HomeMy WebLinkAboutContract 41956 (2)COMMUNITY FACILITIES AGREEMENT
THE STATE OF TEXAS § City Secretary
COUNTY OF TARRANT §
Contract No. ‘-.1 I 9 co"
WHEREAS, the undersigned Developer desires to make certain improvements to
an addition to the City of Fort Worth, Texas; and
WHEREAS, the City of Fort Worth, a home -rule municipal corporation situated
in Tarrant, Denton, Parker, and Wise Counties, Texas (the "City"), has approved and
desires to participate in the Developer project described herein in accordance with this
Agreement as presented by the Cost Summary Table and Exhibits hereto and authorized
by City Council via M&C Ce ..2 4 rj/ 6 on 5 j 14 // , 2011; and
57.241/
(-2.4923
WHEREAS, the City has requested the Developer to cause, and the Developer
desires to cause, the design, permitting and construction of the work with the City
reimbursing a portion of the costs as described herein.
Developer: A-S 104 Timberland Town Center,
L.P., by A-S 104 L.C., its General Partner
Project Name:
tim
laneL ) frat
Project Location:
Streets:
Mapsco:
OFFICIAL RECORD
CilTY SECRETARr
!P'K G WORTH, TA al
Council District: 2
CFA: OO/Or_OS'7 DOE:
City Project No. 0sac
•
NOW, THEREFORE, KNOW ALL BY THESE PRESENTS:
For and in consideration of the covenants and conditions contained herein, the City and the
Developer do hereby agree as follows:
General Requirements
A. The Policy for the Installation of Community Facilities ("Policy") dated
March 2001, approved by the City Council of the City of Fort Worth and
subsequently amended from time to time via a Mayor and Council
Communication adopted by the City Council of the City of Fort Worth, is
hereby incorporated into this Community Facilities Agreement ("CFA" or
"Agreement") as if copied herein verbatim. Developer agrees to comply with
all provisions of said Policy in the performance of its duties and obligations
hereunder and to cause all contractors hired by Developer to comply with the
Policy in connection with the work performed by said contractors.
B. Reference is made to that certain Amended and Restated Development and
Escrow Agreement (the "Escrow Agreement» mai� ft�) dated as of,
2011, by and among North Tarrant 226 Joint Venture, Developer, the City,
and TexaPlex Title Company, a true and correct copy of which is attached
hereto as Annex 1. The City acknowledges and agrees that the Escrow
Agreement constitutes financial security in conformance with paragraph 6,
Section II, of the Policy and that Developer has the right to request partial
fundings under the Escrow Agreement to pay for a portion of the costs of
completing the construction of the Project, as hereinafter described.
Developer further acknowledges that said process requires it to submit an
Affidavit of Bills Paid signed by its contractor to ensure the contractor has
paid the sub -contractors and suppliers in full. Additionally, the contractor
will provide in writing that the contractor has been paid in full for all the
services provided under its contract.
C. Developer agrees to cause the construction of the improvements
contemplated by this Agreement and that said construction shall be
completed in a good and workmanlike manner and in accordance with all
City standards and the City -approved construction plans, specifications and
cost estimates provided for the Project and the exhibits attached hereto.
D. The following checked exhibits are made a part hereof:
Exhibit 1:
Exhibit A:
Exhibit Al:
Exhibit B:
Exhibit B 1:
attached)
Exhibit B2:
Exhibit C:
Exhibit C2:
Annex 1:
Location Map
Overall Water Layout (with cost estimate attached)
Sewer Improvements (with cost estimate attached)
Overall Paving Base Bid Layout (with cost estimate attached)
Overall Paving Alternate Bid Layout (with cost estimate
Overall Storm Layout (with cost estimate attached)
Overall Lighting Layout (with cost estimate attached)
Traffic Signal Improvements (with cost estimate attached)
Escrow Agreement
E. The Developer shall award all contracts for the construction of community
facilities in accordance with Section II paragraph 7 of the Policy and the
contracts for the construction of the public infrastructure shall be
administered in conformance with paragraph 8, Section II, of the Policy.
F. For all infrastructure included in this Agreement for which the Developer
awards construction contract(s), Developer agrees to the following:
i. To employ a construction contractor who is approved by the director of the
department having jurisdiction over the infrastructure to be constructed,
said contractor to meet City's requirements for being insured, licensed and
bonded to do work in public streets and/or prequalified to perform
water/waste water construction as the case may be.
ii. To require its contractor to furnish to the City a payment and performance
bond in the names of the City and the Developer for one hundred percent
(100%) of the contract price of the infrastructure, and a maintenance bond
in the name of the City for one hundred percent (100%) of the contract
price of the infrastructure for a period of two (2) years insuring the
maintenance and repair of the constructed infrastructure during the term of
the maintenance bond. All bonds to be furnished before work is
commenced and to meet the requirements of Chapter 2253, Texas
Government Code.
To require the contractor(s) it hires to perform the construction work
contemplated herein to provide insurance equal to or in excess of the
amounts required by the City's standard specifications and contract
documents for developer -awarded infrastructure construction contracts.
The City shall be named as additional Insured on all insurance required by
said documents and same will be evidenced on the ACORD Certificate of
Insurance supplied by the contractor's insurance provider and bound in the
construction contract book.
iv. To require its contractor to give 48 hours notice to the City's Construction
Services Division of intent to commence construction so that City
inspection personnel will be available; and to require the contractor to
allow the construction to be subject to inspection at any and all times by
City inspection forces, and not to install or relocate any sanitary sewer,
storm drain, or water pipe unless a responsible City inspector is present
and gives his consent to proceed, and to make such laboratory tests of
materials being used as may be required by the City.
v. To require its contractor to have fully executed contract documents
submitted to the City to schedule a Pre -Construction Meeting. The
submittal should occur no less than 10 working days prior to the desired
date of the meeting. No construction will commence without a City -issued
Notice to Proceed to the Developer's contractor.
vi. To delay connections of buildings to service lines of sewer and water
mains constructed under this Agreement until said sewer and water mains
and service lines have been completed to the satisfaction of the Water
Department.
G. Developer agrees to provide, at its expense but as a proportionally
reimbursable cost of the Project, all engineering drawings and documents
necessary to construct the improvements required by this Agreement. The
City agrees that Winkelmann & Associates, Inc. may serve as the engineer in
connection with the preparation of such plans for the Project.
H. Developer, as a proportionally reimbursable cost of the Project, shall cause the
installation or adjustment of the required utilities to serve the development or
to construct the improvements required herein.
Unless necessitated by the City's participation in this Agreement, the City
shall not be responsible for any costs that may be incurred by Developer in the
relocation of any utilities that are or may be in conflict with any of the
community facilities to be installed hereunder. However, the City will be
responsible for the costs of utility relocation necessitated by the City's
participation in this Agreement.
J. Developer agrees to provide, at its expense, all necessary rights of way and
easements across property owned by Developer and required for the
construction of the current and future improvements provided for by this
Agreement.
K. Developer covenants and agrees to, and by these presents does hereby assign
to the City on a non-exclusive and non -recourse basis the concurrent right to
pursue, in conjunction with Developer, all claims held by Developer to seek
indemnification or defense from any of their respective consultants,
contractors or subcontractors with respect to any suits, actions or claims of
any character, whether real or asserted, brought for or on account of any
injuries or damages sustained by any persons (including death) or to any
property, resulting from or in connection with the construction design,
performance or completion of any work to be performed by Developer or its
contractors, subcontractors, officers, agents or employees, or in consequence
of any failure to properly safeguard the work, or on account of any act,
intentional or otherwise, neglect or misconduct of Developer or its
contractors, sub -contractors, officers, agents or employees.
L. Developer will further require its contractors to indemnify, defend and hold
harmless the City, its officers, agents and employees from and against any
and all claims, suits or causes of action of any nature whatsoever, whether
real or asserted, brought for or on account of any injuries or damages to
persons or property, including death, resulting from, or in any way connected
with, the construction of the infrastructure contemplated herein, whether or
not such injuries, death or damages are caused, in whole or in part,
by the alleged negligence of the City of Fort Worth, as officers,
servants, or employees. Further Developer will require its contractors to
indemnify, and hold harmless the City for any losses, damages, costs or
expenses suffered by the City or caused as a result of said contractor's failure
to complete the work and construct the improvements in a good and
workmanlike manner, free from defects, in conformance with the Policy, and
in accordance with all plans and specifications and shall cause to be executed
and delivered to the City an indemnity agreement from such contractors on a
form to be promulgated by the City.
M. Upon completion of all work associated with the construction of the
infrastructure and improvements, Developer will assign to the City a non-
exclusive right to enforce the contracts entered into by the Developer with its
contractor along with an assignment of all warranties given by the contractor,
whether express or implied. Further, Developer agrees that all contracts with
any contractor shall include provisions granting to the City the right to enforce
such contracts as an express intended third party beneficiary of such contracts.
N. Inspection and material testing fees are required as follows:
i. Developer shall pay in cash water and wastewater inspection fees equal to
two percent (2%) and material testing fees equal to two percent (2%) for a
total of 4% of the Developer's share of the total construction cost as stated in
the construction contract.
ii. Developer shall pay in cash paving and storm drain inspection fees equal to
four percent (4%) and material testing fees equal to two percent (2%) for a
total of 6% of the Developer's share of the total construction cost as stated in
the construction contract.
iii. Developer shall pay in cash the total cost of street lights or if the City is not
installing the street lights, inspection fees equal to four percent (4%) of the
Developer's share of the streetlight construction cost as stated in the
construction contract.
iv. Developer shall pay in cash the total cost of street signs.
O. COMPLETION WITHIN 2 YEARS
i. The City's obligation to participate (exclusive of front foot charges) in the
cost of the community facilities shall terminate if the facilities are not
completed within two (2) years; provided, however, if construction of the
community facilities has started within the two year period, the Developer
may request that the CFA be extended for one year. If the community
facilities are not completed within such extension period, there will be no
further obligation of the City to participate. City participation in a CFA
shall be subject to the availability of City funds and approval by the Fort
Worth City Council.
ii. Nothing contained herein is intended to limit the Developer's
obligations under the Policy, this Agreement, its financial guarantee,
its agreement with its contractor or other related agreements.
Pursuant and subject to the terms and conditions of the Escrow Agreement,
the City may utilize the Deposit (as such term is defined in the Escrow
Agreement) to cause the completion of the construction of the community
facilities if at the end of two (2) years from the date of this Agreement the
community facilities have not been completed and accepted.
iv. Pursuant and subject to the terms and conditions of the Escrow Agreement,
the City may utilize the Deposit to cause the completion of the
construction of the community facilities or to cause the payment of costs
for construction of same before the expiration of two (2) years if the
Developer breaches this Agreement, becomes insolvent or fails to pay
costs of construction.
P. ESCROW FUNDING/REIMBURSEMENT
The Project encompasses the completion of various roadway sections (and
related infrastructure) along North Beach Street and Timberland Boulevard,
the completion of the traffic signal at the intersection of North Beach Street
and Timberland Boulevard, and the completion of an on -site water line, all
as detailed in the various Exhibits attached hereto.
Reference is made to Exhibit B attached hereto. Those portions of the
roadway sections that are cross -hatched in orange and in pink on Exhibit B
(herein called the "Developer Funded Roadway Sections") will be
completed (or caused to be completed) by Developer and paid for with the
proceeds of the Deposit (or a portion thereof), which costs shall be referred
to herein as the "Developer Funded Roadway Section Costs' . Exhibit B
denotes those portions of the Developer Funded Roadway Sections (the
sections cross -hatched in pink on Exhibit B) for which the Developer will be
given credit against transportation impact fees pursuant to Ordinance No.
18083. The portions of the roadway sections that are shown on Exhibit B
that are cross -hatched in green and in blue (herein called the "City Funded
Roadway Sections") shall be constructed (or caused to be constructed) by
Developer, but shall be paid for by the City pursuant to the reimbursement
provisions hereinafter contained (which costs shall be referred to herein as
the "City Funded Roadway Section Costs"). Further reference is made to
Exhibit B 1 attached hereto, which Exhibit B 1 details additional roadway
which the City, in its sole election shall be included in the roadway sections
to be constructed by Developer. If the City elects to include the additional
roadway sections shown on Exhibit B 1, the cost to so construct such
additional roadway sections shall be borne solely by the City (with the
exception of the Inspection Fee, as shown on Exhibit B 1, which will be
borne solely by the Developer), and, in such case, shall be included within
the definition of "City Funded Roadway Sections' for purposes of this
Paragraph 9.
Reference is made to Exhibit A attached hereto. Exhibit A attached hereto
denotes the water lines within North Beach Street and Timberland
Boulevard that Developer is constructing (or causing to be constructed) as a
part of the Project. The Water Department is responsible for the
construction cost of 12" off -site water line and 8" stub out to the north in
Timberland Boulevard. The Water Department is also responsible for the
upgrade 10"/12' of on -site water construction cost. The Developer is
responsible for the water engineering cost and for the construction cost of a
10' on -site water line and 8" stub out to the south in Timberland Boulevard.
If the City elects to upsize any of such water lines shown on Exhibit A or
elects to extend such water lines beyond the boundary line of Developer's
property, the City shall pay for the cost of upsizing and/or extending such
water lines (which cost shall be referred to herein as the 'Water Line
Upsize/Extension Cost").
Reference is made to Exhibit Al attached hereto. Exhibit Al attached
hereto denotes the sanitary sewer line within Timberland Boulevard that
Developer is constructing (or causing to be constructed) as a part of the
Project. Developer is responsible for paying the cost of construction of such
sanitary sewer line (which cost shall be referred to herein as the "Sanitary
Sewer Line Cost").
Reference is made to Exhibit B2 attached hereto. Those portions of the
stormwater sections that are cross -hatched in orange and in pink on Exhibit
B2 (herein called the "Developer Funded Stormwater Sections") will be
completed (or caused to be completed) by Developer and paid for with the
proceeds of the Deposit (or a portion thereof), which costs shall be referred
to herein as the "Developer Funded Stormwater Section Costs". Exhibit B2
denotes those portions of the Developer Funded Stormwater Sections (the
sections cross -hatched in pink on Exhibit B2) for which the Developer will
be given credit against transportation impact fees pursuant to Ordinance No.
18083. The portions of the stormwater sections that are shown on Exhibit
B2 that are cross -hatched in green and in blue (herein called the "City
Funded Stormwater Sections') shall be constructed (or caused to be
constructed) by Developer, but shall be paid for by the City pursuant to the
reimbursement provisions hereinafter contained (which costs shall be
referred to herein as the "City Funded Stormwater Section Costs").
Reference is made to Exhibit C attached hereto. Those portions of the
lighting sections that are cross -hatched in pink on Exhibit C (herein called
the "Developer Funded Lighting Sections") will be completed (or caused to
be completed) by Developer and paid for with the proceeds of the Deposit
(or a portion thereof) which costs shall be referred to herein as the
"Developer Funded Lighting Section Costs . Developer will be given credit
for the Developer Funded Lighting Section Costs so incurred against
transportation impact fees pursuant to Ordinance No. 18083. The portions
of the lighting sections that are shown on Exhibit C that are cross -hatched in
green and in blue on Exhibit C (herein called the 'City Funded Lighting
Sections") shall be constructed (or caused to be constructed) by Developer,
but shall be paid for by the City pursuant to the reimbursement provisions
hereinafter contained (which costs shall be referred to herein as the "City
Funded Lighting Section Costs").
It is further understood and agreed that the City shall be responsible for the
design coordination of the traffic signal and shall pay for all costs and
expenses relating to either the design or design coordination of such traffic
signal (collectively, the "Traffic Signal Cost"). The preliminary layout for
the traffic signal at Timberland Boulevard and N. Beach Street (as well as
the cost estimates therefor) are attached hereto as Exhibit C2.
The Developer Funded Roadway Section Costs, the Developer Funded
Stormwater Section Costs, and the Developer Funded Lighting Section
Costs shall be collectively referred to herein as the `Developer Funded
Costs". The City Funded Roadway Section Costs, the Water Line
Upsize/Extension Cost, the Sanitary Sewer Line Cost, the City Funded
Stormwater Section Costs, the City Funded Lighting Section Costs, and the
Traffic Signal Cost shall be collectively referred to herein as the "City
Funded Costs".
The City and the Developer intend that the entirety of the Project will be
completed through the execution and delivery of a single construction
contract with a general contractor; however, it is contemplated that if the
design of the traffic signal is not complete at the time of the award of such
construction contract then the contract for the construction of the traffic
signal may be awarded separately. Such contractor(s) shall use its best
efforts to allocate, with each draw request, those amounts that are being
requested to be paid which are allocable to Developer Funded Costs and
those amounts that are being requested to be paid which are allocable to the
City Funded Costs.
With respect to Developer Funded Costs, as costs are incurred by the
Developer, the funding provisions of the Escrow Agreement [Section 3(b)]
shall be followed by the Developer and the City to pay for such costs
incurred by the Developer for Developer Funded Costs.
With respect to the City Funded Costs (except for the Water Line
Upsize/Extension Costs), on or before the fifth (5th) day of each calendar
month during the term hereof, Developer shall submit to the City (i) an
Application for Payment (herein so called) describing that portion of the
City Funded Costs that have been completed through the last day of the
previous month, and (ii) invoices relating to such work previously performed
10
and/or materials installed that are the subject of the Application for Payment,
No later than the tenth (10) day of the month (the "Review Period"), the City
shall review and approve the Application for Payment, and the City shall pay
the Developer the amount requested in the Application for Payment and
approved by the City within twenty-five (25) days after the earlier of (1) the
expiration of the Review Period or (2) approval or deemed approval of the
Application for Payment. If any portion of the Application for Payment is
disputed by the City, then the City shall deliver to the Developer a written
objection notice during the Review Period setting forth such objections in
reasonable detail. The undisputed portion of the Application for Payment
shall be timely paid to the Developer as provided above. If the City timely
and reasonably objects to the Application for Payment, Developer shall
exercise good faith efforts to cure the objectionable items to the City's
reasonable satisfaction, and the process set forth above shall be repeated
until the Application for Payment is completely approved and fully paid.
After the City has paid the funds requested in an Application for Payment,
the Developer will obtain a release and/or waiver of hens, claims, security
interests and encumbrances arising out of the work paid for by the City and
provide copies thereof to the City with each following Application for
Payment. With respect to the Water Line Upsize/Extension Costs, it is
understood and agreed that the City will not partially pay for such costs;
therefore, upon final completion and acceptance by the City of all work that
relates to Water Line Upsize/Extension Costs, the same procedure set forth
above, with respect to the Application for Payment for the entirety of the
Water Line Upsize/Extension Costs, shall be followed by the Developer and
the City.
(Remainder of Page Intentionally Left Blank)
The Checked Must be Included as Attachments to this Agreement
Included
jeA
Et
Attachment
Exhibit 1: Location Map
Exhibit A: Overall Water Layout (with cost estimate attached)
Exhibit Al: Sewer Improvements (with cost estimate attached)
Exhibit B: Overall Paving Base Bid Layout (with cost estimate
attached)
Exhibit Bl: Overall Paving Alternate Bid Layout (with cost estimate
attached)
Exhibit B2: Overall Storm Layout (with cost estimate attached)
Street Lights and Signs Estimate
Exhibit C: Overall Lighting Layout (with cost estimate attached)
Exhibit C2: Traffic Signal Improvements (with cost estimate
attached)
Annex 1 Escrow Agreement
IN TESTIMONY WHEREOF, the City of Fort Worth has caused this instrument to be executed
in quadruplicate in its name and on its behalf by its Assistant City Manager, attested by its City
Secretary, with the corporate seal of the City affixed, and said Developer has executed this instrument in
quadruplicate, at Fort Worth, Texas this di day of , 2011.
CITY OF FORT WORTH:
51-47••••4th
Fernando Costa
Assistant City Manager
Recommended by:
Transportation & Public Works Department
‘ti .
Douglas W. Wiersig, P.E.
Director
Water Department
•
Wendy Chi
Water Deve
bulal, EM$A, P.E.
pment Engineering Manager
•
Approved as to Form & Legality:
Marcia Wise
Senior Assistant City Attorney
ATTE
arty Hendrix
City Secretary
Authorization:
M&C: C"'oZy'civ247�
Date: tS la i-�'I 1
1 (e
QVocloo n ,
l°J a u 4
DEVELOPER:
A-S 104 Timberland Town Center,
L.P., by A-S 104 L.C., its General Partner
$y: �• , 04, L.C., General Partner
Jay K. Sear
Manager
rank Crumb, P.E.
Director, Water Department
1oip ktt�. k
000 yo
o 3cr
o
Q
a icy
0000Q°°
z/b ten rebeede
--q-n-atintes>
13
OFFICIAL RECORD
CITY SECRETARY
Ft WORTH, TX
ALTA_ VISTA___.
ROAd ._._.
m
m
r
r
r
0 >
D 0
�
ado
0
cn�0
mwv
Est
v
0)
v
0
to
PROPOSED 12"
WATER LINE
(ONSITE)
PROPOSED 8'
WATER LINE
(OFFSITE)
END PROPOSED
12' WATER LINE
(OFFSITE)
WOODLAND SPRINQS OFFICE PARK
LOT 1, B OCK 1
CAB. A, SyE 11886
LOT 1, BLK 2
TIMBERLAND ADDI11ON
VOL. 388-183, PG. 74
Winkelmann
& Associates, Inc.
CONSULTING CIVIL ENGINEERS • SURVEYORS
6750 HILLCREST PLAZA DRIVE, SUITE 325 (972) 490-7090
DAWAS, TEXAS 75230 (972) 490-7099 FAX
Texas Engineers Registration No. 89
Texas Surveyors No. 100866-00
COPYRIGHT o 2010, Winkelmann & Associates, Inc.
Scale : 1 "=300'
Date : 03/04/2011
Dwg. File : 59401CFAWTR.DWG
Project No.: 59401.00
0111111111. IONS
i
COTTAGEVILLE LN.
CONNECT TO EX.
21' WATER LINE
(OFFSITE)
PROPOSED 12'
WATER LINE
(ONSITE)
PROPOSED 8"
WATER LINE STUB
(ONSITE)
1
I �I
CONNECT TO EX.
8" WATER LINE
(OFFSITE)
PROPOSED 8"
WATER LINE
(OFFSITE)
LILLYBROOK LN n 0
179. sc
y y�NO
9
- .. 1
0VA C..92
_ cP 0y
0
--EXCELSIOR LN.
WILLIAM D. DONAGHUE
AND WFE, THERESA MARIE
VOL. 8673, PG. 715
EXHIBIT A WATER
SHOPS AT TIMBERLAND CROSSING
TIMBERLAND BLVD & N BEACH ST.
FROM ALTA VISTA (N. BEACH ST.) TO THE EAST
FORT WORTH, TEXAS
J. CHIRINO SURVEY, ABSTRACT NO. 265
CITY OF FORT WORTH
TARRANT COUNTY, TEXAS
NEWQUEST PROPERTIES
8827 W SAM HOUSTON PKWY. NORTH
SUITE 200 HOUSTON, TEXAS 77040
NTH
SCALE:
1 "=300'
SHEET
ERE
A
TIMBERLAND BLVD. AT NORTH BEACH ST.
DOE NO. 6502
CITY PROJ. NO. 01547
EXHIBIT A - WATER
Price
Unit
tent;Estimated
No.
Quantity
Unit
D
Description
B
Base
Sid
Amount
1
136.50
LF
Pipe-Pressure-8
Inch
PVC -
Install
$43.00
$5,869.50
Inch
PVC -
Install
$39.00
$51,103
26
2
1310.34
LF
Pipe-Pressure-12
3
134.00
LF
Pipe-Pressure-6
Inch
PVC
-
Install
$40.00
$5,360.00
4
6.00
EA
Valve-6
Inch-gate-w/valve
box
-
Install
$703.00
$4,218.00
5
3.00
EA
Valve-8
Inch-gate-w/valve
box
-
Install
$1,025.00
$3,075.00
6
7.00
EA
Valve-12
Inch-gate-w/valve
box
-
Install
$1,863.00
$13,041.00
inch
X 21
inch
-
Install
$6,050.00
$6,050.00
7
1.00
EA
Tapping
Sleeve
and
Valve-12
Box Adjust
to
Grade
$250.00
$500.00
8
2.00
EA
Water
Valve
-
Top
Slab
to Grade
$2,500.00
$2,500.00
9
1.00
EA
Water
Vault
- Adjust
Box
to Grade
$1,500.00
$3,000.00
10
2.00
EA
Water
Vault
- Adjust
Lid
& GV
$5,000.00
11
40.00
LF
Concrete
-Encasement
for 42
Inch
Waterline
-
Install
$125.00
Hydrant
-
Install
$2,400.00
$4,800.00
12
2.00
EA
Fire
$23.00
$1,541.00
LF
Concrete
Encasement
For
8
Inch
Waterline
-
Install
13
67.00
LF
Concrete
For 12
Inch
Waterline
-
Install
$25.00
$725.00
14
29.00
-Encasement
$3,525.00
Class
A
box
-
Install
$705.00
15
5.00
EA
1"
Irrigation
service
with
meter
Class
A
box -
Install
$1,238.00
$1,238.00
16
1.00
EA
1-1/2"
Irrigation
service
with
meter
$705.00
Class A
box -'
Install
$705.00
17
1.00
EA
1"
Domestic
service with
meter
B
box --
Install
$1,507.00
$6,028.00
18
4.00
EA
2"
Domestic
service with
Class
meter
LF
Trench
Safety
-
Install
$1.00
$1,580.84
19
1580.84
20
1.04
TN
Pipe
Fittings
for < 16
Inch
Pipe -
Install
$3,900.00
$4,056.00
S
SUBTOTAL
$123,915.6Q
10%
Construction
GOntingency
(For
City Participation
Only)
$228176
..........................................................
$2,478.31
Z%Inspection
Fee
$2,478.31.
TOTAL
WATER
CFA COST
$131,15398
EXHIBIT A — WATER CONTINUED
On -site
Item
#
Description
Unit
Qty
10"
Price
Unit
12"
Price
Unit
10'/12"
Difference
or
Percentage
City
Participation
1
12" waterline
LF
1,100
$34.50
$39.00
$4.50
$4,950.00
2
12" gate
valve
EA
2
$1,560.00
$1,863.00
$303.00
$606.00
3
valve
Tapping
sleeve
&
EA
1
$6,580.00
$6,050.00
$0.00
$0.00
4
Fittings
1
$3,900.00
$3,900.00
$0.00
$0.00
TN
Subtotal
$5,556.00
Off -site
Item
#
Description
Unit
Qty
Unit
Price
City
Participation
1
8" waterline
LF
74.50
$43.00
$3,203.50
2
12" waterline
LF
210.34
$39.00
$8,203.26
3
8"
gate
valve
EA
2.00
$1,025.00
$2,050.00
4
12" gate
valve
EA
1.00
$1,863.00
$1,863.00
5
Concrete
for 8" w.1.
encasement
LF
67.00
$23.00
$1,541.00
6
Concrete
for 12"
encasement
w.l.
LF
16.00
$25.00
$400.00
7
Fittings
0.19
$3,900.00
$741.00
TN
8
Trench
safety
LF
284.84
$1.00
$284.84
Subtotal
$18,286.60
$23,842.60
Total
Plus
Contingency
25%
$29,803
25
Inspection
$596.07
Material
Testing
$596.07
Grand
$30,995.39
Total
ALTA ,VISTA
WOODLAND SPRINGS OFFICE PARK
LOT 1, BLOCK 1
CAB. A, SLI�E 11886
ROAD I�-
•
•
b
4,1
COTTAGEVILLE LW.
�f I
y t\ a \ I
\•• p,s,
PROPOSED 4' DIA.
MANHOLE
PROPOSED 8' DIP
SANITARY SEWER LINE
LL )
\
y
•
•
7
`/
Nn--
SCALE:
1 "= 300'
CONNECT TO EX
SEWER MANHOLE
SANITARY
-LILLYBROOK LN ei-
'
i s 21 yI 1
T y�`Po
,\ ,,i, '1 `O11
\ ��92
cP 0 f f
`EXCELSIOR LN.
LOT 1, BLK 2
TIMBERLAND ADDITION
VOL. 388-183, PG. 74
WILLIAM D. DONAGHUE
AND WIFE, THERESA MARIE
VOL, 8673, PG. 715
Winkelmann
& Associates, Inc.
CONSULTING CIVIL ENGINEERS a SURVEYORS
6750 HILLCREST PLAZA DRIVE, SUITE 325 (972) 490-7090
DALLAS, TEXAS 75230 (972) 490-7099 FAX
Texas Engineers Registration No. 89
Texas surveyors No. 100866-00
COPYRIGHT 'O10, Vankelmann 8 Associates, Inc.
Scale : 1"=300'
Date : 03/04/2011
Dwg. File : 59401CFASWR.DWG
Project No, 59401.00
EXHIBIT Al SEWER
SHOPS AT TIMBERLAND CROSSING
TIMBERLAND BLVD. & N. BEACH ST.
FROM ALTA VISTA (N. BEACH ST.) TO THE EAST
FORT WORTH, TEXAS
J. CHIRINO SURVEY, ABSTRACT NO. 265
CITY OF FORT WORTH
TARRANT COUNTY, TEXAS
NEWQUEST PROPERTIES
8827 W SAM HOUSTON PKWY. NORTH
SUITE 200 HOUSTON, TEXAS 77040
SHEET
EXB
Al
TIMBERLAND BLVD. AT NORTH BEACH ST.
DOE NO. 6502
CITY PROD. NO. 01547
EXHIBIT Al - SEWER
Item
No.:
Estimated
uantity
U
Unit
Description
Unit
Price
Amount
1
173.01
LF
Pipe-Sewer-8
Inch
DIP
--
Install
$ 49.00
$ 8,477.49
2
15.00
LF
Pipe-Sewer-6
Inch
PVC -
Install
$ 30.00
$ 450.00
Permanent
a
Install
$ 6.00
$ 1,165.80
3
194.30
SY
Pavement
Repair
- Concrete
(STR-031)
4
1,00
EA
4'
Dia.
Manhole
-
Install
$ 4,819.00
$ 4,819.00
5
1.00
EA
Connect
to
Ex.
Manhole
—
Install
$ 1,200.00
$ 1,200.00
6
1.00
EA
Sewer Service-6 inch
Service
Tap
—
Install
$ 500.00
$ 500,00
2.00
$ 346.02
7
173.01
LF
Inspection
-
Post
Construction
Cleaning
and
TV — Study
$
8
20.00
LF
Concrete
Encasement
—
Install
$ 50.00
$ 1,000.00
$ 104.00
$ 104.00
9
1.00
EA
Manhole
-Vacuum
Test — Services
10
173.01
LF
Trench
Safety
—
Install
$ 1.50
$ 259.52
SUBTOTAL
'$ 18,321n83i
2%
Material
Testing Fee
$
366.44
2% Inspection
Fee
$ 366.44
TOTAL SEWER
CFACOST
i:$ 19,054.70:
ropi
Yl
V
O. DRAINAGE dt UT1UTY
EASEMENT CC,
0207:,n169
\• '\ . •
SA:tATpc& PHA'C .lA
nt.ocx
Cab A. SOO( 111129
•.
wrrnAwo vorPrwcs
tXfa PARK
Let 1• BtCr7t 1
CAB. A. MIX 11555
-. •• •• ••• • • I
.1
THE VILLP:r.S Or W000LAND SPDINCS
LOT 55. BLOCK 9s
1 14
1
•
•
T
20. PERMANENT WATER
MAIN EASEMENT
':L 13379. PC. t"
I
Ile
•r
1
1
1
1
1
•
1
•
PEAMANENT UTtL1TY C\XMCNT
',IL 9502. PC. 1391
♦
1
THE 91CV-.. AT
nuBERLAIe t7tc-.SO4c
OLG: t
t710-4 AREA
•L•s as .s n
ram_..
R.0 W. 0001'AnVM
8:40r .s n.
1.1ti'LA
0se.!1•• •a.fl.
19.42 ..des
20' DRAINAGE EA'OACNT
BY SEPARATE*NSTRUMCNT
-k•tter..:EAtz_netZ-7-•::
r
r-e+r--.
TIC lrLLACES Or t oofl. N° SPX1NCS
BLOCK 33
CAB. A. surc 9144
•
•
1
1
60 DRAINAGE EASEMENT-1
cc/ 029344t9B0
1
1
1
•
•
1
rie
N-
r
\ \
\ •
/ 7 ` .i .r
DEVELOPER CREDIT AGAINST FUTURE IMPACT FEES
DEVELOPER NO CREDIT AGAINST FUTURE IMPACT FEES
SA—D U (PACT FEE FUNDS (CP;€ 01547)
2C05 CIP ARTERIAL BOND FUNDS (CP 1- 01 r192)
1
T
•
I
1
•
1 (
I I _
I i
NO
r
'--
•
•
`T—PIPELINE EA•.EVEVT
CC% 02-1f26s13 1
-•
-
•
-- i
o ff
0.4.
- -'
"M-
-
dr
-
C `NST. CUT.
morn TARRANT 27" r 4 ••'.
VCL. INA&. Pi. In
•• a•
I
•
---
-j-- -l-
aro
•
•
•
1
1
1
-r•
r-
J
s
0 0
1-
N
J
1
K LLEN HA
ITE
1 :a
AND
A
O
CC
Iw of
L'. CA1 N MAf
IM?; ;t) ra-a
V
A
1
1
N
4
11
I
O' SO. 1 C.
1 •
lea
BEN 'SwARK
q
ya.
• jt
derei
-L - •
VI•-tIj
• �0L
•
BM $I- On Golden Trlongls mrl • Ott Monument /661G4 on the
.r't rno of th• ►r)th htvdlydl of o :uh•rt under
1dM T•ien7M Bha.. S:) rest Eat' rf Al" ',h,'o P7.
(te,ch '.L.).
Ele.rotlon . 7:2.25
0~
)
>—
r.
t
Z• x
111 w
(.i o~
-t Z
rn < ,t
CC
zj
mom
0 I :
Zu.
J
I
0
Data: 01 '0+/10
59101CC' eel
v
•••
u
t
0
G
BM /2- ^n Alto 'Ilsta Rd. (N. E.G. h St.): City Monument /6610
In the center of o headwall (outlet rein for :tell rater
I,nk•- 344 Ieet north of Roy Wrote Rd. and /S fmrt west
01 the of sl net •1 o►,n.
Elr.olan . 7,2.46
SHEET
W
t`
II
•
TIMBERLAND BLVD. AT NORTH BEACH ST.
DOE NO. 6502
CITY PROJ. NO. 01547
EXHIBIT B - PAVING BASE BID
Item No.
Descnption
Unit
Unit Price
1
Unclassified Street Excavation
CY
$ 11.00
2
Pavement -Asphalt - Remove
SY
$ 4.56
3
Pavement -Concrete Driveway - Remove
SF
$ 0.54
4
Pavement -Concrete - Remove
SF
5 0.54
5
Pavement -Gravel - Remove
SY
S 2.26
6
Pavement Marking - Remove
LF
5 0.66
7
Walk - Remove
SF
S 0.54
8
Sawcut-Curb & Gutter - Remove
LF
$ 3.46
9
Sign - Remove & Salvage
EA
$ 350.00
10
Trees -Permitted - Remove
EA
5 650.00
11
Trees -Permitted - Relocate
EA
S 390.00
12
Topsoil-6 Inch -Medians & Parkway - Install
SY
$ 1.95
13
Grass-Hydromulch Seeding -Medians & Parkway - Install
SY
$ 0.83
14
Subgrade-6 Inch -Lime Stabillzed-30 Ibs/sy - Install
SY
$ 2.70
15
Subgrade-Lime for Stabilization - Install
TN
$ 150.00
16
Pavement-2 Inch -Surface Course -Type D - Install
SY
$ 12.00
17
Pavement-4 Inch -Base Course -Type B - Install
SY
$ 21.00
18
Pavement-9.5 Inch Concrete - Install
SY
$ 34.57
19
Pavement -Silicone Joint Sealant - Install
LF
$ 0.85
20
Pavement -Header - Install
LF
$ 8.50
21
Curb - Install
LF
S 1.00
22
Driveway-6 Inch - Install
SF
5 8.00
23
Walk-4 Ft -- Install
SF
5 3.00
24
Walk-5 Ft - Install
SF
$ 3.00
25
Walk -Variable Width - Install
SF
$ 3.00
26
Retaining Wall - Install
LF
$ 35.60
27
Sidewalk Ramp -Type B - Install
EA
$ 475.00
28
Sidewalk Ramp -Type F - Install
EA
$ 770.00
29
Sidewalk Ramp -Typo G - Install
EA
5 670.00
30
Sidewalk Ramp -Type H - Install
EA
$ 1,590,00
31
Concrete Island & Ramp -Type J - Install
EA
$ 1,170.00
32
Concrete Island & Ramp -Type K - Install
EA
5 1,730.00
33
Pavement Marking-Crosswallk Bar-1B Inch - Install
LF
$ 6.60
34
Pavement Marking -Stop Bar-18 Inch - install
LF
$ 4.40
35
Pavement Marking-4 Inch Yellow - Install
LF
5 1.40
36
Pavement Marking-Tum Arrows - Install
EA
$ 130.00
37
Pavement Marking -Words - Install
EA
5 140.00
38
Pavement Marking -Bike Lane-8 Inch - Install
LF
S 1.40
39
Pavement Marking -Bike Lane-8 Inch Dotted - Install
LF
$ 1.40
40
Pavement Marking -Bicycle Symbol & Arrow - Install
EA
S 500.00
41
Pavement Marking -Lane Markers Type II-CR-4 - Install
EA
$ 3.05
42
Pavement Markinq-Lane Markers Type W-4 - Install
EA
S 2,75
43
Sign -Small- Ground Mount - Furnish and Install - Install
EA
S 470.00
44
Sign -Street Dead End Barricade - Install
EA
$ 1,500,00
45
Pipe-4 Inch PVC Irrigation Sleeves - Install
LF
5 10.50
46
Temporary Erosion Control - Install
LS
S 9,050.00
47
Traffic Control - Install
LS
$ 19.000.00
48
Pre -Bid Item Sign - Project Desgination - Install
EA
S 300.00
SUBTOTAL
2% Material Testing Fee
4% Inspection Fee
GRAND TOTAL
" Inspection fee based on 4% (A + B + C)
AMOUNTS SHOWN ON THIS EXHIBIT ARE FOR ESTIMATING PURPOSES ONLY.
ACTUAL AMOUNTS WILL BE DETERMINED WITH FINAL PAY ESTIMATE.
2!t.Mcoer i
=rat Agatilgt
F,,r,r, ilr.Vart Goa$
� ,e /el •per
No 'mid Aoair.•
ut'ire Impart Fees
, a .;-+
p;,.. , ,. •-,..^a; 1
;;Pir 0154' l
2 i1' J GIP 1
.4r'r"l en-41 r, -,o�
24 01612
Quantity
Amount
Quantity
Amount
Quantity
Amount
Quantity
Amount
3145,92
S 34,605.12
612.9
S 6,741.90
2255.56
$ 24,811.16
1783.62
S 19.619.82
1772
5 8.080.32
0
$ -
0
$ -
1370
S 6.247.20
0
$ -
0
$ -
0
$ -
810
$ 437.40
0
S -
0
$ -
0
$ -
4055
$ 2.189.70
607
$ 1.371.82
0
$ -
518
$ 1,170.68
0
$ -
0
$ -
0
$ -
0
$ -
1065
5 702.90
0
S -
0$
-
0
5 -
260
S 140.40
372
S 1,287.12
334
S 1,155.64
0
S -
266
5 920.36
0
5 -
0
5 -
0$
-
1$
350.00
0
S -
0
5 -
12
$ 7,800.00
0
S -
0
S -
8
5 3,120.00
0
5 -
0
S -
4629.52
5 9,027.56
0
$ -
4195.88
5 8,181.97
993.71
S 1.937.73
4962.85
S 4,119.17
0
S -
4195.88
S 3,482.58
993.71
S 824.78
6855,11
$ 16,508.80
1335.53
$ 3,605.93
4914,96
$ 13,270.39
3886.59
S 10,493.79
102.83
S 15,424.50
20.03
$ 3,004.50
73.72
S 11,058.00
58.30
S 8.745.00
0
S -
0
$ -
118.66
$ 1,423.92
130.00
S 1,560.00
0
$ -
0
$ -
118.66
$ 2.491.86
130.00
$ 2,730.00
6382.34
$ 220,637.49
1243.42
$ 42,985.03
4576.00
$ 158,192.32
3618.55
$ 125,093.27
3816
$ 3.243.60
743.46
$ 631.94
2736
$ 2,325.60
2163.54
$ 1,839.01
0
5 -
0
$ -
30
$ 255.00
0
$ -
2682
$ 2,682.00
334
$ 334.00
3138
$ 3,138.00
2362
$ 2,362.00
0
$ -
779.46
5 6.235.68
0
5 -
0
$ -
4467
5 13,401.00
0
S -
741
5 2,223.00
2294
$ 6,882.00
0
5 -
0
S -
612
5 1.836.00
0
S -
0
S -
0
5 -
2031.00
S 6,093.00
0
S -
0
S -
0
S -
440
5 15.664.00
0
S -
0
S -
0$
-
0$
-
1
5 475.00
0
S -
0
5 -
0
S -
2$
1.540.00
0$
-
0
5 -
0
S -
1$
670.00
1
S 1,590.00
0
S -
0
5 -
1
5 1.590.00
0$
-
0
S -
0
5 -
3$
3,510.00
1.67
$ 2,889.10
0
$ -
0
$ -
0.33
S 570.90
18.5
$ 122.10
0
$ -
0
$ -
322.5
$ 2,128.50
52
$ 228.80
0
$ -
0
$ -
132
$ 580.80
38
$ 53.20
0
$ -
0
$ -
22
$ 30.80
2
$ 260.00
2
$ 260.00
0
$ -
3
$ 390.00
2
$ 280.00
2
$ 280.00
0
$ -
3
$ 420.00
2136
$ 2,990.40
0
$ -
1591,
$ 2.227.40
0
$ -
1384
$ 1,937.60
0
$ -
120
$ 168.00
0
$ -
3
$ 4,000.00
0
S -
5i
$ 2,500.00
0
$ -
142
$ 433.10
22
$ 67.10
249
S 759.45
67
$ 204.35
527
$ 1,449.25
170
$ 467.50
115
$ 316.25
183
$ 503.25
10
$ 4,700.00
0
5 -
5
$ 2,350.00
7
$ 3,290.00
0
$ -
0
$ -
1
$ 1.500.00
0
$ -
0
$ -
175
$ 1.837.50
0
$ -
0
$ -
0.50
S 4,525.00
0.00
$ -
0.50
S 4,525.00
0.00
$ -
D.50
$ 9,500.00
0.00
S -
0.00
S -
0.50
$ 9.500.00
0.50
S 150.00
0.50
S 150.00
0.50
$ 150.00
0.50
$ 150.00
A
B
"
57087r7:
C.
$ 77'?t25,..,
32tyr;,2P97
3'.417 S3
515.55:'2,r
c4 -•'2 >t
$id.6s1 45
$O.00.
38 7 7 '6'
S°009457:,
I 5:.'834'1 eft
s:3',:4z .1
Revised 4/6/2011
Grand
Totals
Quantity
Amount
7,798.00
$ 85,778.00
3,142.00
$ 14,327.52
810.00
$ 437.40
4,055.00
S 2,189.70
1,125.00
S 2.542.50
1,065.00
S 702.90
260.00
$ 140.40
972.00
$ 3,363.12
1.00
$ 350.00
12.00
$ 7,800.00
8.00
9.819.11
10.152.44
$ 3,120.00
$ 19.147,26
$ 8.426.53 '
16, 992.19
$ 45.878.91
254.88
$ 38.232.00
248.66
$ 2,983.92
248.66
$ 5,221.86
15,820.31
S 546,908.12
9,459.00
S 8,040.15
30.00
S 255.00-'
8,516.00
S 8,516.00
779.46
S 6,235.68
7,502.00
$ 22, 506.00
612.00
$ 1,836.00
2.031.00
S 6,093.00
440,00
$ 15,664.00
1.00
$ 475.00
2.00
$ 1,540.00
1.00
$ 670.00
2.00
$ 3.180.00
3,00
$ 3.510.00
2.00
$ 3,460.00
341.00
$ 2,250.60
184.00
5 809.60
60.00
$ 84.00
7.00
S 910.00
7.00
S 980.00
3,727.00
$ 5,217.80
1.504.00
$ 2.105.60
13.00
S 6,500.00
480.00
$ 1,464.00
995.00
$ 2,736.25
22.00
$ 10,340.00
1.00
$ 1,500.00
175.00
$ 1,837.50
1.00
$ 9,050.00
1.00
S 19, 000.00
2.00
$ 600.00
$934.916.32
$18,698.33
S37 396.65
5991,011 30
A. -,
tt
•
r✓
Tr
E
Yr'
•
•
Ir
1
I
ir
1
4
L
tr
oar co/a-,
rite
Map \ s .va,To,r:al
•
•
•
•
20.
9
L.;1F1113i
131
•
•
1
r
}
r I I
iL
NII 1T I I I
J L
O\'ER LL PAVING AL[ERNATE
HID I A.YOt
Tf,,1BERL,ND BL'.D_ AND N BE;CIS ST_
FORT AVORTH, TE=.AS
f
L'*H2 _T ,::. 265
n, ter<5
IXtST FPr£P _ii A.H
'r yro l .a
tx=s ro o
iro
ri
to
sn
rnn
or
0)
v
RErrcN MfT...
Winkelmann
& Associates, Inc.
iTnf75 d .n r..a7: Fi
0 fi�c2G*Y F CT 10 01
TIMBERLAND BLVD. AT NORTH BEACH ST.
DOE NO. 6502
CITY PROJ. NO. 01547
EXHIBIT B1 - PAVING ALTERNATE
AMOUNTS SHOWN ON THIS EXHIBIT ARE FOR ESTIMATING PURPOSES ONLY.
ACTUAL AMOUNTS WILL BE DETERMINED WTH FINAL PAY ESTIMATE.
Item No.
Descnption
Unit
Unit Price
1
Pavement-9.5 Inch Concrete - Install
SY
$ 32.74
2
Subgrade-6Inch-Lime Stabilized-30Ibs/sy-Install
SY
$ 1.70
3
for Stabilization - Install
TN
$ 150.00
•Subgrade-Lime
5
Walk-4 Ft - Install
SF
$ 3.00
6
Pavement -Silicone Joint Sealant - Install
LF
$ 0,85
7
Curb - Install
LF
$ 1.00
8
Pavement Marking-Tum Arrows -• Install
EA
$ 130.00
9
Pavement Marking -Words - Install
EA
$ 140.00
10
Pavement Marking -Bike Lane-8 Inch - Install
LF
$ 1.40
11
Pavement Marking -Bicycle Symbol & Arrow - Install
EA
$ 500.00
12
Pavement Marking -Lane Markers Type II-CR-4 - Install
EA
$ 3.05
13
Pavement Marking -Lane Markers T .e W-4 - Install
EA
$ 2.75
14
Unclassified Street Excavation
CY
$ 9.46
SUBTOTAL
2% Material Testing Fee
4% Inspection Fee
GRAND TOTAL
* Unit Prices for these items are different from unit prices for Paving Base Bid.
** Developer will pay for Inspection Fee for Paving Alternate.
No credit against future Impact fees.
SA-0
Impact Fee Funds
CPtf 01541'
Quantity
Amount
3481.00
$ 113,967.94
4157.00
$ 7,066.90
62.00
$ 9,300.00
5285
$ 15,855.00
1526
$ 1,297.10
678
$ 678.00
4
$ 520.00
4
$ 560.00
373
$ 522.20
2
$ 1,000.00
62
$ 189.10
240
$ 660.00
682 $ 6,451.72
Sr) no
!•61 _-2r
Grand
Totals
Ouantity
Amount
3,481.00
$ 113,967.94
4,157.00
$ 7.066.90
62.00
$ 9,300.00
5,285.00
$ 15,855.00
1.526.00
$ 1.297.10
678.00
$ 678.00
4.00
$ 520.00
4.00
$ 560.00
373.00
S 522.20
2.00
$ 1,000.00
62.00
$ 189.10
240.00
$ 660.00
682.00
$ 6,451.72
$158,067.96
$3,161.36
$6,322.72
$167,552.04
**
Revised 4/7/2011
£4\:.liai Fv 0/1.1 t.. 1'"r.s\-440 40-
0
II
•
L
4-10
3- PI c
g. _ g4i p
-c`
1
ml.. 01/0"./
Al= t VDT SA., :v9
fleet Ae 49401 0$(4i
SE
J
J L
OVERALL STORM LAYOUT
If.iiii21 AN el lift Air) N. 13EACr
rORf 507. TEx, s
r{a 9,R -.v, Ass r£ -CT,.9 26S
r-w+s'T w.4Tr, rz<is
Sf FRU ER1€
d FK*t II FtU� ZO3
4-VISTA, TAXIS Im20
041E
tettaaaa
0 0
I
L 1 71
7 r r
— 0 0
J v
v
I
O
m ( ) 0
mtri
.-J
�
77-1
Z: -
0
0
J
C
0
Winkelmann
& Associates, Inc.
a:Tilt A'll) f31 O..Y N OF^ ,F
o E 110
CITY PR0J£0T .90 Oft.+7 LII.f=.. ...
TIMBERLAND BLVD. AT NORTH BEACH ST.
DOE NO. 6502
CITY PROJ. NO. 01547 AND 01692
EXHIBIT B2 - STORM DRAIN
Item No.
Descnption
Unit
Unit Price
1
Pipe-21 Inch CL III - Install
LF
$ 48.26
2
Pipe-24 Inch CL III - Install
LF
$ 47.42
3
Pipe-30 Inch CL III - Install
LF
$ 51.45
4
Pipe-36 Inch CL IV - Install
LF
S 75.35
5
Pipe-42 Inch CL III - Install
LF
$ 97.96
6
Box Culvert-4 Ft X 3 Ft - Install
LF
$ 110.79
7
Box Culvert-5 Ft X 3 Ft - Install
LF
$ 158.22
8
Box Culvert-7 Ft X 3 Ft - Install
LF
S 230.18
9
Box Culvert-8 Ft X 3 Ft - Install
LF
$ 244.83
10
Inlet-Recessed-10 Ft - Install
EA
$ 2,695.00
11
Manhole Ty M-4 Ft X 4 Ft - Install
EA
$ 3,410.00
12
Manhole Ty M-5 Ft X 4 Ft - Install
EA
$ 3,410.00
13
Manhole Ty M-6 Ft X 4 Ft - Install
EA
$ 3,740.00
14
Concrete Collar at 36 Inch pipe - Install
EA
$ 250.00
15
Large Junction Box -- Install
EA
$ 6,050.00
16
Headwall/Drop Structure/Grouted Riprap - Remove
LS
$ 900.00
17
Vvingwall-Type FW-0 - Install
EA
$ 2,970.00
18
Headwall-5 Ft X 3 Ft Sloped With Concrete Apron - Install
EA
$ 4,290.00
19
Riprap-12 Inch Rock - Install
CY
$ 165.00
20
Trench Safety - Install
LF
$ 1.00
SUBTOTAL
2% Material Testing Fee
4% Inspection Fee
GRAND TOTAL
* Inspection fee based on 4% (A + B + C)
AMOUNTS SHOWN ON THIS EXHIBIT ARE FOR ESTIMATING PURPOSES ONLY.
ACTUAL AMOUNTS WILL BE DETERMINED WITH FINAL PAY ESTIMATE.
:.. vrloper
Credit Against
Futon. Impact Fesai
Developer
No Credit Against
nature Impact Fecs
'SA-D
i--1 ••.t Fee Funds
_..'*t 01547
2008 C!P
Artenni Band Funac
:PA 015 i?
Quantity
Amount
Quantity
Amount
Quantity
Amount
Quantity
Amount
41.00
$ 1.978.66
14.00
$ 675.64
105.00
S 5,067.30
0
$ -
17.00
$ 806.14
0.00
S -
0.00
$ -
112
$ 5,311.04
0.00
$ -
0.00
$ -
9.00
$ 463.05
76.00
$ 3,910.20
266.00
$ 20.043.10
30.00
$ 2,260.50
0.00
$ -
0
$ -
0.00
-
0.00
$ -
81.00
$ 7,934.76
0
$ -
71.20-$
.$
7,888.25
183.10
$ 20,285.65
440.01
$ 48,748.71
0
$ -
162.81
S 25,759.80
418,64
$ 66,237.22
0.00
$ -
0
$ -
72,00
$ 16,572.96
0.00
$ -
212.00
$ 48,798.16
0
$ -
220.00
S 53,862.60
0.00
$ -
0.00
$ -
0
$ -
1.00
S 2,695.00
0.00
$ -
3.00
$ 8.085.00
0
$ -
0.00
$ -
0.00
$ -
0.43
$ 1,466.30
0.57
$ 1,943.70
0.28
S 954.80
0.72
$ 2,455.20
1.00
$ 3,410.00
0
$ -
0.28
$ 1,047.20
0,72
$ 2,692.80
0.00
$ -
0
$ -
1.00
$ 250.00
0.00
$ -
0.00
$ -
0
$ -
1.00
S 6,050.00
0.00
$ -
1.00
$ 6,050.00
0
S -
1.00
$ 900.00
0.00
$ -
0.00
$ -
0
$ -
1.00
S 2,970.00
0.00
$ -
0.00
$ -
0
$ -
0.28
$ 1,201.20
0.72
$ 3,088.80
0.00
$ -
0
$ -
25.41
$ 4,192.65
12.95
$ 2,136.75
0.00
$ -
0
$ -
850.01
$ 850.01
645.74
$ 645.74
847.01
$ 847.01
188.00
$ 188,00
A
$14r?.022 17
B
5'r.3 •17R 3C
C
$130.870.29
$11 '52 04
S ',0 45
S :r2,9.57
$2.617.41
$227 .;;6
i0 rlp�
$15 174 84
SC.00
WA 12
..)150.r.2 r_l qI
$117 o62 7 r
$133 457.69
S12. 034 12
Revised 4/7/2011
Grand
Totals
Quantity
Amount
160.00
$7,721.60
129.00
$6,117.18
85.00
$4,373.25
296.00
$22.303.60
81.00
$7.934.76
694.31
$76,922.60
581.45
$91,997.02
284.00
$65,371.12
220.00
$53,862.60
4.00
$10,780.00
1.00
$3,410.00
2.00
$6,820.00
1.00
$3,740,00
1.00
$250.00
2.00
$12,100.00
1.00
$900.00
1.00
$2,970.00
1.00
$4,290.00
38.36
$6,329.40
2530.76
$2,530.76
$390,723.89
$7,814.48
$15,628.96
$414 167.33
♦NAIeCA. RwAA. b..
pR .. SLICE ul:!
e100.AND A.y
!$ n
tar toE 1
cls A, ',AYE need
no."L atat aL:s il'r' at � it
INC ..LLa+C+ Se 'OCM ID SVPIM'
LOT 55. Plan el
S
2' PEP,4 I qt 21TER
VAIN CASLV[M
T
PERtAANZAT UTLJTY EASEMENT
0 AINACE CLSEMNT
Re S PA%tZ I) TTUU N'
at Al
'OBERLAND Ce`aN..
01.0.3%
trtataineN
.:n
UI• IXtee%
'9,, r e
•
I
Ro' DR'A.^..^Z E..2IIEN'--1
CCU C2C2,4411CC
DEVELGRER TO INSTALL STREET ICHTING
" ! BEACH STREET -THROUGH TR.I—COUNT;.
BEACH STREET LGHTING NOT IN CFA
%Oa 33
Y.:a. A alt- 0111
•
•
2E C' PIPELINE En".uENT
CCA L:atall'W
1 DE'rELOPER CREDIT AGAINST FUTURE IMPACT FEES
SA—D i IP CT FEE FUNDS (CP# 0154-')
2008 CP ARTERIAL BOND FUNDS (CPQ 31622%)
fry.
meet 0
\ i
ee
NP.
Seter re IT.
heal% %Aetna% 2,?
I, Nutt C.C. IN
J
OCP 0J
N.1.-
6dKC41Akee-,
0
C4 Ft- en I hen leartne 01 al, Nmwt At Sallee en the
vn-t end of f'a , ut, -11 a e%11 a arr^vr
Meet, 343n2e RIn'. SOC t i E .t of Alla *eta PS
Nee h
RV a:- p-.:^It+ ^..ale Re. (N. Beth
te the ..•nhr .-I nneahat 'a;dl
lea}-, 34e re' neem el G'. TMh
411..a'ICa a 02.1Z
ce
_ *v.%
fOV44 Y
fMM.�' RA U4ua4"I
� IMIm C
s
rut
0
Manotnent ;Rnto.
nn .eta
IR r .. t
CI n NM.
rt3I-A^r
TIMBERLAND BLVD. AT NORTH BEACH ST.
DOE NO. 6502
CITY PROJ. NO. 01547 AND 01692
EXHIBIT C - TIMBERLAND STREET LIGHTS
Item No.
Description
Unit
Unit Price
1
Light -Illumination Assembly — Relocate
EA
S 950.00
2
Light-D-40 Single Head Luminaire — Install
EA
S 620.00
3
Light -Illumination Assembly-D-40 Street Lights — Install
EA
S 1.300.00
4
Light — Concrete Foundation Type 3,5,6 & 8 — Install
EA
$ 1,050.00
5
Electrical Pull Box -Small — Install
EA
S 500.00
6
Electrical Ground Box -Large — Install
EA
$ 550.00
7
Cable-Num 4 — Install
LF
$ 2.15
8
Cable-Num 8 — Install
LF
$ 1.05
9
Conduit-2 Inch -Open Cut-Sch 40 — Install
LF
$ 4.65
10
Conduit-3 Inch -Open Cut-Sch 40 — Install
LF
$ 6.60
SUBTOTAL
4% Inspection Fee
GRAND TOTAL
Developer will pay a portion of the inspection fee based on 4% (A+8).
No credit against future impact fees.
AMOUNTS SHOWN ON THIS EXHIBIT ARE FOR ESTIMATING PURPOSES ONLY.
ACTUAL AMOUNTS WILL BE DETERMINED WITH FINAL PAY ESTIMATE.
Developer
Crod.t A.;aainil
-uturg Impac; Feet
SA-D
Impact Fes Funds
CPO01547
2008 OP
Arterial Bond Funds
(-Pa 01692
Quantity
Amount
Quantity
Amount
Quantity
Amount
0
$ -
2
$ 1.900.00
0
$ -
0
$ -
6
5 3.720.00
0
$ -
2
$ 2,600.00
2
5 2,600.00
0
$ -
2
$ 2.100.00
4
S 4,200.00
0
$ -
2
$ 1.000.00
0
5 -
0
S -
0
$ -
0
$ -
8
$ 4,400.00
1803
$ 3,876.45
4686
$ 10,074.90
0
$ -
601
$ 631.05
1562
$ 1,640.10
0
$ -
601
$ 2,794.65
1562
$ 7.263,30
0
$ -
0
$ -
0
$ -
916
S 6,045.60
A
3 CC12 15
B
S31.) +t+ 3C
S.10 445 60
$0.00
SO.M.
$417 82
1, t ;, 002 15
$31 ?'oi; :—:1
5108C,.' 42
Revised 4/6/2011
Grand
Totals
Quantity
2
6
4
6
2
8
6489
Amount
1.900.00
$ 3,720.00
$ 5,200.00
$ 6.300,00
$ 1,000.00
$ 4,400.00
$ 13,951.35
$ 2,271.15
2163 $ 10,057.95
916 S 6,045.60
$54,846.05
S2,193.84
$57,039.89
._y-rr ls4.1•: -,_,y , ....\(L': i 1•' Li )•*i.. l
,.-,¢ .- rlal 1-4 r. 1—.4 „•• Lu,4ay�
w
0
O
•
•
EXHIBIT C2
\,
\‘‘, ,ter
PaNi
•\;‘, ,w kii' \
• '• '
\ ,,,'\.• .\ \'\\•
`\ \,‘ •
�'\‘\\ \\ 1 .`\\ \, \ \�\
\ \`._ '•\ `,%, , \\N.� i`'t
1.
N. • `` ... \\ \,'- %. ,
`\ ` \, \ \\\\ti\4
�`. .z�
\\ \\
1. \ . ti \ \ `. \\ \
'\,
•
03S0d08d
70
0
V)
0
>
.
\
O
O
OO
0
-D
D
73
A
CA
0
0
m
C
0
V)
0
0
C0
NORTH BEACH STREET
\\ •y., ti
\ • \ \•
\
1
1
r'i
N>
z
m
U.:.IE. %/ARCH 2011
DE., 0%. KRA
Of2A•A`:: KRA
.JIECKEO. 52A
K)I t1v.. raj
-TY NO.:
TRAFFIC ;)IGNFtL
f1w'BiRL.ND BLVD. AND 11. BE CH 3T
FORT WOR T H, TEXAS
J CHIRi`:0 :EY. . iTR'.CT NO. 265
OTY T FOiT 55•„RTH
T.'.^•R/tIT I LAMTY, TEX,.
NET CI.:EST PROPERTIES
827 W All 11(0./`jR)• NK i. H'a }I
5Uirt 2.0
NOUSICN_ TEXA; 77040
Kimley-Horn
and Associates, he.
ao.�a�tarmu.t Rs>7X ha rase+
rr�I+�.rrr.Y
1
143
Re.is,,.
D',tc
it'.IBERLANO 0l D Gc N: rACH 3T
DOE NO 6502 CITY P 2CJEJT NO. 015 :7 FILE NO. N-2156
TIMBERLAND BLVD. AT NORTH BEACH ST.
DOE NO. 6502
CITY PROJ. NO. 01547
EXHIBIT C2 - TRAFFIC SIGNAL
Item No.
Description
Unit
Unit Price
1
Signal -Mobilization - ServiceCS
LS
$ 5,000.00
2
Signal -Signal Head 3 Section Type A, Type B - Install
EA
$ 700.00
3
Signal -International Pedestrian Signal Type P - Install
EA
$ 550.00
4
Electrical- Ground Box with Lid and Apron - Large - Install
EA
$ 550.00
5
Conduit -Schedule 40, PVC 3" Open Cut -- Install
LF
$ 7.00
6
Conduit- Schedule 40, PVC 2" Open Cut - Install
LF
$ 5.00
7
Cable-20 Conductor #14 Stranded Cable - Install
LF
$ 3.25
8
Cable-Num 8 XHHW Black - Install
LF
$ 1.00
9
Cable-Num 8 XHHW White - Install
LF
$ 1.00
10
Cable-Num 8 Bare - Install
LF
$ 1.00
11
Cable-Num 6 XHHW Black - Install
LF
$ 2.00
12
Cable-Num 6 XHHW White -- Install
LF
$ 2.00
13
Signal -Concrete Foundation Type 1 - Install
EA
$ 850.00
14
Signal -Concrete Foundation Type 3 - Install
EA
$ 1,800.00
15
Signal -Concrete Foundation Type 4 -- Install
EA
$ 2,200.00
16
Signal -Base for 10' or 14' Pedestal Pole Assembly
EA
$ 50.00
17
Signal -Cabinet Concrete Foundation - Install
EA
$ 1,500.00
18
Signal -Pedestal Service - Install
EA
$ 4,500.00
19
Signal -Mast Arm Stabilizer - Install
EA
$ 75.00
20
Signal -Traffic Signal Miscellaneous (Testing, etc.) -- Install
EA
EA
$ 1,500.00
21
Signal-10 Ft Pedestal Pole - Install item provided by the City
$ 375.00
22
Signal-44 Ft Mast Arm - Install item provided by the City
EA
$ 1,800.00
23
Signal-48 Ft Mast Arm - Install item provided by the City
EA
$ 2,600.00
24
Signal -Type 42 Signal Pole - Install item provided by the City
EA
$ 3,200.00
25
Signal -Type 43 Signal Pole - Install item provided by the City
EA
$ 3,800.00
26
Signal-170E Controller/Cabinet Grnd-Mnt - Install item provided by the City
EA
$ 8,400.00
27
Signal-Opticom Cable and Detectors - Install item provided by the City
LS
$ 5,000.00
28
Furnish and Install Mast Arm Signs
EA
$ 100.00
29
Smart Sensor Detection
EA
$ 25,000.00
30
Furnish METRO Overhead Street Sign
EA
$ 300.00
SUBTOTAL
4% Inspection Fee
GRAND TOTAL
Note: Bid items and costs are Engineer's estimate only and do not reflect actual bid
Printed 3/7/2011
2008 CIP
Arterial Bond Funds
CP# 01692
Quantity
Amount
1
$ 5,000.00
14
$ 9,800.00
8
$ 4,400.00
1
$ 550.00
60
$ 420.00
60
$ 300.00
900
$ 2,925.00
500
$ 500.00
500
$ 500.00
800
$ 800.00
150
$ 300.00
150
$ 300.00
2
$ 1,700.00
2
$ 3,600.00
2
$ 4,400.00
2
$ 100.00
1
$ 1,500.00
1
$ 4,500.00
4
$ 300.00
1
$ 1,500.00
2
$ 750.00
2
$ 3,600.00
2
$ 5,200.00
2
$ 6,400.00
2
$ 7,600.00
1
$ 8,400.00
1
$ 5,000.00
4
$ 400.00
1
$ 25,000.00
4
$ 1,200.00
$106,945.00
$4,277 80
$111, 222.80
BUSINESS ORGANIZATIONS INQ1;TTRY - VIEW ENTITY
Page 1 of 1
UCC I Business Organizations I Trademarks ( Notary I Account I Help/Fees
BUSINESS ORGANIZATIONS INQUIRY - VIEW ENTITY
Filing Number: 801170031 Entity Type: Domestic Limited
Partnership (LP)
Original Date of Filing: September 15, Entity Status: In existence
2009
Formation Date: N/A
Tax ID: 32040302781 FEIN:
Duration: Perpetual
Name:
Address:
Briefcase
A-S 104 Timberland Town Center, L P
c/o NewQuest Properties, 8827 W. Sam Houston Parkway N.,
Suite 200
Houston, TX 77040 USA
1
Logout
REGISTERED
FILING
ASSUMED
ASSOCIATED
AGENT
HISTORY
NAMES
MANAGEMENT
NAMES
ENTITIES
Last Update
Name
Title Address
September
15, 2009
A-S 104,
L
C
General
Partner
c/o
NewQuest
Properties,
8827 W. Sam
Houston
Parkway
N.,
Suite
200
Houston,
TX 77040
USA
Order
Retur to Search
Instructions:
To place an order for additional information about a filing press the 'Order' button.
https://direct.sos.state.tx.us/corp_inquiry/corp_inquiry-entity.asp?spage=mgmt&:Spagefrom=&.Sfiling_nu 02/28/2011
BUSINESS ORGANIZATIONS INQIJTRY - VIEW ENTITY
Page 1 of 1
UCC ( Business Organizations I Trademarks I Notary I Account ( Help/Fees ( Briefcase I Logout
BUSINESS ORGANIZATIONS INQUIRY - VIEW ENTITY
Filing Number:
Original Date of Filing:
Formation Date:
Tax ID:
Duration:
Name:
Address:
801170019
September 15,
2009
N/A
32040292685
Perpetual
A-S 104, L C
8827 W SAM HOUSTON PKWY N STE 200
HOUSTON, TX 770405383 USA
Entity Type:
Entity Status:
FEIN:
Domestic Limited Liability
Company (LLC)
In existence
REGISTERED
AGENT
FILING
HISTORY
NAMES
MANAGEMENT
ASSUMED
NAMES
ASSOCIATED
ENTITIES
Last Update
September 15, 2009
Name
Steven D. Alvis
September 15, 2009 Jay K. Sears
Title
Manager
Manager
Address
8827 W.
200
Houston,
8827 W.
200
Houston,
Sam Houston Parkway N., Suite
TX 77040 USA
Sam Houston Parkway N., Suite
TX 77040 USA
l Order
Return to Search
Instructions:
0 To place an order for additional information about a filing press the 'Order' button.
https://direct.sos. state.tx.us/corp_inquiry/corp_inquiry-entity. asp?spage=mgmt&: Spagefrom=&. Sfiling_nu... 02/28/2011
M&C Review Page 1 of 2
CITY CouNcu
DATE:
CO1D1=:
SUBJECT:
COUNCIL ACTION: Approved on 5/24/2011
5/24/2011 REFERENCE NO.: **C-24916 LOG NAME:
C TYPE:
CONSENT PUBLIC
HEARING:
Official site of the City of Fort Worth, Texas
FORTWORTII
---nNiorror
06SHOPS AT
TIMBERLAND CFA
NO
Approval of Community Facilities Agreement with A-S 104 Timberland Town Center, L P.,
for Construction of Water and Sewer Improvements to Serve The Shops at Timberland
with City Participation for the Water and Sewer Improvements in the Amount of
$30,995.39 (COUNCIL DISTRICT 2)
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute a Community
Facilities Agreement with A-S 104 Timberland Town Center, L.P., for the installation of water and
sanitary sewer services to serve The Shops at Timberland, a development located in Fort Worth with
City participation for the Water and Sewer Improvements in the amount of $30,995.39.
DISCUSSION:
A-S 104 Timberland Town Center, L.P., the developer of The Shops at Timberland, will execute a
contract for community facilities to serve a development located in Fort Worth (see attached map).
There will be City participation to increase pipe capacity in the development area. The Developer and
City estimated costs for water, sewer and paving improvements are subject to construction inspection
and material testing fees. These improvements will be done under one Community Facilities
Agreement (CFA) with a separate Water and Transportation and Public Works (TPVV) portion.
Authorization for participation in the TPW improvements (street lights, storm drain and paving) is
being considered under the M&C log name "06SHOPS AT TIMBERLAND TPW PORTION".
Item
Developer
City
Cost
(Total
Cost
Cost
Sewer
and
.Water
Construction
1.
Water
$100,073.00
$23,842.60
I$123,915.60
1$18,321.83
$ -
$18,321.83
2
Sewer
Construction
Subtotal
J$118,394.83
ts23,842.60
$142,237.43
$
Contingency
25
$5,960.65
$5,960.65
percent
Total
Construction
with
$118,394.83
$29,803.25
$148,198.08
Contingency
$
-
B.
Construction
Fees
1.
Water
Inspection
Two
Percent
$2,001.46
$596.07
$2,597.53
2.
Water
Material
Testing
Two
Percent
$2,001.46
$596.07
$2,597.53
$366.44
$ -
$366.44
3. Sewer
Inspection
Two
http://apps.cfwnet.org/council_packet/mc_review.asp?ID=15057&councildate=5/24/2011 06/07/2011
M&C Review
Page 2 of 2
Percent
4. Sewer Material Testing
1 wo Percent
Total Construction Fees
Grand Total
$366.44
$4,735.80
$123,130.63
This development is located in COUNCIL DISTRICT 2.
$1,192.14
$30,995.39
$366.44.
$5,927.94
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that funds are available in the current capital
budget, as appropriated, of the Water Capital Project Fund.
TO Fund/Account/Centers
FROM Fund/Account/Centers
P265 539140 602140154783 $29, 803.25
P265 531350 602140154785 $596.07
P265 531200 602140154784 $596.07
Submitted for City Manager's Office by: Fernando Costa (6122)
Originating Department Head: Randle Harwood (Rini)
Additional Information Contact: David Schroeder (2239)
ATTACHMENTS
EXHIBIT A Water - CFA.pdf
EXHIBIT Al Sewer - CFA.pdf
Shops at Timberland Sewer Cost Estimate.pdf
Shops at Timberland Water Cost Estimate.xls
Vicinity Map.pdf
http://apps.cfwnet.org/council_packet/rnc_review.asp?ID=15057&councildate=5/24/2011 06/07/2011
M&& C Review Page 1 of 3
CITY COUNCIL AGENDA
Official site of the City of Fort Worth, Texas
FORT WORTI I
Thirer-
COUNCIL ACTION: Approved on 5/24/2011 n Ordinance No. 19702n05n2011
DATE: 5/24/2011 RFENENCI; C-24923 LOG NAI1V1E:
NO.:
06SHOPS AT
TIMBERLAND TPW
PORTION
CODE: C TYPE: NO
PUBLIC NO
CONSENT HEARING:
SURJ -H.CT: Authorize Execution of a Community Facilities Agreement with A-S 104 Timberland Town
Center, L.P., with City Participation in the Amount of $1,031,966.94 for the Construction of
450 Feet of North Beach Street North of Timberland Boulevard and 2,000 Feet of
Timberland Boulevard East of North Beach Street and Adopt Appropriation Ordinance
(COUNCIL DISTRICT 2)
RECOMMENDATION:
It is recommended that the City Council:
1. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the
Transportation Impact Fund by the amount of $729,237. 1 9 and from the Street eet Improvements 2008
Fund from available funds;
2. Authorize the City Manager to execute a Community Facilities Agreement with A-S 104 Timberland
Town Center, L P., with City participation in the amount of $1,031,966.94; and
DISCUSSION:
The 2008 Bond Program included funds for the reconstruction of North Beach Street from Keller
Hicks to north of Timberland from an existing two-lane road to a four -lane divided arterial with
sidewalks. North Beach Street is identified as a future six -lane principal arterial and Timberland
Boulevard is identified as a future four -lane major arterial in the City of Fort Worth Master
Thoroughfare Plan.
North Beach Street is identified as a future six -lane principal arterial and Timberland Boulevard is
identified as a future four -lane major arterial in the City of Fort Worth Master Thoroughfare Plan. The
Developer desires to make certain street, storm drain and street light improvements for 450 feet of
North Beach Street just north of Timberland Boulevard and 2000 feet of Timberland Boulevard just
east of North Beach Street. These improvements will be done under one Community Facilities
Agreement (CFA) with separate Water Department and Transportation and Public Works (TPW)
portions. Authorization for participation in the Water improvements (water and sanitary sewer
services) is being considered separately under the M&C log name 06SHOPS AT TIMBERLAND
CFA.
Staff recommends participation with the Developer to construct these roadways, including the
oversizing of the community facilities. The Developer advertised this project for public bid in the Fort
Worth Star -Telegram on January 6, 2011 and January 13, 2011. The developer A-S 104 Timberland
Town Center, L.P., and the City of Fort Worth will share the cost of this project as reflected by the
tables below. Based on the lowest bid, funding in the amount of $948,099.18 is requested for the
City's portion of the construction cost, construction inspection, material/soil testing and construction
contingencies for potential change orders.
Consistent with the City's Policy for the Installation of Community Facilities, the City participation will
http://apps.cfwnet.org/council packet/mc_review.asp?III=15178&councildate=5/24/2011 06/07/2011
C Review
Page 2 of 3
not exceed 30 percent of the total community facilities contract price, exclusive of cost for any
oversizing. In accordance with the policy and the state law the City will participate at a level of 29
percent for the required facilities and 100 percent for the oversizing.
The developer will be reimbursed for $302,729 75 of the construction costs and engineering design
for the southbound lanes of North Beach Street just north of Timberland Boulevard from the 2008
Capital Improvement Program. The developer will be reimbursed for $729,237.19 of the construction
costs and engineering design of the eastbound lanes of Timberland Boulevard from Transportation
Impact Fee Revenues from Service Area D, as authorized under Section 1-7 of the Transportation
Impact Fee Ordinance (No. 18083-05-2008).
The funding breakdown for this project is:
DESCRIPTION
DEVELOPER
CITY
COST
CITY
2008
ARTERIAL
BOND
FUNDS
COST
CIP
TOTAL
COST
COST
IMPACT
TRANSPORTATION
FUNDS
FEE
Paving
$438,373.77
$435,981.54
$218,628.97
$1,092,984.28
Improvements
Storm
Drain
$248,500.67
$130,870.29
$11,352.94
$390,723.90
Improvements
Street
Lighting
$13,002.15
$31,398.30
$10,445.60
$54,846.05
Improvements
10%
Contingency
$0.00
$59,825.01
$24,042.75
$83,867.76
Material
Testing
$13,737.49
$11,337.04
$4,599.64
$29,674.17
Inspection
$51,925.07
$0.00
$9,617.10
$61,542.17
$24,042.75
$211,867.76
Engineering
$128,000.00
$59,825.01
Design
TOTAL
$893,539.15
$729,237.19
$302,729.75
$1,925,506.09
Construction plans have been prepared by Winkelmann & Associates, Inc., and have been approved
by the City of Fort Worth, Department of Transportation and Public Works. Work will be authorized to
begin with the approval of this CFA.
This development is located in COUNCIL DISTRICT 2, Mapsco 22B, C.
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that upon approval of the above
recommendations and adoption of the attached appropriation ordinances, funds will be available in
the current capital budgets as appropriated of the Street Improvements 2008 Fund and the
Transportation Impact Fund.
TO Fund/Account/Centers
C206 488139 061249991400 $729,237.19
C206 541200 061249991400 $729,23719
FROM Fund/Account/Centers
C204 531200 202230169230
C204 511010 202230169285
C204 531200 202230169284
C204 541200 202230169283
C204 531350 202230169285
C206 531200 062230154730
$24, 042.75
$417.82
$4,599.64
$264,470 26
$9,199 28
$59,825.01
http://apps.cfwnet.org/council_packet/mc review.asp?ID=15178&councildate=5/24/2011 06/07/2011
vie: C Review Page 3 of 3
C206 541200 062230154783 $6582075.14
C206 5312.00 _062230154784 $111337.04
Submitted for City Manager's Office by: Fernando Costa (6122)
Originating Department Head: Randle Harwood (6101)
Additional Information Contact: Dave Schroeder (2239)
ATTACHMENTS
06SHOPS AT TIMBERLAND TPW PORTION A011.doc
Location Map.pdf
http://apps.cfwnet.org/council_packet/mc_review.asp?ID=15178&councildate=5/24/2011 06/07/2011