HomeMy WebLinkAboutContract 41195.• .
COMMUNITY FACILITIES AGREEMENT
THE STATE OF TEXAS
COUNTY OF TARRANT
§
§
City Secretary
Contract No . -1+-f-'-I _.__) q-=-=--~-
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 ,
Texa s; and
WHEREAS , the said Developer has requested the C ity of Fort Worth , a home-rule
municipal corporation situated in Tarrant, Denton, Parker, and Wise Counties , Texas , hereinaft er
called "City", to do c ertain work in connection with said improvements .
Developer Information :
Developer Company Name: D.R. Horton -Texas, Ltd.
Authori ze d Si gnatory: Don E. Allen
T itle: Ass istant Secretary
Project Name: Terrace Landing Phase 2A
Proj ect Location: 5210 Marine Creek Parkway -Blocks A , B , C , G & X
Additional Streets: N I A
Plat Case No.: FP-010-022 Plat Name: Terrace Landing
Mapsco : 470, L Council District: 7
To be completed by~t:f ·
Received by: (,, \ hc:t_) ~-t-
CFA: 2010-055 DOE : 5598
City Project No : 00711
Date:_\_\ ~/_to~' -' O __
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
\ ·\ ' ,_, ) : 4 () \ I 1"-J -l I
;
NOW, THEREFORE, KNOW ALL BY THESE PRESENTS:
For and in consideration of the covenants and conditions contained herein, the City and the
Developer do hereby agree as follows:
General Requirements
A. The Policy for the Installation of Community Facilities ("Policy") dated
March 2001, approved by the City Council of the City of Fort Worth and
subsequently amended from time to time via a Mayor and Council
Communication adopted by the City Council of the City of Fort Worth, is
hereby incorporated into this Community Facilities Agreement ("CF A") 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
t o 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.
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 CF A 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:
1. 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.
11. To reqmre 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.
m. 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.
1v. 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 IO 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.
v1. 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 m
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 iniuries, death or damages are
caused, in whole or in part, by the alleged negligence of the City of
Combined CF A 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.
0. 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
1. 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 CF A 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 CF A shall be subject to the availability of City funds
and approval by the Fort Worth City Council.
11. 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.
m. 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 .
1v. 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 CF A final Sept 12 , 2008 6
Cost Summary Sheet
Project Name : Terrace Landing Phase 2A
CFANo .: 2010-055 DOE No .: 5598
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
A. Water and Sewer Construction
1. Water Construction
2 . Sewer Construction
Water and Sewer Construction Total
B. TPW Construction
1. Street
2 . Storm Drain
3 .3 . Street Lights Installed by Developer
TPW Construction Cost Sub-Total
Total Construction Cost (excluding the fees):
Construction Fees :
C . Water/Sewer Inspection Fee (2%)
D. Water/Sewer Material Testing Fee (2%)
Sub-Total for Water Construction Fees
E. T PW Inspection Fee (4 %)
F. TPW Material Testing (2%)
G . Street Light lnspsection Cost
H . Street Signs Installation Cost
Sub-Total for TPW Construction Fees
Total Construction Fees:
Financial Guarantee Ootions, choose one
Bond= 100%
Completion Agreement= 100% I Holds Plat
Cash Escrow Water/Sanitarv Sewer= 125%
Cash Escrow Paving/Storm Drain r= 125%
Letter of Credit = 125% w/2vr exoiration oeriod
7
Developer's Cost
$ 230 ,045 .39
$ 409 ,926 .1 0
$ 639,971 .49
$ 4,600.91
$ 4,600 .91
$ 9,201.82
$ 14 ,858 .76
$ 7,429 .38
$ 1,538 .29
$ 1,225 .00
$ 25,051.42
$ 34,253 .24
Choice
Amount (ck one)
$ 639 ,971.49 ~
$ 639 ,971.49
$ 287 ,556 .74
$ 512,407.63
$ 799 ,964.36
IN TESTIMONY WHEREOF, the City ofF01t Worth has caused thi s 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 in strument in quadruplicate, at Fort Worth, Texas thi s d Y\d day
of "-D"'-> o .-... "bt_..... , 20___llL.
CITY OF FORT WORTH -Recommended by:
Water Department
Development Engineering Manager
Approved as to Form & Legality:
ATTEST:
~.~
City Secretary
Transportation & Public Works Department
~-r_~ Williai~kest, P.E
Director
Approved by City Manager's Office
~~CL..
Fernando Costa
Assistant City Manager
~ll\!~~~Q
I NO M&C REQUIRED I
ATTEST D.R. Horton -Texas, Ltd.
Signature
(Print) Name: ~ ~rO\it
Combined CFA final Sept 12, 2008 8
By its General Partner
Meadows I, Ltd.
Signature
Print Name: Don E. Allen
Title : Assistant Secretary
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH , 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
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)
9
.... .,.
.... ns
Q)
".ii:
t;
0
...J
.12
iu a
;;(
<('
0
0
~
;ii
~-
w > 0
()
cii ,;;:
-0
'f
Cl..
<(
~
...JI
;,;
0 v
0
<(
u_
9
Cl ,;;:
-0 co
C! ;,;
0 v
0
0
~ <= Cl <=
Q)
-"' II)
-0
~ n·
VICINITY MAP
TER RAC E LA N DIN G - P H ASE 2A
FORT WORTH, TEXAS
PREPARE D BY :
~~tv1~~F~i~B~.A~Nc'1!i.
CIVIL ENGINEERS -SURVEYORS -P L A N N ERS
LANDSCA P E A R CH I TEC T S
1525 VIC EROY DRIVE
DALLAS , TE XAS 75235
2 1 4 .634. 3300 ( OFC) 2 14.634 . 3338 (FAX)
USAI PROJECT N O.: 200405 1.08
8 EXl-1 1B IT A -WATER LINES
~ TERR ACE LAN DING -PHA SE
ci w
I
(.)
~
'O
~
~
(.) ..-
1!)
0
! u..
9
~
~
C! ;:;;
0
~
0
~
FO RT WOR TH, TEXAS
CONTAINING
LOTS 17 -28 , BLOCK A; LOTS 1-35, BLOCK B;
LOTS 15 -2 1, BLOCK C; LOTS 1-16, BLOCK G;
LOT 24, BLOCK X
I s" wA TER LIN E 2,938 L.F. I
PREPARED BY :
USA PROFESSIONAL
SERV ICES GROUP, INC .
'1!il\
CI VIL E!\JG INEERS -SURVEYORS
PL ANN ERS -L ANDSCAPE ARCHITECTS
1525 VICEROY DRIVE
D ALL AS, TEXAS 75235
2 A
Cl
C:
Q)
j!
1/J
'O
214.634.3300 (OFC) 214 .634.3338 (FAX)
LEQENQ
ce·wi. PROP . WA···< \•
PFW P . ~Ar[ VA V'
PRO P . ~IRE ,,V:.JRA \J.
,,,-Ex 16'' WL E XIS T WA~ER C \Jt
E XIST GATE VA vr
E XIS T. 'IRE "YDRA\JT
SCA LE: 1'' 40 0 '
~ USA ! PROJ EC T NO . 200Ll::J'.::J1 0 8 a.:~-----------------------------------------'
UNIT I: WATER IMPROVEMENTS
ITEM APPROX. DESCRIPTION OF ITEMS WITH BID UNIT PRICE TOTAL
NO. QUANTITY PRICES WRITTEN IN W ORDS AMOUNT
(Furnish and install, including all appurtenant work, complete in place, the following items)
(D-No. refers to related items in the Part D Special Conditions)
2,938 L.F. 8" Class 200 C-900 PVC DR-14 Water Main,
including Trenching, Bedding, Embedment &
Backfill , complete for the sum of;
Fifteen Dollars and $15.81 $46 ,449 .78
Eighty-one Cents per L.F.
2 3 EACH Remove Existing Plug and connect to Existing 8",
complete for the sum of;
Three hundred Dollars and $300 .00 $900 .00
Zero Cents per EA .
3 7 EACH 8" Gate Valve, complete for the sum of;
Nine hundred fifty-three Dollars and $953 .00 $6 ,6 71.00
Zero Cents per EA .
4 3 EACH Fire Hydrant Assembly (includes fittings & 6" Gate
Value & 8" x 6" Tee), complete for the sum of;
Three thousand eighty-seven Dollars and $3 ,087 .00 $9 ,261.00
Zero Cents per EA.
5 70 EACH I" Copper Services with CL A meter box, complete
for the sum of;
Five hundred forty-eight Dollars and $548 .93 $38 ,425 .10
Ninety three Cents per EA.
6 0.7 TON Cast Iron Fittings, complete for the sum of;
Thirty-four hundred thirty-Dollars and $3 ,434 .00 $2 ,403.80
four
Zero Cents per TON .
7 2 C.Y. Concrete Blocking, complete for the sum of;
One hundred twenty-five Dollars and $125 .00 $250.0 0
Zero Cents per C.Y.
8 2,938 L.F. System Testing, complete for the sum of;
One Dollars and $1.10 $3 ,231.80
Ten Cents per L.F.
9 2,938 L.F . Trench Safety, complete for the sum of;
Zero Dollars and $0 .25 $734.50
Twenty-five Cents per L.F .
TOTAL AMOUNT BID WATER $108 ,326 .98
B-1
0
~
~
~
EXHIBIT A-1
ONSITE SANITARY SEWER
g TERRACE L ANDING -PHASE
~ FOR T WORT H, TEXAS
ci5 z
0
~
(.)
t
'f
(/)
~
(.)
;,:;
0
~
Sl
~
~
C! ;,:;
0 g
0
~
CONTAINING:
LOTS 1 7-28, BLOCK A; LOT S 1-35, BLOCK 8;
~OTS 1 5-21 , BLOCK C; LOT S 1-16 , BLOCK G;
LOT 24, BLOCK X
PREPARED BY :
USA PROFESSIONAL
SERVICES GROUP, INC. •&• CIVIL ENGINEERS -SURVEYORS
PLANNERS -I_ANDSCAPE ARCHITECTS
1525 VICEROY DRIVE
DALLAS, TEXAS 75235
2A
C)
C:
l1 214.634.3300 (OFC) 214.634 .3338 (FAX)
V,
(/)
(/)
LEGEND
_c:_a_·_ss ... ·--PROP. SA!',. S' Wf R
MA IN W/MA\HO; c
------EXIST SANI SlW'"R
MAIN
b .. sj,
8 9 10 11 12
LOK G
SCA LE : 1 " 400 '
8 " SANITARY SEWER-SOR 35 2 ,377 L .F.
8" SANITARY SEWER-SOR 26 42 1 L.F.
TOTAL 2,752 L.F.
~ USAI PROJECT NO. 200.GOS' .08 a.:.__ _____________________________________ __,
UNIT II: SEWER IMPROVEMENTS
ITEM APPROX. DESCRIPTION OF ITEMS WITH BID UNIT PRICE TOTAL
NO. QUANTITY PRICES WRITTEN IN W ORD S AMOUNT
(Furn ish and install, including all appurtenant work, complete in place, the following items)
(D-No. refers to related items in the Part D Special Conditions)
2,377 L.F . 8" SDR-35 PVC Sanitary Sewer Pipe, inc lu ding
Trenching, Bedding, Embedment & Backfill ,
Nineteen Dollars and $19.72 $46,874.44
Seventy-two Cents per L.F.
2 421 L.F . 8" SDR-26 PVC Sanitary Sewer Pipe, including
Trenching, Bedding, Embedment & Backfill,
Twenty Dollars and $20.87 $8,786.27
Eighty-seven Cents per L.F .
3 70 EACH 4" Sanitary Sewer Service with 2-way cleanout -
Single, complete for th e sum of;
Three hundred ninety-seven Dollars and $397.23 $27,806.10
Twenty-three Cents per EA.
4 13 EACH Standard 4.0' Diameter Manhole, complete for the
Twenty five hundred three Doll ars and $2,503.00 $32,539.00
Zero Cents per EA .
5 2. EACH 8" Sanitary Sewer Cap, complete for the sum of;
Twenty-fi ve Dollars and $25 .00 $50 .00
Zero Cents per EA .
6 2 EACH 8" Connect to Existing and Remove Cap, complete
for the sum of;
Five hundred Doll ars and $500.00 $1,000.00
Zero Cents per EA.
7 4 EACH Clay Dam, complete for the sum of;
Fifty Dollars and $50 .00 $200.00
Zero Cents per EA.
8 13 EACH Manhole Vacu um Testing, complete for the sum of;
Eighty-five Dollars and $85 .00 $1,105 .00
Zero Cents per EA .
9 2 ,798 L.F . Trench Safety, complete for the sum of;
Zero Dollars and $0 .25 $699 .50
Twenty-five Cents per LF .
10 2,798 L.F. System Testing & T .V ., complete for the sum of;
Zero Doll ars and $0.95 $2,658.10
Ninety-five Cents per LF.
TOTAL AMOUNT BID SEWER $121,718.41
... co
Q)
~
...J
"O ·;;
~ STREET NAME
';i GOODLAND TERRA CE
< ;:,ALUXY SANDS TRAIL
; DAWPAW RIDGE DRIVE
.-WOODBINE CLIFF COURT
~ DENTON MAR L DRIVE
TOTAL
~
LENGTH
9 0 8 L.F.
444 L.F.
422 L.F.
1045 L .F .
110 L.F.
2929 L.F .
~ EXHIBIT B
~ PAVEMENT
l TERRACE LANDING -PHASE 2A ~ u FOR T WORTH , TEXAS
i
"O
1
Q.
..J: u..
(.)
;,;
0
c!;
~
9
i
~
~ ;,;
CONTAINING :
LOT S 17 28 . BLOCK A; LOTS 1-35, B LO CK 6;
LOTS "5-21 , BLOCK C; LOTS 1-16. BLOCK G;
LOT 24 , BLOC K X
PREi='ARED BY :
USA PROFESSIONAL
SERVICES GROUP, INC . •&• ~ CIVI L ENGINEERS -SURVEYORS
o PLANNERS - L ANDSCAPE ARCHITECTS ~
g> 1525 VICE OY DRIVE
; DAL_AS , TE XAS 75235
---4 ' WIDE SIDEWAL K
SCALE : 1'' = 400'
SIDEWALKS LENGTH
PHASE 2A 1 860 ~.'.
TOTAL 860 L.F
NO TE SID EWA LKS ADJACENT TO RESID[t\ TiAL
LOTS TO BE CONSTRUCTED BY HOME su, J'"
~ 2" 4 .634 .3300 (OFC) 214.634 .3338 (FA X) L,SA! 0 OJEC' \O.. 2JOl'.J:J. J8 o.:..._ _______________________________________ _
. '
UNIT IV: PAVING ThIPROVEMENTS
ITEM APPROX. DESCRIPTION OF ITEMS WITH BID UNIT PRICE TOTAL
NO. QUANTITY PRICES WRITTEN IN WORDS AMOUNT
(Furnish and install, including all appurtenant work, complete in place, the following items)
't•.•
9,490 S .Y. 6" Concrete Pavement 3500 psi, complete for the sum of;
Twenty-four Dollars and $24.48 $232 ,315 .20
Forty-eight Cents per S .Y.
2 10 ,1 54 S .Y . 6" Lime Stabilized Subgrade, complete for the sum of;
One Doll ars and $1.55 $15,738 .70
Fifty-fi ve Cents per S.Y.
3 163 TON Hydrated Li me Material (32 lb /sy), complete for the sum of;
One hu ndred thirty-five Dollars and $135.00 $22,005.00
Zero Cents per TON
4 11 EACH Barrier Free Ramps, complete for the sum of;
Seven hundred tift.z: Dollars and $750.00 $8,250.00
Zero Cents per EA .
5 3,440 S.F. 4' S id ewalk , comp lete for the sum of;
Three Dollars and $3.00 $10,320 .00
Zero Cents per S .F .
6 58 L.F. End of Road Barricade , complete for the sum of;
Fifty Do llars and $50 .00 $2 ,900.0 0
Zero Cents per L.F .
7 L.S . Construction Entrance, complete for the sum of;
One thousand Dollars and $1,000.00 $1,000 .00
Zero Cents per L.S.
9 L.S. Traffic Control , complete
fo r the sum of;
One hundred Doll ars and $100 .00 $100.00
zero Cents per L.S.
10 412 L.F . Handrail to be installed
on top of existing
retaining wall , compl ete
for th e sum of;
Fifty-two Dollars and $52.50 $21 ,630.00
Fifty Cents per L.F .
TOTAL AMOUNT PAVING $3 14,258.90
...
Ol
Q)
32
.3
"O ·;;
Ol
0
';i
<(
~ ... ...
r:.:
0
0
~ E X HIBIT 8-1
~ STORM SEWER
§: TERRA CE LANDING -PHASE 2A
@ FORT WORTH, TEXAS
~ CONTAINING:
(.) LOT S 1 7-28, BLOCK A; LOTS 1-35, BLOCK B; ff LOTS 15-21, BLOCK C; LOTS 1-16, BLOCK G;
-o LOT 24, BLOCK X ~
Cl)
~
(.)
~
0 ;g
~
~
:5!
CX)
'=!
~
0 ;g
0
~
C:
Cl
C:
~
"' "O
PREPARED BY:
USA PROFESSIONAL
SERVICES GROUP, INC. ••• CIVIL ENGINEERS -SURVEYORS
PLANNERS -LANDSC APE ARC--ilTECTS
'525 VICEROY DRIVE
DALLAS , TXAS 75235
214.634.3300 (OFC) 214.634.3338 (FAX)
=="== PROP STORM JRA \
=="== E XIS T. STORM JRA \
SCALE
1" = 400'
\
~ USAI PROJECT NO . 20040'.J' .08 c.:L----------------------------------------'
UNIT III: D RAINAGE IMPROVEMENTS
ITEM APPROX . DESC RIPTION OF ITEMS WITH BID UNIT PRICE TOTAL
NO. QUANTITY PRICES WRITTEN IN W ORDS AMOUNT
(Furnish and install, includi ng all appurtenant work , complete in p lace , the following items)
(D-No . refers to related items in the Part D Specia l Conditions)
474 L.F . 24" C lass III RC P, complete for the sum of;
Thirty-eight Dollars and $38.91 $18,443 .34
Ni nety-one Cents per L .F.
2 118 L.F. 21 " Class Ill RCP, complete for the sum of;
Thirty-four Dollars and $34.48 $4 ,068.64
Forty-eight Cents per L.F.
3 6 EACH 15' C urb In let, complete for the sum of;
Three tho usand fift,}'. Do ll ars and $3 ,050 .00 $18,300.00
Zero Cents per EA .
4 3 EA C H 4' Square Manhole, com p lete for the sum of;
Twenty four hundred fifty Dollars and $2,450 .00 $7 ,350.00
Zero Cents per EA .
5 3 EACH Remove Existing Headwall and Rock Rip Rap,
complete for the s um of;
Fifteen hundred Dollars and $1,500 .00 $4,500.00
Zero Cents per EA .
6 2 EACH Concrete Collar, complete for the sum of;
One hundred twent,}'.-five Dollars and $125 .00 $250 .00
Zero Cents per EA.
7 68 S.Y. Rock Rip Rap, complete for the sum of;
Fifty Dollars and $50.00 $3 ,400.00
Zero Cents per S.Y .
8 592 L.F . Trench Safety, complete for the s um of;
Zero Doll ars and $0 .25 $14 8.00
Twenty five Cents per L.F .
9 L.S . Erosion Control, complete for the s um of;
Seven hundred fifty Dollars and $750.00 $7 50.00
Zero Cents per L.S.
T OT AL AMOUNT BID STORM DRAIN $57,209.98
' ' "
t ,_, •
~
J:
(!)
:J tu EXHIBIT C
~ STREET LIGHTS
~ TERRACE LANDING -PHASE 2A <(
t'., FORT WORTH, TEXAS
'f
"O
~
~
(.) ....
Lt)
0
'St
~
(.) t
~
~
~
CONTA INING :
OTS 17-28, BLOCK A; LOTS 1-35, B LOCK B;
LOT S 15-2 ', BLOCK C; L OTS 1-16, BLOC K G;
LOT 24, BLOCK X
PREPARED BY :
USA PROFESSIONAL
SERVICES GROUP, INC . ••• g CIVI L ENGINEERS -SUR VEYO RS
o PLANNERS -L ANDS CAPE AR CHIT EC TS ~
g' 1525 VICERO Y DRIVE
~ DALLAS , TE XAS 752.35
EGE \J D
• STOP SIGN (3)
~ STREET \JAME. (4)
I
)1
SCAL E: 1" 4.CJO'
~ 214 .6.34 . .3.300 (OFC) 214 .6 .34 . .3.3.38 (FA X) USAI PROJECT NO. 7'.JQ<';'.J'.)' .08 o.:.__ _____________________________________ __,
f ••.
t •
UNIT V: STREET LIGHTING IMPROVEMENTS
ITEM
N O.
APPROX. D ESCRI PTI ON OF ITEMS WITH BI D PRICES UNIT PRICE TOT AL
QUANTITY WRITTEN IN WORDS AMOUNT
(Furn ish and install, including all appurtenant work, complete in place, the following items)
10 EACH 025 with JOO watt bulb per City of Fort Worth standards and
specifications, complete for the sum of;
Three thousand nine Dollars and $3,009 .00 $30,090.00
Zero Cents per EA
2 2 ,87 1 L.F . #10 Gauge Wire (3 wires to serve each light, 1-W , 1-G , 1-G),
complete for the sum of;
One Dollars and $1.1 8 $3 ,387.78
Eighteen Cents per L.F .
3 536 L.F. 2 -rNCH Schedule 80 PVC Conduit, complete for the sum o f;
Nine Dollars and $9 .2 9 $4,979.44
Twenty-nine Cents per L.F.
T OTAL AMOUNT LIGHTING $38,457.22
GRAPHIC SCALE
T
t QI ,nr)
llnch .. 100 tt..
BE.utlNG SYSTEM BASCO 01'! fHC NCJHHOSTCRI.Y UN( Of wJIH: CA:WC:
PAJll(WAT, AS O(SCM&O 1H IN~I 1 Of" THI l)((D TO 0.11.
NORTOfr,'-ltc ... S. LTD.., .&.$ RCCOtlOlO IN OOCVll[NI 02QIOU2t0 OF THC
OCCO RCCOROS CK f Nlf<MI I <XMH'I'. TCV.S
i
N.f .S.
'·.!::.!:::::•::::..-:.. .... -..... -.......... M..., .. -'"""' .... 11,' ...
.... 24...... -
1. Up9II c;Ofr41kllon f/11 .trffl '"'° 911111 r.en,ln,1Uloll Oftd ....... -,., lro,, .... "'"' pit,Uk
C-11-4 \JSA,C.• 1"CIIH Ht ot • lcM -IIIOdr, r-. -ot .. poi,\11., t...-,.:r-'cw-
1 Ohcl •en• .. ..,~~ ,,,,..,ototl •• .. 1, Mor.-. c,.-p.,i. .. , _. a., D-.01 .. .... ;.,..,.,..... .
t.. eo..,.,lleK, .... .,...,._ lflll~ , .............. lwnl•r -H ,_...ti i., 1 .... Wla.
.. Ml .... ......,lltl, ...... ,....,, ... ,_ .... ""~-
1. s. ~ 2 ot2 • ,..,.;--~ ...
~:;;."'t:. ~.~ "-1_ .. :r.:,.=e·ir. ":ic.. ~~.::~o:-::::..!:''::: ~ ..
-lmil•ollJoelOO-,-tlood;,l,M.
FINAL PLAT
TERRACE LANDING, PHAS E 2A
OC~U)Pl'll;
LOTS 17-28, BLOCK A, LOTS 1-35, BLOCK 8,
LOTS 15-21, BLOCK C, LOTS 1-16, BLOCK G
LOT 24, BLOCK X
BEING 16.072 ACRES Of LAND OUT OF
THE A.F. ALBRIGHT SURVEY, ABSTRACT NO. 1849
CITY or FORT WORTH. TARRANT COUNTY, TEXAS
~AACOBY:
D.R . HORTON -TEXAS , L TO.
&~I Nell~ (ll([WAY
,caT'IIOltTM,lCUS7'1l1
~:'A~r~SSl~ .. ,~NC. '15.
O""" CHCNEERS -SUR\OORS • Pl-CRS (817) uo-oeoo
10 R[SOCNnAI. LOTS
I MOA LOT
LA/r()SCAK AII OIIT!CF'S
1525 YICCROY DAM:
OH.LAS, T(kAS 1,:u,
{214) 634-JJOO (214) 6},4 -Jlla (r AJI:)
VSAI 20040Sl.00
SHCCT10f2
•'