HomeMy WebLinkAboutContract 41480COMMUNITY FACILITIES AGREEMENT
THE STATE OF TEXAS
COUNTY OF TARRANT
§
§
City Secretary
ContractNo. 4\L..\·D~
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 : KB HOME Lone Star Inc.
Authorized Signatory: Marcia Dillon
Title: Executive Vice President -Sales , Marketing and Studio
Project Name: Valley Brook Estates Phase 6A
Project Location: W of Ridge Lake Dr. & GraywolfRidge Trl. Intersection in Valley Brook Estates
Phase 3
Additional Streets : N IA
Plat Case No.: FP-010-019 Plat Name : Valley Brook Estates
Mapsco : 36D Council District: 2
To b e completed rs~ ::;\-
Received by: \....__8 Gv
CFA: 2010-054 DOE : 65"-I~
City Project No : 01611
\/0 11, Date: __________ _
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH ~T>( ' ., 1 ~ 1 : J 2 1 '1
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
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.
p~c The following checked exhibits are made a part hereof: iW ater(!XfX ;
§~w~ii[~t1 2~:~x~;·;:s~w~qng1~.cB}\;'''rnri1 x tpf 7s12r1P1~nr~~:~:R?"":It .·,:~ ·'":~~·sJreet
f;fa~!l ~~~7@.;2(() ·.~ · · .t
E. The Developer shall award all contracts for the construction of community
facilities in accordance with Section I parafil a_P.h 7 af...t
OFFICIAL RI:{.
contracts for the construction of t e cfff i E ·
administered in conformance with para ap · I,
' Combin ed 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 cons
laboratory tests of materials being used a ~ Me~9§p e City .
v. To require its contractor to have fu yCJJ;{ifi~f ,JJft,;t' ocuments
. . FT. WORTtl, TX submitted to the City to schedule a Pre -Construction Me ing . 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.
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
DEVELOPER, his contractors, sub-contractors,
employees, whether or not such in ·uries death or da
caused in whole or in
Combined CFA final Sept I 2, 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 iniuries, 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 drai J.HHS1i:,etffl'em-Jl-ee~:onaM
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 contract:or or other related agreements.
111. 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 prope
the Completion Agreement.
Combined CFA final Se pt 12 , 2008 6
w 1c 1s the subject o
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Cost Summary Sheet
Project Name: Valley Brook Estates Phase 6A
CFA No.: 2010-054 DOE No.: 6544
An Engineer's Estimate of Probable Cost is acceptable. However, the construction contract
price will ultimately determine the amount of CFA fees and financial guarantee. The bid price
and any additional CFA payments will be required prior to scheduling a pre-construction
meeting.
An itemized estimate corresponding to each project-specific exhibit is required to support the
following information .
Items Developer's Cost
A. Water and Sewer Construction
1. Water Construction $ 148,261 .40
2. Sewer Construction $ 173,444.00
Water and Sewer Construction Total $ 321,705 .40
B. TPW Construction
1. Street $ 420 ,956 .80
2. Storm Drain $ 206,283.00
3. Street Lights Installed by Developer $ 47,580.00
TPW Construction Cos t Sub-Total $ 674 ,819.80
Total Construction Cost (excluding the fees): $ 996,525.20
Construction Fees:
C. Water/Sewer Inspection Fee (2 %) $ 6 ,434.11
D . Water/Sewer Material Testing Fee (2%) $ 6 ,434 .11
Sub -Total for Water Construction Fees $ 12,868.22
E. TP W Inspection Fee (4 %) $ 25 ,089 .59
F. TPW Material Testing (2%) $ 12,544.80
G . Street Light lnspsection Cost $ 1,903.20
H. Street Signs Installation Cost $ 1,225.00
Sub-Total for TPW Construction Fees $ 40,762.59
Total Construction Fees: $ 53,630 .80
Choice
Financial Guarantee Ootions, choose one Amount (ck one)
Bond= 125 % $ 1.245,656 .50 X
Comoletion Aoreement = 100 % / Holds Plat $ 996 ,525 .20
Cash Es crow Water/Sanitarv Sewer= 125% $ 402,131 .75
Cash Escrow Pavina /Storm Drain r= 125% $ 843 ,524 .75 .,IAL RECORD Letter of Credit = 125 % w/2vr exoiration period $ 1,245.656 .50 urn
CITY SECRETARY
FT. WORTH, TX
7
IN TESTIMONY WHEREOF , the City of Fort Worth has caused this instrument to be
executed in quadruplicate in its name and on its behalf by its Assistant City Manager, attested
by its City Secretary, with the corporate seal of the City affixed, and said Developer has
executed this in strument in quadruplicate , at Fort Worth , Texas this __ &: __ \_~_.\-___ day
of j~~ ,2o _LL.
CITY OF FORT WORTH -Recommended by:
Water Department
Development Engineering Manager
Approved as to Form & L egality:
~~~
Assistant City Attorney
Transportation & Public Works Department
Director
Approved by City Manager 's Office
Fernando Costa
Assistant City Manager
~~ll.~~&~<Y
NO M&C REQ UIRED I
ATTEST KB HOME Lone Star Inc.
Signature
Print Name: Jeff Poole
Title: Director of Land Acqui sition
Combi ned CFA final Sept 12 , 2008 8
Signature
Print Name : Marcia Dillon
Title : Executive VP -Sal e s, Marketing and Studio
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
Exhi bit 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
OFFICIAL RECORD
CITY SECRETARY
FT, WORTH, TX
----------. ·-·----
N Wt E
s -'LJ C• v, X ~
'>\
<1 w I ~ ~ t> c:: ~ u ~D·~ ci WALL-~ ;_"'l z
0 ~ ,,[ PRICE-' '-' !<E LLE R
.,_ IW(
:D C 0 '" z :D •l i(-0 I
,J>
\ , '""' yj
\ / e A US"
) C>"CCC
HERITAGE
"---..... TRA:~Cc.eaE-+-----'-;c,--,.___..,,.
x::
FRAN!<
>-w
_J
l/l I-
I :i
3: _J
?.'
TARRANT w
0 I-a: 0 0 ~ <1
,::~ 0 o -' ::,
a: 0 ,:: _J 0 WALL -PRI CE <1 <!) ,:: ~;;:
a.> 0:: a::~ WATAUGA CITY LIMI T l 5 <1
/ :a CL SUN DOWN
N.T.S.
V ALLJEY JRROOJK IE§T A 1rIE§9
JPHA§JE 6A
lLOCA 1!1ED JIN
CCTI1rY Of JF OJP(f WOIR1fJHI 9 TJEXAS
O'ltYNFJ[)l/D!EVJEW!PED !BY:
:ml LIBJl'IP.WY.SUITE600
DALLAS, IBJ::AS 7523 4
Jl'IHOHE: (972)232-5105
IFAX : (972)232--6154
PP£?.L.1.P.EDIS'1:
G<OODWlI N~
. ll...ll... ~
54 2010
r------.. -----···----
V AJLJLJEY IB3IR.OOOC JE§T A 11E§9
PJHIA§IE <6A
WAlI'JER IEXIHIIBIT "A"
' ' ' ' '-
' ' ' '-'
ii
i ~ //.
~I
., I
·._!.'!~ ij ~11
" I -
•!
LEGEND
---W---PROPOSED WATER LINE
--\,,/--E XISTING WATER LINE
!><]
FUTURE WATER LINE
PROPOSED FIRE HYDRANT ASSEMBLY
PRO POSED GA TE VAL VE
PROPOSED BLOW-OFF
EXISTING FIRE HYDRANT ASSEMB LY
E XISTIN G GA TE VALVE
······ 1-· ··· ....... ,.
'"'~,.,.~ .. ~
PREPARED BY:
GOOJDWJIN;
-~R/1IA.1R.§HAJLJL ~
CML ENGINEERS -PLANNERS -SURVEYORS
2405 Mustang Drive, Grapevine, Texas 76051
Metro (817) 32~73
§.CP.JLIE: 1" = 30((]'
OW1'!Ell.'DEVE!WlF'2D BY :
HOME
2711 L:,J FRVlY, SUI'IB 6{)0
D.tJ.J..P..S , T'"'cX.'.S 75234
PHONE: (972)232-15105
FJ.1X: (972)232-61 54
E:\Wl52\plans \l/a lley8rookPh6 -C FA.pr o Mor, Nov 15 15:36:53 2Gi 0
ENGINEER'S O PINIO N OF PROBABLE C O ST
D ate: 11/15/2010 Project: Valley Brook Estates, Phase 6A Client: KB Homes
Job No : 10152 Location : Fort Worth, Texas Page: 1 of2
ITEM UNIT TOTAL
No. DESCRIPTION UNIT QUANTITY PRJCE COST
Water Facilities
1. 8 11 DR-14 Class 150 PVC L.F . 3,864 $19.00 $73,416.00
2. Bore & Steel Encase 8" WL L.F. 50 $140.00 $7,000.00
Under Gas Line
3. Bore & Steel Encase 8" WL L.F . 50 $140.00 $7,000.00
Under Creek
4. 8 11 Gate Valve & Valve Box Ea. 12 $950.00 $11,400.00
5. Fire Hydrant Assembly Ea. 5 $2,000.00 $10,000.00
6. 1" Water Service w / Meter Ea. 50 $400.00 $20,000.00
7. C.I.R.T. Fittings Ton 2.5 $3,000 .00 $7,500.00
8. Connect to Existing Stub-out Ea. 2 $500.00 $1 ,000.00
9. Connect to Existing Water Line -Ea. 1 $2,500 .00 $2,500 .00
Remove 8"x6" Reducer, Relocate
Ex. Fire Hydrant
10. End & Plug Ea . 4 $500 .00 $2,000.00
11. Concrete C.Y. 5 $100 .00 $500 .00
12. Trench Safety L.F. 3,764 $0 .10 $376.40
13 . Water System Testing L.F. 3,764 $1.00 $3,764.00
14 . Saw Cut, Remove and Replace 4' L.F. 20 $22.00 $440.00
Sidewalk
15 . Saw Cut, Remove and Rep lace 6" S.Y 39 $35 .00 $1,365.00
Concrete Pavement
W at er S ub total $148,2 61.40
This Engineer's opinion of probable construction cost is made on the bas is of the Engineer's experience
and best judgement as a design professional. It must be recognized that any evaluation of work to be
performed to construct this project must by necessity be speculative in nature until completion of its actual
detailed design. In addition the engineer has no control over the cost of labor material or s rvices to be
furnished by others or o ver m a rket conditions . Accordingly Goodw· ars a , Inc. can t guarantee
that actual costs will not vary from the opinions expressed herein . OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
LEGEND
--s--
--s--
•
®
* _J_
PROPOSED SANITARY
SEWER LIN E
E XISTING SANI T ARY
SEWER LINE
FUTURE SANITAR Y
SEWER LINE
PROPOSED SANITARY
SEWER MANHOLE
E XISTING SANI T ARY
SEWER MANHOLE
PR OPOSED SDR-35 SANITARY
SEWER SERVICE
PRO PO SED SD R-26 SAN IT ARY
SEWER SERVICE
J ~_ (IJ ~~rz
m
j_ PROPOSED SANI T ARY SEWER SERV ICE
FOR FUTURE P HASE TO BE CONSTRUCTED
WITH THIS CONTRACT
!?REi?AlRED BY:
GOOiDlVifl.Il\T~
___ _,_TujAR§H'tAJLL M
CML ENGINEERS -PLAN NERS -SURVEYORS
2405 Mustang Drive, Grapevin e, Texas 76051
Metro (B 17) 329-4373
OV/NED/DEVEWIFED IBY :
HOME
27 il llUFRVTf, SUi'?E 5U"J
Df'.!.LJ..S , 727.AS 75234
F'i:'!ONE : (;72)232-6105
Ii' A . .Z: (9n)232-5154
E: \10152\p1ans\Va llevBrookPh6-CF A .pr o Mon l ,Jov 15 15: 36: 51 2010
ENGINEER 'S OPINION O F PROBABLE COST
Date: 11/15/2010 Proj ect : Valley Brook Estates, Phase 6A Client: KB Homes
J ob No : 10152 Location : Fort Worth, Texas Page: 2 of2
ITEM UNIT TOTAL
No. DESCRIPTION UNIT QUANTITY PRICE COST
Sanitary Sewer Facilities
1. 8" SDR-35 PVC L.F. 2,258 $22.00 $49,676.00
2. 8" SDR-26 PVC L.F . 176 $24 .00 $4,224.00
3 . 8" DIP L.F. 256 $40.00 $10,240.00
4. 8" DR-14 Class 150 PVC L.F. 504 $19 .00 $9,576.00
5. Bore, Steel Encasement & 8" L.F. 100 $140.00 $14,000 .00
D .I.P. for S.S . Line Under Creek
6 . 4' Dia. Std. S .S. Manhole (0'-6') Ea. 16 $2,500.00 $40,000.00
7. Extra Depth for 4' Dia. MR V.F. 28.6 $130.00 $3,718.00
8 . Construct 5' Dia. SSMH on Ea. 1 $3,500.00 $3,500 .00
Existing S .S. Line (0'-6')
9 . Extra Depth for 5' Dia. MR V.F . 1.3 $150.00 $195 .00
10. Core Into Existing SSMH Ea. 2 $800 .00 $1,600.00
11. 4" SDR-35 Sewer Services Ea. 30 $350.00 $10,500.00
12. 4" SDR-26 Sewer Services Ea. 36 $400.00 $14,400.00
13 . Cement Stabilized Backfill L.F. 223 $10.00 $2,230.00
14. Concrete C.Y. 2 $100.00 $200.00
15. End & Plug Ea. 1 $500.00 $500.00
16 . Trench Safety L.F. 3,194 $1.00 $3,194.00
17 . TV & Test Sewer Line L.F. 3,194 $1.50 $4,791.00
18. Clay Dam Ea. 9 $100.00 $900.00
Sanitary Sewer S ubtotal $173,444 .00
This Engineer's opinion of probable const,uction cost is made on the basis of the Engineer's experience
and best judgement as a design professional. It must be recogn ized that any evaluation of work to be
performed to construct this project must by necessity be speculative in nature until completion of its actual
detailed design . In addition the engineer has no control over the cost of labor material or services to be
furnished by others or over ma,·ket conditions. Accordingly ~e-tt,wiT· ~:-Wll1mma!r'~
that actual costs will not vary from the opinions expressed herei ·oFFICIAL RECORD
CITY SECRETARY
FT, WORTH, TX
V AJL ILIEY JE~OOOC IE§TA1rJE§9
JPIHIA§IE 6A
STIIBlE1rS
IEXIHilll8lIT "JE"
n 0 -.,, ... .,,
' -< -' n ' t.n -' m ):lo ' ' ' n r-' ::a ::a ' m m ' ·,
;! n lJJ 0 ~I ~ ::a ROCK VAU..EY OR!VE
Cl iS 1 f.:;:
~I
\',,
·,~t '.:
LEGEND
__Jc_
cn /r z
m
§CAJLlE : n" = 3\iOO '
PROPOSED 29 ' 8-8 ROAD WAY w/ 50' R. 0. W.
7 ' THICK REINFORCED CONCRETE PAVEMENT
PROPOSED 27' 8 -8 ROADWAY /PUBLIC ACCESS EASEMENT J
7' THICK REINFOR CED CONCRETE PAVEMENT
PROPOSED 6' THICK CONCRETE TEMPORARY
TURN-AROUND
SIDEWA LK TO BE CONSTRUCTED BY DEVELOPER ' ~l&'(;~,,,,,,,-----·
"·
· .. J
····--.. __
PF.EiP'A.PJED BY:
GOODVifllN~
__ ......,_J~AJR§!H!AJLIL ~
CML ENGINEERS -PLANNERS ..; SURVEYORS
2405 Mustang Drive, Grapevine, Texas 76051
Metro (817) 329-4373
OW NED/D2.VELO!i"BD !5 ¥:
271! LIBJ iFRWY , SUITE 600
DAU.AS, TEXAS 7523 4
lF HOlJE: (972)232-6105
FAX: (g72)232-{5!54
E:\10152 \pla n s \V alle y8 r o okPh6 -CFA.p ro Wed 1,10v 17 07 :"1 9:'1 1 2 0 10
ENGINEER 'S OPINION O F P ROBA B LE C O ST
D ate : 11 /15 /2010 P r oj ect: Valley Brook Estates, Phase 6A C li ent : KB Homes
J ob No: 10152 Locatio n: Fort Worth, Texas Page: 1 of 4
ITEM UNIT TOTAL
No. DESCRIPTION UNIT QUANTITY PRICE COST
Pavin g Faciliti es
1. 7 " Concrete Pavement (3,000 psi) S.Y. 8,651 $25 .80 $223,195.80
2 . 6" Subgrade Preparation S.Y. 9 ,153 $2.50 $22,882.50
3 . Hydrated Lime 30#/SY Ton 138 $150 .00 $20,700.00
4 . Type "A" Barrier Free Ramp Ea. 1 $1,000 .00 $1,000.00
5 . Type "D " Barrier Free Ramp Ea. 7 $1,000.00 $7,000.00
6. Remove End -of-Road Barricade L.F. 70 $20 .00 $1,400.00
& Connect to Ex. Cone. Header
7. Construct Cone. Header L.F. 58 $20.00 $1,160.00
8. Install Type III End -of-Road L.F. 58 $10.00 $580.00
Barricade
9. 4' Sidewalk L.F. 339 $12 .00 $4,068 .00
10. 5' Sidewalk L.F. 138 $15.00 $2,070.00
11. Sidewalk Flume Crossing w / LS. 1 $2,500.00 $2,500 .00
Steel Plate
12. 6" Non -Reinforced Concrete S.Y. 152 $23.00 $3,496 .00
Pavement for Temp. Tum-Around
P avin g Subtotal $29 0 ,05 2 .30
This Engineer's opinion of probable construction cost is made on the basis of the Engineer's experience
and best judgement as a design professional. It must be recognized that any evaluation of work to be
performed to construct this project must by necessity be speculative in nature until completion of its actual
detailed design. In addition the engineer has no con tro 1 over the cost of labor material or services to be
furnished by others or over market conditions. Accordi:rigly Goodwin & Marshall , Inc. can not guarantee
that actual costs will not vary from the opinions expressed he1 l;:111 .
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Date: 11/15 /2010
Job No: 10152
ENGINEER'S OPINION OF PROBABLE COST
Project: Valley Brook Estates, Phase 6A Client: KB Homes
Location: Fort Worth, Texas
ITEM
No . DESCRIPTION UNIT QUANTITY
1.
2.
3 .
4.
5.
Public Access Road Paving Facilities
7" Concrete Pavement (3,000 psi)
6" Subgrade Preparation
Hydrated Lime 30#/SY
Speed Cushions per CoFW Detail
Saw Cut, Remove & Dispose of 2'
Strip of Exist. HMAC
S.Y.
S .Y.
Ton
Ea.
L.F.
Public Access Road Paving Subtotal
4,431
4,656
70
4
66
UNIT
PRICE
$23.50
$2.50
$150.00
$1,000.00
$10.00
Public Access Road Storm Drain Facilities
1. 5-7'x3' R.C.B. L.F. 46 $1,100.00
2. 5-7'x3' Type "FW-S" Wingwall Ea. 2 $30,000.00
3. 12" Gabion Mattress S.Y. 534 $110 .00
4. Trench Safety L.F. 46 $2.00
5. Handrail Across 7'x3' Headwall L.F. 100 $90.00
Public Access Road Storm Drain Subtotal
Page: 2 of 4
TOTAL
COST
$104,128.50
$1 1,640.00
$10,476.00
$4,000.00
$660.00
$130,904.50
$50,600.00
$60,000.00
$58,740.00
$92.00
$9,000.00
$178,432.00
This Engineer 's opinion of probable construction cost is made on the basis o f the Engineer's experience
and best judgement as a design professional. It must be recognized that any evaluation of work to be
performed to construct this project must by necessity be speculative in natw·e until completion of its actual
detailed design . In addition the engineer has no control over the cost of labor material services to be
furnished by others or over market conditions. Accordingly Good arshall , Inc. can not guarantee
that actual costs will not vary from the opinions expressed herein. OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
V AJL JL JEY 18JROOTIC JE§T A IB§9
JPJHIA§JE 6A
§']['OJR.M DRAIN IEXJBTIIB IT "JE -li II
10 ' CURB INLET
'
' ' ' ' ' '
\
~,\ \' \ .. \ \
\\ \
"'J
LEGEND
PROPOSED STORM DRAIN LINE
EXISTING STORM DRA IN LINE
PROPOSED STORM DRAIN INLET
FUTURE STORM DRA IN LINE
PROPOSED CUL VERT
......... J. .. ~. ··-·--...
2 1' R.C.P.
G OOJIJ~lfil\T~
__ lo/ITARSif-ilA\lL!L ~
CML ENGINEERS -PLANNERS -SURVEYORS
2405 Mustang Drive, Grapevine, Texas 76051
Metro (817) 329-4373
:E
Cf) z + '
m
§C AJLIE : li " = 30D'
a t ai:: >< 0 ~ ... c., '% w w a: D:: Ii .... c.,
cs: w i -en c., >--a-: I&. t: I&. I&.
0 c.,
17 1 l !BJ FR'ii'IY, SUITB •,%0
DPJLAS, T2,"£AS 75234
PEiOHE: (972)232~!05
FPY.:: (972)232-6154
E:\10 15 2 \pJ an s \V a 1Je y8rookPh6-C F A.p ro \~ed No v 1 7 07 :32:50 20 10
Date: 11/15/2010
J ob No: 10152
ENGINEER'S O PINIO N O F PROBABLE C O ST
P roject: Valley Brook Estates, Phase 6A C li ent : KB Homes
L o cation : Fort Worth, Texas
ITEM
No . DESCRIPTION UNIT QUANTITY
Sto rm Drain Facili ties
1. 1 O' Curb Inlet Ea. 2
2. 21" R.C .P . L.F . 10
3 . 27" R.C.P. L.F. 138
4. 27" Sloped End Headwall Ea. 1
5. 6' B -B Flume w/ Baffle Blocks L.F. 119
per Plans
6. Concrete Out-fall Apron per Plans Ea. 1
7. Rock Rip-Rap per Plans S.Y. 157
8. Inlet Protection Ea. 2
9. Trench Safety L.F. 148
Stro m D rain Sub tota l
UNIT
PRICE
$2,000.00
$45 .00
$50.00
$1,200.00
$20.00
$750.00
$75.00
$50 .00
$2.00
Page: 3 of 4
TOTAL
COST
$4,000.00
$450.00
$6,900.00
$1,200.00
$2,380.00
$750.00
$11,775.00
$100.00
$296.00
$2 7 ,8 5 1.00
This Engineer's opinion of probable construction cost is made on the basis of the Engineer's experience
and best judgement as a design professional. It must be recognized that a ny evaluation of work to be
performed to construct this project must by necessity be speculative in nature until completion of its actual
detailed design. In addition the engineer has no cont1-o l over the cost of labor material or services to be
furnished by others or over market conditions. Accordingly Goo · no t guarantee
that actual costs wi l l not vary from the opinions expressed herein .
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
V AJLJLJEY JEJROOJK IE§1rA1rIE§9
JPIHIA§JE 6A NO TE :
\
§Tl!IBJE'f ILKGJHIT.§
lEXlflIIBIT '°C'
\ \' ,, \\ .. \ \
\\ \
S TREE T LIGH TS ARE TO BE FURNISHED AND
INS TA LLED BY DE VEL OPER'S CON TRACTOR
Slo . 4+6J .98 STON[ MEADOW WAY
Pole Bose No. I
' ' ' '
5/o. l+48.J4 STONE CRffK DRIVE
Pofe Bose No . 2
/ ,.,
V I
I
'·
'\1
'
' '
Pole Bose No. 10
Sto. 2+00. 99 MOUNTAIN RIDGE DRIVE
Pote Bose No. 5
Sto . 3+03 .91 RIDGE L AKE DRIVE
Pole Bos e No . 6
Sia . /4.+36 .8 2 PUBLIC ACCESS ROAD
Pole Bose No . II , SEE NOTE ON THIS SHEET
• PER CITY OF FORT WORTH T/PW, LIGHT NO. II MAY BE A
WOOD POLE . ELECTRICAL SERVICE FOR THIS LIGH T SHALL
BE PROVIDED BY ONCOR.
I~
~ k? ,~
§C;.\JLJE : l " = 30DJ'
LEGEND
UNDERGROUND PRIM
I
l: Q
2' CONDUITS ~~ S TR EE T L/Gi-lT )(
0~ ...
PAO MOUNTED TRA s-1)Mm ::c
HANO HOLE a: a: ~ .... u
SECONDARY PEOIST L c:( w 0
-fl) ;: !:!> 5+54. 85 RIDGE L AKE DRIVE u. ... a-:
Pore Bose No . 7
Sia . 4+52.12 WIND!liG CREEK DR!V£
Pole Bose No. 9
u. -oU
0'¥'/1'.lffi/!DB'i!ELOFBD EY:
P!?..EPAPEJG BY:
u.
GOODWli:l\T~
___ _,_1\l[ARSJHIAJLL M HOME
CML ENGINEERS -PLANNERS -SURVEYOR S
24 05 Mustang Drive, Grapevi ne , Texas 76051
Metro (817) 329-4373
2711 LE J F?.''iTi, SUITE cOO
DAU . .AS, TillC..J...S 75234
E-iiot-lE: (972)232-6105
pp_;:;:: (972)232-6!!4
E: \10152 \p l an s \ValleyBro o kPh6 -CF A. pr o Mo n No v ·JS 15: 3 6: J9 2 010
V AJLJLJEY IBROOK JE§T A 11E§9
JPIHIA§JE 6A
§'I'JFJEJE'f §lilGN§
JEXJB[IBIT "C-li "
' ' ,,
' '
I .
I
'
\ \' ,, \' \ ··' \ '\' ',J
~ + (f) z
'
m
§Cfa.JLJE: 1" = 3fJl([P'
LEGEND
STREET NAME SIGN a
ai::
0 u w
ca=:
..I
C( u
ii: u.
0
DVlHED/DBVELOlrBD ISY:
l??.E?P.FJED EY:
<Gr OOJDlW1.IN ~
___ MfAA§lHIAJ.JL ~
CML ENGINEERS -PLANNERS -SURVEYORS
2405 Mustang D rive, Grapevfne, Texas 76051
Metro {817) 329-4373
2111 IBJ rr..vr1. smrE 6!l'l>
DP.l.lLP.S , TBXA.S 75234
Ft·IGNE: (972)232--61 ()5
FP..X: (S72)232-Si54
E: \10j 52 \plan s\Val le yBrookPh6 -CFA.p r o Mon 1,Jov j5 15: 36: 56 2010
Date: 11/15/2010
ENGINEER'S OPINION OF PROBABLE COST
Project: Valley Brook Estates, Phase 6A Client: KB Homes
Job No: 10152 Location: Fort Worth, Texas
ITEM
No. DESCRIPTION
1.
2.
3.
1.
Street Lights (Poles, Bases, etc.)
2" Conduit
Hand Holes
Street Lights Subtotal
Street Name Signs
Street Signs Subtotal
UNIT QUANTITY
Street Lights
Ea.
L.F.
Ea.
Street Signs
Ea.
11
935
20
5
UNIT
PRICE
$3,500.00
$8.00
$80.00
$245.00
Page : 4 of 4
TOTAL
COST
$38,500.00
$7,480.00
$1,600.00
$47,580.00
$1,225.00
$1,225.00
This Engineer's opinion of probable construction cost is made on the basis of the Engineer's experience
and best judgement as a design professional. It must be recognized that any evaluation of work to be
performed t o construct this project must by necessity be speculative in nature until completion of its actual
detailed design. In addition the engineer has no control over the cost of labor material or services to be
furnished by others or over market conditions . Accordin 1 · arshall, Inc. can not guarantee
that actual costs will n ot vary from the opini ons e pressed h erein.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX