Loading...
HomeMy WebLinkAboutContract 47503 (311V SEcRETAW CONTRACT W, �5 COMMUNITY FACILITIES AGREEMENT WITH CITY OVERSIZING PARTICIPATION Developer Company Name: Riverhills Development Co. L.L.0 Address, State,Zip Code: 4200 Hulen St. Suite 614,Fort Worth TX 76109 Phone&Email: 817-731-7396,paxton@casscoland.com Authorized Signatory,Title: Paxton Motheral,Manager Project Name and Brief Edwards Ranch Riverhills Phase 3B Description: N.E. of Intersection of Bryant Irvin Blvd. &Country Day Ln Plat Case Number: FP-13-055 Plat Name: Edwards Ranch Riverhills Mapsco: Council District: 3 City Project Number: 02196 CFA Number: 2015-075 DOE Number: 7148 To be conzplet d b staff Received b t . City of Fort Worth,Texas OFFICIAL RECORL Standard Community Facilities Agreement with City Participation CITY SECRETARY CFA Official Release Date: 07.30.2015 Page 1 of 11 ';TWnRTH'TX COMMUNITY FACILITIES AGREEMENT WITH CITY OVERSIZING PARTICIPATION THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, Riverhills Development Co. L.L.C. , ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Edwards Ranch Riverhills Phase 3B ("Project") within the City of Fort Worth, Texas ("City"); and WHEREAS, the City has reviewed the proposed Improvements and desires to have the Developer oversize the proposed Improvements to provide capacity for future development in the area ("Oversized Improvements"); and WHEREAS, the Developer and the City desire to enter into this Community Facilities Agreement ("CFA" or "Agreement") in connection with the collective Improvements for the Project; and WHEREAS, the City has reviewed the Project and desires to participate in the Project in accordance with this Agreement as presented by the Cost Summary Table and Exhibits attached hereto and authorized by City Council via M&C C- 2"1583 on 17— ,20and WHEREAS, The City's cost participation shall be in an amount not to exceed $55,741.06 ("Participation"); and WHEREAS, the City has requested the Developer to cause, and the Developer agrees to cause, the design, permitting and construction of the Project for which the City will, subject to City Council approval, reimburse the Developer for the City's portion of those costs after City's final acceptance of the Project. NOW, THEREFORE, 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, as amended, is hereby incorporated into this Agreement as if copied herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation CFA Official Release Date: 07.30.2015 Page 2 of 11 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 Improvements. Developer further acknowledges that said acceptance process requires the Developer's contractor(s) to submit a signed affidavit of bills paid signed by its contractor and consent of surety signed by its surety to ensure the contractor has paid any sub-contractor(s) and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full by Developer for all the services provided under their 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 describe the Improvements and are incorporated herein: Water (A) Q Sewer (A-1) g Paving (B) Q Storm Drain (B-1) g Street Lights & Signs (C) Q 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 11, of the Policy. Developer shall ensure its contractor(s) pays the then-current City-established wage rates. F. For all Improvements 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 prequalified, insured, licensed and bonded to do work in public ways and/or prequalified to perform water/wastewater construction as the case may be. City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation CFA Official Release Date:07.30.2015 Page 3 of 11 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 from the date of final acceptance insuring the maintenance and repair of the constructed infrastructure during the term of the maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253, Texas Government Code. iii. To require the contractor(s) it hires to perform the construction work contemplated herein to provide insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer-awarded infrastructure construction contracts. The City shall be named as additional insured on all insurance required by said documents and same will be evidenced on the Certificate of Insurance (ACORD or other state-approved form) supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours advance notice of intent to commence construction to the City's Construction Services Division so that City inspection personnel will be available; to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces, to not 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, if any, until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation CFA Official Release Date:07.30.2015 Page 4 of 11 G. Developer shall provide, at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the Improvements under 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 payment of 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. City will be responsible for the costs of utility relocation necessitated by the City's participation in this Agreement. 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 (including death) or damages sustained by any persons or to any property, resulting from or in connection with the construction, design, performance or completion of any work to be performed by said Developer, his contractors, subcontractors, officers, agents or employees, or in consequence of any failure to properly safeguard the work, or on account of any act, intentional or otherwise, neglect or misconduct of said Developer, its contractors, sub-contractors, officers, agents or employees. M. The 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 City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation CFA Official Release Date: 07.30.2015 Page 5 of 11 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. N. Upon completion of all work associated with the construction of the Improvements, Developer will assign to the City a non-exclusive right to enforce the contracts entered into by the Developer with its contractor along with an assignment of all warranties given by the contractor, whether express or implied. Further, Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. O. Inspection and material testing fees are required as follows and further apportioned in the Cost Summary Table below 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. 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 necessary for Developer's portion of the Project. P. COMPLETION WITHIN 2 YEARS i. The City's obligation to participate (exclusive of front foot charges) in this Agreement shall terminate if the Improvements are not completed within two (2) years; provided, however, if construction of the Improvements has started within the two year period, the Developer may request that the CFA be extended for one (1) additional year. If the Improvements are not completed within such extension period, there will be no further obligation of the City to City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation CFA Official Release Date:07.30.2015 Page 6 of 11 participate. City participation in this CFA shall be subject to the annual availability of City funds as approved by the City Council. ii. Subject to paragraph i, above, the City shall reimburse Developer for the City's costs upon presentation of proper documentation of completion of installation of the Oversized Improvements. iii. 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. iv. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the construction of the Improvements if at the end of two (2) years from the date of this Agreement (and any extension period)the Improvements have not been completed and accepted. V. The City may utilize the Developer's financial guarantee to cause the payment of costs for construction of the Improvements 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. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation CFA Official Release Date: 07.30.2015 Page 7 of 11 COST SUMMARY TABLE Developer's Cost City's Cost Total Cost A.Water and Sewer Construction 1.Water $ 137,660.26 $ 42,877.74 $ 180,538.00 2. Sewer $ 253,397.00 $ - $ 253,397.00 Contingency 25% $ 97,764.32 $ 10,719.44` $ 108,483.75 Water Construction Cost Sub-Total $ 488,821.58 $ 53,597.18 $ 542,418.75 B. TPW Construction 1. Paving $ 400,790.00 $ 400,790.00 2. Storm Drain $ 78,489.00 $ 78,489.00 3. Street Lights $ 65,070.00 $ 65,070.00 4.Traffic Signal $ - TPW Construction Cost Sub-Total $ 544,349.00 $ - $ 544,349.00 Total Construction Cost $ 1,033,170.58 $ 53,597.18 $1,086,768.08 Construction Fees: C. Water/Sewer Inspection Fee (2%) $ 9,776.43 $ 1,071.94 $ 10,848.37 D. Water/Sewer Material Testing Fee (2%) $ 9,776.43 $ 1,071.94 $ 10,848.37 Water Construction Fees Sub-Total $ 19,552.86 $ 2,143.88 $ 21,696.74 E. TPW Inspection Fee $ 19,171.16 $ - $ 19,171.16 F. TPW Material Testing Fee $ 9,585.58 $ - $ 9,585.58 G. Street Light Inspection Fee $ 2,602.80 $ - $ 2,602.80 H. Traffic Signal Inspection Fee $ - $ - $ - l. Street Signs Installation Cost $ - $; - $ - J.Civil/Geotechnical Engineering & Survey(20%) $ - $ - TPW Construction Fees Subtotal $ 31,359.54 $ - $ 31,359.54 Total Construction Fees $ 50,912.40 $ 2,143.88 $ 53,056.28 TOTAL PROJECT COST $ 1,084,082.98 $ 55,741.06 $1,036,004.82 Financial Guarantee Options, choose one Amount Choice Mark one Bond = 100% $ 982,407.82 Completion Agreement= 100%/Holds Plat $ 982,407.82 Cash Escrow Water/Sanitary Sewer= 125% $ 488,821.25 x Cash Escrow Paving/Storm Drain = 125% $ 680,436.25 x`' The costs stated herein may be based upon construction estimates rather than actual costs. The City's portion of inspection and material testing fees are directly allocated to the City's accounts for charges and does not reimburse the Water Inspection and Material Testing Fees to the Developer. The City's participation estimate shall be limited to the unit prices contained in City of Fort Worth Ordinance No. 19192-06-2010, as amended,("Unit Price Ordinance")or as determined by public competitive bid. The City's cost participation(excluding inspection and material testing fees)is not a lump sum amount and may be less than stated above depending upon actual quantities as shown on the Notice of Final Completion package(`Green sheet')and based on unit prices from the construction contract documents.In no event shall the City pay more per unit than as determined pursuant to the Unit Price Ordinance or public competitive bid. City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation CFA Official Release Date: 07.30.2015 Page 8 of 11 Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment FZ Attachment 1 -Changes to Standard Community Facilities Agreement ❑D Location Map M Exhibit A: Water Improvements Water Cost Estimate Exhibit A-1: Sewer Improvements FX1 Sewer Cost Estimate x❑ Exhibit B: Paving Improvements 0 Paving Cost Estimate x❑ Exhibit B-1: Storm Drain Improvements Storm Drain Cost Estimate Exhibit C: Street Lights and Signs Improvements Street Lights and Signs Cost Estimate (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation CFA Official Release Date: 07.30.2015 Page 9 of 11 ATTACHMENT"I" Changes to Standard Agreement Community Facilities Agreement City Project No. 02196 none City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation CFA Official Release Date:07.30.2015 Page 10 of 11 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, effective as of the date subscribed by the City's designated City Manager. CITY OF FORT WORTH DEVELOPER Riverhills Development CO., L.LC. Jesus J. Chapa Assistant City Manager Name: Paxton Motheral f Date: �� Title: Manager Date: Recommended by: ATTEST: (Only if required by Developer) Wendy Chi- bulal, EMBA,P.E. Development Engineering Manager Signature Water Department Name: LA ., Z Douglas 6V. Wiersig, P.E. y Joharman, Director Director Wa r Department Transportation&Public Works Department 1 F 0i ® o R�► Approved as to Form &Legality: � SOM ATTEST: � °fly 000000 Douglas_ . Black (Z;-t� R• eKcC.mc-lkeA Assistant City Attorney Mary J. Kr M&C No. G^ 215$3 City Secret ry Date: M, Za to V�WVA 17,9s e.pcle., z0cu —�z�{ City of Fort Worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement with City Participation CITY SECRETARY CFA Official Release Date:07.30.2015 Page 11 of 11 FT.WORTHY TX ...... .... ------------------------------------------------------ ...... -------- C9 y RIG SITE K q z RIVER OLENW 0 CHICKERIN cn W00 LA CUMBER AND HAR WO E K Cc q- OV RTON sr ANDLEWOOO -53 u VIEW z �z u COUNTRY DAY TAMARACK u -j WOOD < U cn EE o fr DAY <E �9 / RDGEA GOLF OUR LEGEND COUNT S LC3 z (n cn 01, <E 0 -i Ld m �\2 PLAZA WI WARD 465 S — 100 WESTD LE co uj fr ui TRINIT LANDING NOT TO SCALE ---------------------------- ------------------- -------- ------- ----------------------------------------------------------------- EDWARDS RANCH OWNER/ DEVELOPER: PELOTON CASSCO DEVELOPEMENT LAND SOLUTIONS RIVERHILLS COMPANY 5751 KROGER DRIVE SUITE 15 PHASE 4200 SOUH HULEN STREET KELLER,TX 8 76244 FORT WORTH,TEXAS 76102 PHONE:817-562-3350 DATE:AUGUST,2015 PHONE:817-562-3350 ��❑ ARBORLA\rvN DRIVE a ❑ a , a D , BENT ELM LANE ❑ I ❑ ❑ I r ❑ -G a ❑ ❑ Ell 1 ❑ ❑ a m ❑ I 6^WTR LINE E_X a-WTR LINE_-_- - LANE NIGHT S/ I ❑ a ❑ ❑ ❑ El 001110011 r El D TLY D 0 El El Ell� HUN RI E R� El EX 16-WTR LINEEl 16 / I ❑ �❑ D D I BELLAIRE DRIVE El 1:1 LEGEND �- PROPOSED GATED VALVE LINE �- PROPOSED WATER LINE WITH FIRE HYDRANT EXISTING WATER LINE WITH GATE VALVE EXISTING WATER LINE WITH FIRE HYDRANT NOTE:ALL PROPOSED WATER LINES ARE 16" UNLESS OTHERWISE NOTED EXHIBIT A - WATER =----------------------------------------------------------------- ----------------------------------- ------------------------- EDWARDS RANCH OWNER/ DEVELOPER: li!II PELOTON 0 NORTH 2O0' RIVERHILLS CASSCO DEVELOPEMENT I�II LAND SOLUTIONS COMPANY 5751 KROGER DRIVE PHASE M 4200 SOUH HULEN STREET KELSUITE TX76244 FORT WORTH,TEXAS 76102 PHONE:817-566244 GRAPHIC SCALE DATE:AUGUST,2015 PHONE:817-562-3350 ARBORLAWN DRIVE r ❑ a a a ❑ ❑ BENT ELM LANE � �❑ ❑ ❑ I�J nr i EX 8— 5�—�"" ❑❑ ❑ o Fl 0 ❑ ❑ � FANIGHT SAGE LANE o < m s LINE Ex a^s ' ❑ El ❑ El El E] El ❑ 00011 [10000 TLY DRIVE VE ❑❑ EX 8^ss LINA El D 0 ❑ �BELLAIRE DRIVE ❑ ❑ ❑ ❑ LEGEND �- AND MANHOLEWER LINE EXIST SEWER LINE AND MANHOLE NOTE:ALL PROPOSED SANITARY SEWER LINES ARE 8"UNLESS OTHERWISE NOTED EXHIBIT A1 - WASTEWATER ----------- ------------ ........................-----................ ------------------- -------------------------- ------------------.. ❑ EDWARDS RANCH OWNER/ DEVELOPER: fi!II PELOTON 0 NORTH 2O0' RIVERHILLS CASSCO DEVELOPEMENT I III LAND SOLUTIONS COMPANY 5751 KROGER DRIVE PHASE 3B 4200 SOUH HULEN STREET KELSUITE T185 6244 FORT WORTH,TEXAS 76102 PHONE:817-562-3350 GRAPHIC SCALE DATE:AUGUST,2015 PHONE:817-562-3350 ----------------------------------------------------------------------------------------------- -------- ---------- ------ ARBORLAWN DRIVE a � -�� BENT ELTVI LANE(21 CONSTRUCTED2❑ I ❑❑ a ❑ ❑ RAMP TO BE as a j BY DEVELOPER E] ❑ ElElINIGHT SAGE LANE(29' -8/70'R-O-W-) rn ............ ........... F El El ❑ RAMP TO BE❑ Llp CONSTRUCTED BY DEVELOPER El []OF]0O 1 ;I ❑❑ HU IVE 00000 L-1000000 BELLAIRE DRIVE a- 11 LEGEND PAVEMENT TO BE CONSTRUCTED SIDEWALK BY DEVELOPER EXHIBIT B — PAVING --------------------- ........... ------- --------------------------------—........................ ........ --------------------------------- lol� EDWARDS RANCH OWNER/DEVELOPER: IR11 PELOTON p CASSCO DEVELOPEMENT -fj�jjj LAN. SOLUT..48 0 NORTH 200' RIVERHILLS COMPANY 5751 KROGER DRIVE PHASE 3B 4200 SOUH HULEN STREET SUITE 185 FORT WORTH,TEXAS 76102 KELLER,TX 76244 GRAPHIC SCALE DATE:AUGUST,2015 PHONE:817-562-3350 PHONE:817-5 !=11 R 11 11 11 Il 11 ❑`ARBORLAWN DRIVE ❑ aLAU ► a I ❑ ❑❑ J ❑ I ❑ C ❑ ❑ ❑❑El NIGHT SAGE LANE � m El I ❑ ❑ : ' aa ❑ EJ , E] ❑ ; I I II ❑❑ HUNTLY DRIVE Don ❑ ► ❑❑ ❑❑ I II I� 111100 0 ❑ ❑ ❑ I BELLAIRE DRIVE LEGEND 0 PROPOSED STORM DRAIN INLET --�-- EXIST STORM DRAIN INLET -�-- PROPOSED STORM DRAIN MANHOLE PROPOSED STORM DRAIN HEADWALL EXHIBIT B1 - STORM DRAINAGE = --------------------------------------------------- ------------- - ------------------------------------- -------------------------- ❑ EDWARDS RANCH OWNER/ DEVELOPER: 11'111 PELOTON O NORTH 2O0, RIVERHILLS CASSCO DEVELOPEMENT IMI LAND ..LOTION. COMPANY 5751 KROGER DRIVE SUITE 15 PHASE M 4200 SOUH HULEN STREET KELLER,TX7 6244 FORT WORTH,TEXAS 76102 PHONE:817-562-3350 GRAPHIC SCALE DATE:AUGUST,2015 PHONE:817-562-3350 ----------------- ---- ----------------------------------------------------------------------- - -------------------- -- --- ------ Ri I l ! S JR4 IV r� - R5 RB � f 1 1 i � • ' ' , �I�i_1 u • I 11 1 I �_� ` T• i n „ i i il I �I R7 R1� O NIG{�T SAGE! LANE R8 j 10 Rif I �1 D INE y H 1 R15 \/ 12� SUMMARY OF CONDUIT AND CABLES ELECTRICAL -EGEND CONDUIT >22;223 se`s RUx OV-(M) S E 3 4 b S i„n SYMBOL DESCRIPTION No. SIM(IN) u.NGTx SOWS) '-i •-� STREET UGHT BY DEYELOP1t-SEE NOTE 1 PROP. �T• F TRENCHs a s a s i s 1 1-1/4 35 T 3 EXISTING STREET LIGHT 12 2-1/4 1 90 T 3 �T TRANSFORMFR 3 1-1/4 3S T 3 WAT-R METER-NOT IN CONTRACT(SHOWN FOR LOCATION RET.ONLY) 4 1-1/4 50 T 3 5 11/4 45 T 3 IIIIIIII PEDESTAL—UTILITY COMPANY PROVIDED.SEE NOTE 2- 6 1-I%4 90 T 3 O CROUND BOX- SF=DFTAII SHFFT SI-3. 7 1-1/4 65 T 3 R 1- 4 105 T 3 BRANCH CIRCUIT CONDUIT AND CONDUCTORS,SIZS AS INDICATE 9 I. 4 GS T 3 • UTILITY POLE 10 1-1/4 310 T 3 QIM111f 9 I1 S-1/4 65 T 3 m 501[ml0 12 I-1/4 355 T 3 NCM 3r LEGEND NOTES 13 1-1/4 45 T 3 1. LE,HI FOIIUR= LOCATED 2-0”-ROM BACK OI CURB 10 LACE O1 PIER. 14 1- 4 375 T 3 1111 EOW DCCORATISr AREA LKXR.AMERLUX=RJDR 01302-10/DU37/M1BGL- IS 1-1/4 45 T 3 T3/IOOUH-MT/MED/IW-PCL/CLB.TYPE R DISTRIBUTION,CLASSC BRONZE 901'l2E MEi FINISH,MULTI-TAP BALLAST WRED FOR 120 VOLTS.10D-WATT METAL HALIDE WAP,PHOTO CDNTiOL NSTALLED. 11/T KA 2. CONTACT UTILITY TO COORLYNATE IN'sTALlATION-GW SMITH•ONCOR x0XVB0wuKp1TE0,1 c ELECTRIC DELIVERY,817/558-6007. CAME TOTALS 4915 X05PNXE a/uA'M 0 CoNouITOUANTRIES(I2) a1/PTRFNLTI= 16E5 rTHTxCH=NA KATRI4XA s 1.214•BORE= NA 2-MME= NA 'itTJl 0 EXHIBIT C - STREET LIGHTS ----------------------------------------------------------------------------------------------- ----------- -------- ------------------------- EDWARDS RANCH OWNER/DEVELOPER: 11M PELOTON 0 NORTH 2001 RIVERHILLS CASSCO DEVELOPEMENT I III LAND SOLUTIONS COMPANY 5751 KROGER DRIVE PHASE M 4200 SOUH HULEN STREET KELSUITE 7 FORT WORTH,TEXAS 76102 PHONE:8,TXTX 76244 244 GRAPHIC SCALE DATE:AUGUST,2015 PHONE:817-562-3350 R 11 11 11 II II 11 - ------------- _ o o ❑ a a BENT E � l o -� � 1 ❑ ❑� J o I 0 0 C ❑ , El E] a ❑ ❑ Elo NIGHT SAGE LANE o < m 1 I El El o I I ❑ o II El 11HUNTLY DRIVE Q�o 0 I El Il 00 ❑11 ❑ ❑ 1 El e_ -- ---- -- ---� o - LEGEND PROPOSED STREET NAME SIGNS EXIST STREET NAME SIGNS EXHIBIT C1 - STREET NAME SIGNS ---------------------------------------------------------------------------------------------------------------------------------------------- IT EDWARDS RANCH OWNER/ DEVELOPER: li!II PELOTON 0 NORTH 200' RIVERHILLS CASSCO DEVELOPEMENT IIIiI LAHU �oLUTIGH3 COMPANY 5751 KROGER DRIVE PHASE 3B KEL 4200 SOUH HULEN STREET SUI TE 1 FORT WORTH,TEXAS 76102 PHONE:8, TXTX 76244 GRAPHIC SCALE DATE:AUGUST,2015 PHONE:817-562-3350 00 42 43 PROPOSAL FORM Page 1 of2 ENGINEERS ESTIMATE CFA APPLICATION Project Item Information Bidder's Proposal Bid List Descri tion Specification Unit of Bid Item List P Section Noo. I . Measure Quantity Unit Price Bid Value WATERIMPROVEMENTS 3311.0261 8"PVC Water Pipe 33 11 12 LF 677 32.00 $21,664.00 3312.3003 8"Gate Valve _ 33 1220 EA 1 1,100.00 $1,100.00 3311.0561 16"PVC C905 Water Pipe 33 11 12 LF 1,319 62.00 $81,778.00 3312.0001 Fire Hydrant 33 1240 EA 2 4,000.00 $8,000.00 3311.0001 Ductile Iron Water Fittings with Restraint 33 It 11 TON__ 3.1 5,000.00 _ $15,500.00 3312.2003 1"Water Service 33 12 10 EA 42 950.00 $39,900.00 3312.2103 1 1/2"Water Service 33 1210 EA I 1,500.00 $1,500.00 3312.6002 4"Blow Off Valve 33 1260 EA 1 4,500.00 $4,500.00 3312.0117 Connection to Existing 4"-12"Water Main 33 1225 EA 1 600.00 $600.00 3312.0106 Connection to Existing 16"Water Main 33 1225 EA 2 2,000.00 $4,000.00 3305.0109 Trench Safety 3305 10 LF 1,996 1.00 $1996.00 TOTAL WATER IMPROVEMENTS $180,538.001 SANITARY SEWER IMPROVEMENTS 3331.4115 8"Sewer Pipe 33 11 10 LF 2,555 40.00 $102,200.00 3331.4116 8"Sewer Pipe,CSS Backfill 33 1110 LF 240 68.00 $16,320.00 3331.4208 12"Sewer Pipe 33 11 10 LF 17 125.00 $2,125.00 3305.0113 Clay Dam 3305 15 EA 7 500.00 $3,500.00 3339.1001 4'Manhole 33 39 20 EA 13 2,800.00 $36,400.00 333_9.100_2 4'Drop Manhole 33 39 10 EA 3 4,000.00 $12,000.00 3339.1003 T Extra Depth Manhole 3339 10 VF 92 165.00 $15,180.00 3339.0001 Epoxy Manhole Liner 33 39 60 VF 108 175.00 $18,900.00 3301.0101 Manhole Vacuum Testing 33 01 30 EA 16 100.00 $1,600.00 3331.3101 4"Sewer Service 33 31 50 EA 42 650.00 $27,300.00 9999.0000 Remove Cap and Connect to Existing 12"SS Line 00 00 00 EA 1 1,000.00 $1,000.00 3305.0109 Trench Safety 33 05 10 LF 2,812 3.00 $8,436.00 3301.0002 Post-CCTV Inspection 3301 31 LF 2,812 3.00 $8,436.00 TOTAL SANITARY SEWER IMPROVEMENTS $253,397.00 STORM DRAIN IMPROVEMENTS 3341.0103 21"RCP,Class I1I 3341 10 LF 176 45.00 $7,920.00 3341.0205 24"RCP,Class III 3341 10 LF 235 50.00 _$11,750.00 3341.0208 27"RCP,Class III 33 41 10 LF 249 56.00 $13,944.00 3341.0309 36"RCP,Class III 33 41 10 LF 59 80.00 $4,720.00 3341.0312 39"RCP,Class III 334110 LF 83 92.00 $7 636.00 3339.1001 4'Manhole 33 39 10 EA 1 3,800.00 $3 800.00 3339.1101 5'Manhole 33 39 10 EA 1 4,500.00 $4,500.00 3301.0101 Manhole Vacuum Testing 33 01 30 EA 2 200.00 $400.00 3349.5001 10'Std Curb Inlet 33 49 20 EA 8 2,200.00 $17,600.00 3137.0102 Large Stone Riprap,dry 31 37 00 Sy 19 85.00 $1,615.00 3349.1008 39"Flared Headwall,1 Pipe(TxDOT CH-FW-O) 33 49 40 EA 1 3,000.00 $3,000.00 3305.0109 Trench Safety 33 05 10 LF 802 2.00 $1,604.00 TOTAL STORM DRAIN IMPROVEMENTS $78A89.00 Edwards Rmrch Riverhills Plmse 3B 00 42 43 PROPOSAL FORM Page 2 of 2 PAVING IMPROVEMENTS 3213.0102 T'Concrete Pavement 32 13 13 SY 7,095 38.00 $269,610.00 3211.0501 6"Lime Treatment 32 1129 SY 7,621 3.00 $22,863.00 3211.0400 Hydrated Lime(30#/SY 29'B-B) 321129 TON 114 175.00 $19,950.00 3216.0101 6"Concrete Curb and Gutter 32 16 13_ LF 4,730 ___ 1.00 $4,730.00 3213.0506 Barrer Free Ramp,Type P-1 32 1320 EA 2 1,200.00 $2,400.00 3213.0301 4"Concrete Sidewalk 32 1320 SF 21,285 3.00 $63,855.00 0241.0900 lRemove Miscellaneous Concrete Structure(Existing Barricade) A 024 13 1 EA 3 1,000.00 $3,000.00 0241.0800 1 Remove Rip Rap 0241 13 SF 1,890 2.00 $3,780.00 0241.0402 lRernove Asphalt Drive 0241 13 SF 10,602 1.00 $10,602.00 $400,790.00 STREET LIGHTING IMPROVEMENTS 3441.1409 NO 8 Insulated Electrical Conduit 3441 10 LF 4,815 4.00 $19,260.00 3441.3303 Roadway Illumination Foundation Type 7 34 41 20 EA 9 1,600.00 $14,400.00 3441.3103 10OW MH PC Lighting Fixture 34 41 20 EA 9 950.00 $8,550.00 3441.1501 Ground Box,Small,w/Lid 3441 10 EA 6 600.00 $3,600.00 2605.3001 1 1/4"Conduit PVC Schedule 80(T) 26 05 33 LF 1,605 12.00 $19,260.00 TOTAL STREET LIGHTING IMPROVEMENTS $65,070.001 BID SUMMARY Water Improvements $180,538.00 Sanitary Sewer Improvements _ $253,397.00 Storm Drain Improvements $78,489.00 Paving Improvements $400,790.00 Street Lighting Improvements $65,070.00 Total Base Bid $978,284.00 DIFFERENCE BETWEEN 16"WATERLINE AND 8"WATERLINE(CITY PARTICIPATION) 3311.0561 16"PVC C905 Water Pipe,Difference Between 16"&8"Water Pipe 33 11 12 LF 1,319 26.75 $35,283.25 3311.0001 Ductile Iron Water Fittings with Restraint 33 11 11 TON 0.1 4,349.87 $434.99 3312.6002 4"Blow Off Valve 33 1260 EA 1 4,500.00 $4,500.00 3305.0109 Trench Safety 3305 10 LF 1,319 0.50 $659.50 3312.0106 Connection to Existing 16"Water Main 33 1225 EA 2 1,000.00 $2,000.00 TOTAL CITY PARTICIPATION COST $42,877.74 E,Aw,d,Rand,Ri-hill,Ph-3B M&C Review Page 1 of 2 Official site of the City of Fort Worth,Texas CITY COUNCILAGENDA F{,)RT WOPiI`I_) COUNCIL ACTION: Approved on 1/12/2016 - Ordinance No. 22027-01-2016 REFERENCE06EDWARDS RANCH DATE: 1/12/2016 NO.: **C-27583 LOG NAME: RIVERHILLS PH 3 (DOE 7078) CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of a Community Facilities Agreement with Riverhills Development Co, LLC, with City Participation in an Amount Not to Exceed $55,742.00 for Oversizing of an Eight-Inch Water Main to Sixteen-Inch Water Main Located in the Edwards Ranch Riverhills Addition to Serve the Edwards Ranch Riverhills Addition and Surrounding Areas and Adopt Appropriation Ordinance (COUNCIL DISTRICT 3) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects fund in the amount of$55,742.00 from available funds; and 2. Authorize the execution of a Community Facilities Agreement with Riverhills Development Co., LLC, with the City participating in the cost for upsizing of an 8-inch water main to a 16-inch water main in an amount not to exceed $55,742.00, to serve the Edwards Ranch Riverhills Addition and surrounding areas. DISCUSSION: Edwards Ranch Riverhills Phase 3B, a development located in Fort Worth, requires only an 8-inch water main to serve its site. The City of Fort Worth is cost participating in the oversizing of the water main to serve anticipated future growth in the surrounding area. The City of Fort Worth's cost participation in the construction of said water main is estimated to be $55,742.00 (Participation), as shown in the table below. Item Developer Cost Ci Cost Total Cost Water Construction Cost $ 49,220.00 $ 42,877.00 $ 92,097.00 Contingency(25 percent) $ 12,305.00 $ 10,721.00 $ 23,026.00 Construction Subtotal $ 61,525.00 $ 53,598.00 $ 115,123.00 Water Inspection Cost 2percent) $ 1,230.00 $ 1,072.00 $ 2,302.00 Material Testing Cost(2percent) $ 1,230.00 $ 1,072.00 $ 2,302.00 Total Project Cost $ 63,985.00 $ 55,742.00 $ 119,727.00 *All amounts rounded for presentation The reimbursement of the participation, excluding inspection and material testing fees, is not a lump-sum amount may be less than the stated amount depending upon the actual quantities and unit prices from the Notice of Final Completion Package, commonly referred to as the greensheet package. This development is located COUNCIL DISTRICT 3. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon adoption of the attached appropriation ordinance funds are available in the current capital budget, as appropriated, of the Water Capital Projects Fund. TO Fund Department Account Project Program Activity Budget Reference# Amount T Year _(Chartfield 2) http://apps.cfwnet.org/council_packet/me—review.asp?ID=21840&councildate=1/12/2016 01/22/2016 M&C Review Page 2 of 2 1) 59601 0600430 ; 4905420 CO2196_ C0148_3 2016 $53,598.00 1 59601 0600430 i 4905420 CO2196 ¢ _ C01484 2016 _ $1,072.00 1 59601 0600430 4905420__IL CO2196 C01484 2016 $1,072.00 FROM Fund Department i Account Project Program Activity Budget Reference# Amount _ ID ID Year (Chartfield2J_ 2 59601 ^0600430 5310101 CO2196 C01483 2016 $53,598.00 2 59601 0600430 5330500 CO2196 C01484 2016 $1,072.00 2 59601 0600430 5330500 CO2196 C01485 2016 11,072.00 Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: Randle Harwood (6101) Additional Information Contact: Julie Westerman (2677) ------------ ATTACHMENTS AO 06EDWARDS RANCH RIVERHILLS PH 3 (DOE 7078).docx Form 1295 (06EDWARDS) Riverhills Phase IIIB.pdf Vicinity Map for Water Participation - Edwards Ranch Riverhills 313 - CO2196.pdf http://apps.cfwnet.org/council_packet/mc review.asp?ID=21840&councildate=1/12/2016 01/22/2016 BUSINESS ORGANIZATIONS INQUIRY- VIEW ENTITY Page 1 of 1 TEXAS SECRETARY of STATE CARLOS H. CASCOS UCC I Business Organizations I Trademarks I Notary I Account I Helps/Fees I Briefcase I Lo out BUSINESS ORGANIZATIONS INQUIRY-VIEW ENTITY Filing Number: 802116917 Entity Type: Domestic Limited Liability Company (LLC) Original Date of Filing: December 11, 2014 Entity Status: In existence Formation Date: N/A Tax ID: 32055879582 FEIN: Duration: Perpetual Name: Riverhills Development Co., LLC Address: 4200 SOUTH HULEN ST, STE 614 FORT WORTH, TX 76109 USA REGISTERED ASSOCIATED AGENT FILING HISTORY NAMES MANAGEMENT ASSUMED NAMES ENTITIES Last Update Name Title Address October 27,2015 CRAWFORD H EDWARDS MANAGER 4200 SOUTH HULEN ST,STE 614 FORT WORTH,TX 76109 USA October 27,2015 PAXTON E MOTHERAL MANAGER 4200 SOUTH HULEN ST,STE 614 FORT WORTH,TX 76109 USA Order Return to Search Instructions: IJ To place an order for additional information about a filing press the 'Order' button. littps://direct.sos.state.tx.us/corp_inquiry/coip_inquiry-entity.asp?spage=mgmt&:Spagefr... 01/22/2016 CERTIFICATE OF INTERESTED PARTIES FORM 1295 lofl Complete Nos.i-A and 6 itthere are interested parties. OFFICE USE ONLY Complete Nos,L 2,3,5,and 6 If there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number. of business. 2016-1249 Riverhills Development Co.,LLC Fort Worth,TX United States Date Filed: 2 Name of governmentd entity or state agency that Is a party to the contract for which the form Is 01/05/2016 being filed. City of Fort Worth Date Acknowledged: 3 Provide the Identification number used by the governmental entity or state agency to trek or Identify the contract,and provide a description of the goods or services to be provided under the contract. CFA 2015-075 FP-013-055 Single FwnAy Residential Subdivision Infrastructure 4 Nature of interest(check applicable) Name of Interested Party City,State,Country(place of business) Controlling intermediary Comber Construction Fort Worth,TX United States X Peloton Land Solutions Fort Words,TX United States X Brundrette Development Services Fort Worth,TX United States X Edwards,Crawford Fort Worth,TX United States X Motheral,Paxton Fort Worth,TX United States X 5 Check only If there is NO Interested Party. ❑ 6JDAJffm� Iswear,or affirm,underen p airy of perjury,that the above disclosure is true and correct ig far.alwfo� kfrCmm Wks 114-MIS . authorized agent of contrilcting business enmity AFFIX NOTARY STAMP/SEAL ABOVE /� l ...•-�- Sworn to and subscribed before me,by the said4Y �sQ�\ this the is day of 20-UO ,to certify which,witness my hand and seal of office. nasae of oicer Primed name of officer oath Title of officer admilmAkeling oadr Forms pravidled by Texas Ethics Commission %%W.ethics.state.tx.us Version V1.0.335%