg���p����I-- City Secretary _� ,_...w... w.,.... n.� ATTEST Hillwood Residential Services,L.P. A Texas limited partnership By: Hillwood Development Company,LLC A Texas limited liability company,it's general partner Signature Signature (Pri t)Name: Print Name: Brian Carlock OFFICIAL RECORD' //V7J11C4 �,�.lJ� Title:Vice President �� `� o"'C ET�iRY Combined CFA final Sept 12,2008 8 FT WORTH,H,TX 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 z Exhibit 13-1: Storm Drain Improvements © Storm Drain Estimate ® Exhibit C: Street Lights and Signs Improvements ® Street Lights and Signs Estimate (Remainder of Page Intentionally Left Blank) Combined CFA final Sept 12,2008 10 z KE LER HICKS 0 - - a n 1 GOLDEN -' TRIANGL C-� �- AY WHITE I � > a o C PROJECT �w LOCATIONJIT ERITAGE RpG PARKWA 'Er1 > L o >�m SH I VER d`� � o R in I z NORTH TARRANT Ir J 0 THOMP N I I � I N -4 OD NOT TO SCALE LOCATION MAP HERITAGE Bs PHASE PHASE 3B - SECTION SA JACOBS ENGINEERING GROUP,INC. 777 AWN WHET FORT WORTH TX 76g7 (11)73:�600b PROJECT NO. 011540.050.0630 PAGE 1 OF 7 Y � i w BR SCALE11" = 300' S7 li l0 \\ / Nit O� ..r.... ...�._.. off' COURT > e � t \ s ss AACHFt DRIVE i FUSE HEa1��E PNNSE s STREET -I lmtACCiL' Dr:NH- !® I I ,0 7 ------ 12 WAY L EGENfl- � _. ex ,o' WATER PROP. WATER LINE EXHIBIT 'A' PROP. GATE VALVE HERITAGE PROP. FIRE HYDRANT PHASE 3B - SECTION 5A PROP. WL BY OTHERS •.•••••••••.•••••••. EXIST. WATER LINE ———— EXIST. GATE VALVE —— 4—— JACOBS ENGINEMNG GROUP,INC. EXIST. FIRE HYDRANT PROPOSED WATER 1000 n, X 76M LINES ARE 8" UNLESS m.)1 Ob LIMITS OF PROJECT —— OTHERWISE INDICATED PROJECT NO. 011540.050.0630 PAGE 2 OF 7 r N SCALEe 1" = 300' V Z PRALRIE COURT e zT earr�mv nQnm r e u � 6 1.5E F�TUaE HERITAGE� s '" ' ' r zs n J z zz r In , s r ' � e �® I 10 �y rz ye r LEGEND 1� YhY SANITARY SEWER PROP. SANITARY SEWER EXHIBIT 'A-V PROP. MANHOLE HERITAGE PROP. SS BY OTHERS ..................• PHASE 3B - SECTION SA EXIST. SANITARY SEWER EXIST. MANHOLE LIMITS OF PROJECT —— — _........ JACOBS ENGINEERING ,GROUP,INC. PROPOSED SEWER LINES ARE � 6M 8" UNLESS OTHERWISE non INDICATED PROJECT NO. 011540.050.0630 PACE 3 OF T N mc SCALER 1" = 300' jj DRrM ,s [ G 3 ,6 6 13 ,l r) 3 ,j PRAIRIE COURT A® n s EE IEIA DApp"fit 1dI j O 9 6 0 ®jr Q e 77 ARCHER DRIVE 6 23 I 6 FU1UaE HFA1IA�+E PH►SE - • zs • j MAL= STREET 76 ] r z n z r js r MIRAGE DRIVE ' � I ,flog ® e � MM•� J® ' ro ' rz s n 3 ON WAY 6 � u u rs LEGEND ntA�Y`' AY STREETS A PROP. 29' B/B EXHIBIT 'B' ROADWAY/50' ROW HERITAGE PROP. 4' SIDEWALK PHASE 3B - SECTION SA ( BY HOMEBUILDER) PROP. 4' SIDEWALK ( BY DEVELOPER) JACOEW LIMITS OF PROJECT ———— JACOBS ENGINEERING GROUP,INC. 777 AWN STRW TORT W A 76107 W) PROJECT NO. 011540.050.0630 PACE 4 OF T N BR SCALES i" = 300' zz zi 20 19 1e 1] l6 1s • s rr I 13 16 6 J 1z PRAIRIE COURT s �® • e rr 1E�D 10 1 DE�1t1011 z 9 20 I 1 = o t e Ail t tz ARCIIErR DRIVE I MG II 6 t3 I { , 6 I OPING 6 6 idwo NL 2D 20' s z. 6 FUME HER�t�GE PHASE z 30I � n MAIJBU SCRE6f z n t ze 15 5' / •.. H4RAOE DRIVE 1 =DET�EKLT'I"01N®' 10 ' 5 Iz 4' s 11 13 ON WAY 6 e 1• ® 4, re OI _ .�•�4'�A STORM D RAI N LEGEND NOS EXHIBIT 'B-1' PROP. STORM DRAIN LINE HERITAGE PROP. INLET r PHASE 3B - SECTION 5A PROP. MANHOLE PROP. SD LINE BY OTHERS ................. JAW086 FUTURE STORM DRAIN LINE JACOBS ENGINEERING GROUP,INC. Sn PROP. MANHOLE " 'FOnRf V=TXr=am G (W)7356006 EXIST. STORM DRAIN LINE ___�___ PROJECT N0. 011540.050.0630 LIMITS OF PROJECT PAGE 5 OF T OGPha\lob\ 011540\cly\ phcs*5\540p5Icfa N m SCALEe 1" = 300' 11 II Is r e Is /I 13 I e e I! I 3 ,r PR11DI1E COURT 11 ® s 170 rs I I o ' DE t EOM j 9 p ]a Q 9 I o e er a➢ ARC M DRIVE r e 23 •c 3 3 1/ 3 FUTURE HEaIt�GE PH E e I zs I I A6ALJNU 9TREEP , z Z7 z 78 NPAOH DRIVE ' I ' ® e e J® I ON WAYO �' • s _ e � O le 11 4 LEGEND "`S STREET LIGHTS PROP. SINGLE STREET LIGHT Q� EXHIBIT 'C' EXIST. SINGLE STREET LIGHT O V HERITAGE ( ON STEEL POLE WITH STREET PHASE 3B - SECTION 5A AND STOP SIGNS ATTACHED) EXIST. DOUBLE STREET LIGHT LIMITS OF PROJECT JACOBS ENGINEERING GROUP,INC. 777 AWN STRfff (FORT WORITI,TX 76107 PROJECT NO. 011540.050.0630 PAU 6 nF 7 .JACOBS ENGINEERING GROUP, INC. 177 MAIN STREET, FORT WORT14 TEXAS 76102 PHONE NO. (817) 735-6000 HERITAGE ADDITION PHASE 313 SECTION 5A August, 2009 WATER DISTRIBUTION SYSTEM ITEM# DESCRIPTION QTY UNIT PRICE AMOUNT 1 12"Water Main 663 L.F. 34.00 22,542.00 2 8"Water Main 4,121 L.F. 19.00 78,299.00 3 6"Water Main 42 L.F. 18.00 756.00 4 16"x12"Tapping Sleeve &Valve 0 EA. 5,900.00 0.00 5 10"x8"Tapping Sleeve &Valve 1 EA. 2,600.00 2,600.00 6 12" Valve 3 EA. 1,300.00 3,900.00 7 8" Valve 10 EA. 850.00 8,500.00 8 6" Valve 6 EA. 750.00 4,500.00 9 Std. Fire Hydrant 6 EA. 1,950.00 11,700.00 10 1"Water Service & Meter Box 78 EA. 450.00 35,100.00 11 1 1/2"Water Service & Meter Box (Irrigation) 0 EA. 850.00 0.00 12 2"Water Service& Meter Box (Irrigation) 1 EA. 1,400.00 1,400.00 13 Cl Fittings 4.6 TON 3,000.00 13,800.00 14 Concrete Encasement of 12" Water Line 30 L.F. 20.00 600.00 15 Class B 2500 PSI Concrete 5 C.Y. 10.00 50.00 16 Class E 1500 PSI Concrete 5 C.Y. 10.00 50.00 17 Ballast Stone 5 C.Y. 10.00 50.00 18 Crushed Limestone 5 C.Y. 10.00 50.00 19 Saw Cut Exist Pvmt Repair(Ray White 0 S.Y. 50.00 0.00 20 Trench Safety 4,826 L.F. 0.25 1,206.50 21 System Te ting 4,826 L.F. 0.25 1,206.50 22 SWPPP Maint. 1 L.S. 1,500.00 1,500.00 23 Traffic Control 0 L.S. 1,500.00 0.00 24 )Remove/Replace 4", 6'Wide Concrete Sidewalk 60 S.F. 5.00 300.00 TOTAL WATER DISTRIBUTION SYSTEM $188,110.00 G:\JOB\01154MEST\Sec 5\CFA-1-13B-5A-20090814Bid prices Page 1 JAC08S ENGINEERING GROUP; ING. 777 MAIN STREET, iFORT WORTH, TEXAS '16102i PHONE NO. (817) 735-600©i HERITAGE ADDITION PHASE 313 SECTION 5A August, 2009 SANITARY SEWER COLLECTION SYSTEM ITEM# DESCRIPTION CITY UNIT PRICE AMOUNT 1 8" SDR-35 2,284 L.F. 26.00 59,384.00 2 8" SDR-26 1,958 L.F. 30.00 58,740.00 3 Saw Cut Exist Pvmt 6" Concrete 0 S.Y. 60.00 0.00 4 Saw Cut Exist Pvmt 6"Asphalt) 0 S.Y. 50.00 0.00 5 4' Dia Manhole w/Vacuum Test 17 EA. 2,800.00 47,600.00 6 4' Dia Manhole Over Exist Main w/Vacuum Test 0 EA. 3,400.00 0.00 7 Connect to Exist SS MH/SS system 1 EA. 750.00 750.00 8 4" Service SDR-35 31 EA. 400.00 12,400.00 9 4"Service SDR-26 46 EA. 425.00 19,550.00 10 Reconnect existing Sewer Service 0 EA. 600.00 0.00 11 Remove and Haul Off Existing Sanitary Sewer Main 0 L.F. 20.00 0.00 12 Remove and Haul Off Existing Sanitary Sewer MH 0 EA. 1,200.00 0.00 13 Class B 2500 PSI Concrete 5 C.Y. 10.00 50.00 14 Class E 1500 PSI Concrete 5 C.Y. 10.00 50.00 15 Ballast Stone 5 C.Y. 10.00 50.00 16 Crushed Limestone 5 C.Y. 10.00 50.00 17 Trench Safety 4242 L.F. 1.00 4,242.00 18 TV Inspection 4242 L.F. 1.50 6,363.00 19 Protective Coating 25 V.F. 190.00 4,750.00 20 Traffic Control 0 L.S. 1,800.00 0.00 TOTAL SANITARY SEWER COLLECTION SYSTEM $213,979-00JI G:\JOB\011540\EST\Sec 5\CFA-H3B-5A-20090814Bid prices Page 2 JACOBS ENGINEERING GROUP,INC. 777 MAIN STREET, FORT WORTH, TEXAS 76102 PHONE NO. (817) 735-6000 HERITAGE ADDITION PHASE 313 SECTION 5A August, 2009 PAVING STREET IMPROVEMENTS (SUBDIVISION) ITEM# DESCRIPTION CITY UNIT PRICE AMOUNT 1 6" Lime Sub grade 16,600 S.Y. 2.25 $37,350.00 2 Hydrated Lime 28#/SY 233 TON 135.00 31,455.00 3 6", 3000 psi R.C. Street Pvmt w/7" Curb 16,100 S.Y. 25.55 411,355.00 4 Barrier Free Rams 3 EA 1,250.00 3,750.00 5 Sawcut/Remv Ex Sidewalk 276 L.F. 2.50 690.00 6 Sawcut/Remv/Ex C&G Exposition & Ray White 54 L.F. 10.00 540.00 7 Sidewalk Ad' to Open Space 4,850 S.F. 3.00 14,550.00 8 Concrete Street Header 69 L.F. 25.00 1,725.00 9 End of Street Barricades 58 L.F. 25.00 1,450.00 10 Adjust Sanitary Sewer Manhole Rim 18 EA 75.00 1,350.00 11 SW PPP Maint. 1 L.S. 1,500.00 1,500.00 12 City Required Bonds 1 L.S. 10,000.00 10,000.00 TOTAL PAVING $515,715.00 G:\JOB\011540\EST1Sec 5\CFA-H3B-5A-20090814Bid prices Page 3 JACOBS ENGINEERING GROUP; INC.'' 777 MAIN STREET, 'FORT WORTH, TEXAS 76102 PHONE.NO. (817) 735-6000' HERITAGE ADDITION PHASE 313 SECTION 5A August, 2009 STORM DRAIN SYSTEM (ON-SITE) ITEM# DESCRIPTION QTY UNIT PRICE AMOUNT 1 6'x5' BOX 0 L.F. 325.00 0.00 2 5'x5' BOX 0 L.F. 275.00 0.00 3 60" RCP STORM PIPE 34 L.F. 175.00 5,950.00 4 54" RCP STORM PIPE 689 L.F. 180.00 124,020.00 5 48" RCP STORM PIPE 95 L.F. 135.00 12,825.00 6 45" RCP STORM PIPE 191 L.F. 95.00 18,145.00 7 39" RCP STORM PIPE 15 L.F. 80.00 1,200.00 8 36" RCP STORM PIPE 225 L.F. 75.00 16,875.00 9 30" RCP STORM PIPE 36 L.F. 65.00 2,340.00 10 27" RCP STORM PIPE 380 L.F. 60.00 22,800.00 11 24" RCP STORM PIPE 776 L.F. 55.00 42,680.00 12 21" RCP STORM PIPE 70 L.F. 50.00 3,500.00 13 TRENCH SAFETY 2511 L.F. 1.00 2,511.00 14 STD 20' CURB INLET 8 EA. 4,200.00 33,600.00 15 STD 10' CURB INLET 1 EA. 2,200.00 2,200.00 16 STD 6' SQ MANHOLE 3 EA. 3,600.00 10,800.00 17 STD 4' SQ MANHOLE 2 EA. 2,800.00 5,600.00 18 MANHOLE ACCESS 1 EA. 2,800.00 2,800.00 19 45" TYPE B HEADWALL 1 EA. 2,200.00 2,200.00 20 45" SLOPING HEADWALL 1 EA. 2,400.00 2,400.00 21 36" SLOPING HEADWALL W/ SET 1 EA. 2,250.00 2,250.00 22 12' BOTTOM CHANNEL 140 L.F. 7.00 980.00 23 ROCK RIP RAP 450 SY. 60.00 27,000.00 24 4', 6" CONCRETE FLUME 26 LF 24.00 624.00 TOTAL STORM DRAIN SYSTEM $ 343,300.00 G:\JOB\011540\EST\Sec 5\CFA-H36-5A-20090814Bid prices Page 4 JACOaS ENGINEERING +GROUP; INC. 777 MAIN STREET, FORT WORTH, TEXAS '761021 PHONE NO. (817) 735-6000' HERITAGE ADDITION PHASE 3B SECTION 5A August, 2009 STORM DRAIN SYSTEM (RAY WHITE) ITEM# DESCRIPTION QTY UNIT PRICE AMOUNT 1 6'x5' BOX 0 L.F. 325.00 0.00 2 24" RCP STORM PIPE 0 L.F. 55.00 0.00 3 21" RCP STORM PIPE 0 L.F. 50.00 0.00 4 TRENCH SAFETY 0 L.F. 1.00 0.00 5 CONCRETE CAP ON EXISTING 16'WATERLINE 0 L.F. 25.00 0.00 6 MANHOLE ACCESS IN R.C. BOX CULVERT 0 EA. 2,800.00 0.00 7 SAWCUT, REMOVE & REPLACE EXISTING PVMT 0 S.Y. 50.00 0.00 8 6'X5' HEADWALL 0 EA. 4,600.00 0.00 9 24" HEADWALL 0 EA. 1,800.00 0.00 10 6' BOTTOM CHANNEL GRADE TO DRAIN 0 L.F. 7.00 0.00 11 ROCK RIP RAP 0 S.Y. 60.00 0.00 12 REMOVE & REPLACE EXISTING CHAIN LINK FEN 0 S.F. 15.00 0.00 13 TRAFFIC CONTROL 0 EA. 2,500.00 0.00 14 STORM WATER POLLUTION PREVENTION 0 L.S. 1,800.00 0.00 TOTAL STORM DRAIN SYSTEM $ - G:\JOB\011540\EST\Sec 5\CFA-H3B-5A-20090814Bid prices Page 5 JACOBS ENGINEERING GROUP, INC. 777 MAIN STREET,' PORT WORTH,..TEXAS' 761 Q2 PHONE NO. (817) 735-6000 HERITAGE ADDITION PHASE 313 SECTION 5A August, 2009 STREET LIGHTS ITEM# DESCRIPTION I QTYJ UNIT I UNIT PRICE AMOUNT 1 ISTREET LIGHTS (Antique Style) 29 1 EA. $ 657.00 $19,053.00 TOTAL STREET LIGHTS/SIGNS $19,053.00 STREET SIGNS ITEM# DESCRIPTION QTY UNIT UNIT PRICE AMOUNT 1 ISTREET SIGN FEE *** 8 EA. 85.00 680.00 TOTAL STREET LIGHTS/SIGNS $680.00 *** $85.00 per unit cost for street name blades only, Hillwood to provide posts and brackets. G:\JOB\011540\EST\Sec 5\CFA-H3B-5A-20090814Bid prices Page 6