Loading...
HomeMy WebLinkAboutContract 47652 CITY SECRETARY CONTRACT N0.=L. Developer and Project Information Cover Sheet: Developer Company Name: DR Horton-Texas LTD Address, State,Zip Code: 6751 North Freeway,Fort Worth TX 76131 Phone&Email: 817-230-0800,mpallen@drhorton.com Authorized Signatory,Title: Randy Horton,Assistant Vice President Project Name and Brief Tehama Bluffs Ph.2 Description: Project Location: North of Heritage Trace Pkwy.!West of I-35 Plat Case Number: FP-15-091 Plat Name: Tehama Bluffs Mapsco: 21T Council District: 7 City Project Number: 100046 CFA Number: 2016-022 DOE Number: NA To be completed by aff.• Received by: Date: �D M OFFICIAL RECORD �� w City of Fort Worth,Texas CITY SECRETARY un Standard CommunityFacilities Agreement ` CFA Official Release Date: 07.30.2015 F't'.WORTH'Tx a v Page 1 of 11 N STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, DR Horton - Texas LTD, ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto("Improvements")related to a project generally described as Tehama Bluffs Ph.2 ("Project") within the City or the extraterritorial jurisdiction of Fort Worth,Texas("City"); and WHEREAS, the City has no obligation to participate in the cost of the Improvements or Project; and WHEREAS,any future City participation in this CFA is subject to the availability of City funds and approval by the Fort Worth City Council and shall be memorialized as an amendment to this Agreement; 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. 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 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) City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date:07.30.2015 Page 2 of 11 to submit a signed affidavit of bills paid 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 this contract. C. Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City-approved construction plans, specifications and cost estimates provided for the Project and the exhibits attached hereto. D. The following checked exhibits describe the Improvements and are incorporated herein: Water(A)I@, Sewer(A-1) Z, Paving(B)0, Storm Drain(B-1)0, Street Lights & Signs (C) Z. E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section II,paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section Il, 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. 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. City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date:07.30.2015 Page 3 of 11 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 in order 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. 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 of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 4 of 11 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, its contractors, subcontractors, officers, agents or employees, or in consequence of any failure to properly safeguard the work, or on account of any act, intentional or otherwise, neglect or misconduct of said Developer, its 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 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. City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 5 of 11 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: 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. P. COMPLETION WITHIN 2 YEARS i. Developer shall complete the Improvements 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 additional year. ii. Nothing contained herein is intended to limit the Developer's obligations under the Policy, this Agreement, its financial guarantee, its agreement with its contractor or other related agreements. iii. 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. iv. The City may utilize the Developer's financial guarantee to cause the completion of the construction of the Improvements or to cause the payment of costs for City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 6 of 11 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. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 7 of 11 Cost Summary Sheet Project Name: Tehama Bluffs Ph.2 CFA No.: 2016-022 DOE No.: 100046 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 $ 170,225.80 2.Sewer Construction $ 160,794.80 Water and Sewer Construction Total $ 331,020.60 B. TPW Construction 1.Street $ 479,613.40 2.Storm Drain $ 44,872.00 3.Street Lights Installed by Developer $ 83,776.08 4. Signals $ - TPW Construction Cost Total $ 608,261.48 Total Construction Cost(excluding the fees): $ 939,282.08 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 6,620.41 D. Water/Sewer Material Testing Fee(2%) $ 6,620.41 Sub-Total for Water Construction Fees $ 13,240.82 E. TPW Inspection Fee(4%) $ 20,979.42 F. TPW Material Testing(2%) $ 10,489.71 G. Street Light Inspsection Cost $ 3,351.04 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ Sub-Total for TPW Construction Fees $ 34,820.17 Total Construction Fees: $ 48,060.99 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 939,282.08 x Completion Agreement=100%/Holds Plat $ 939,282.08 Cash Escrow Water/Sanitary Sewer=125% $ 413 775.75 Cash Escrow Paving/Storm Drain=125% $ 760,326.85 Letter of Credit=125%w/2yr expiration period $ 1,174,102.60 City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date:07.30.2015 Page 8 of 11 ACCORDINGLY,the City of Fort Worth and Developer have each caused this instrument to be executed in quadruplicate in each entity's respective name by its duly authorized signatories effective as of the date executed by the City's City Manager or his/her designee. CITY OF FORT WORTH DEVELOPER D.R.Horton-Texas LTD, A Texas Limited Partnership by: D.R.Horton Inc., A Delaware Corporation, Jesus J. Chapa Its Authorized Agent Assistant City Manager Date: r Recommended by: Name: Randy Horton Title: Assistant Vice President Date: 3- is-- 201(v Wendy Chi- bulal, EMBA, P.E. ATTEST: (Only if required by Developer) Development Engineering Manager Water Department Stdnature (..' (. Name: Douglas . Wiersig, P.E. Director Transportation&Public Works Department Approved as to Form &Legality: • ATTEST: Dauglao-W.-13jeelf TUc.%w& A- McGew jw^ Assistant City Attorney M&C No. WA Mary J. � �014�► Date: 4&h tt City Se t 'Fow, X155 NIA City of Fort Worth,Texas AS Standard Community Facilities Agreement OFFICIAL RECORD CFA Official Release Date:07.30.2015 CITY SECRETARY Page 9 of 11 FT.WORTH,TX Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment ® Attachment 1 -Changes to Standard Community Facilities Agreement Location Map lSl Exhibit A: Water Improvments Water Cost Estimate Exhibit A-1: Sewer Improvements Sewer Cost Estimate Exhibit B: Paving Improvements Paving Cost Estimate ® 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 CFA Official Release Date: 07.30.2015 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 100046 None City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release mate: 07.300.2015 Page 11 of 11 z KELL ICKS 02 = TRI E 156 SITE �— HERITAGE CE PKW ac z z = 35W w 0 O J O 81 J 156 N TARRA T PKWY HARMON 287 k • BA S O a C N.T.& JOB NO. 61038-00 DATE FEBRUARY 2016 TEHAMA BLUFFS PHASE 2 PAP&D1AWSON DESIGNER EAP ENGINEERS pf CHECKED XXX DRAw»XXX swir FORT WORTH, TEXAS .: SHEET 1 of 1 VICINITY MAP W, ON=Or„U,,,Kb„m„M,,.,,O,,MjM M D A UT-3 Mu•'MKU;m�mm hot`= x ru,"AM, ,&,EVPM,�4.r[u MT,a hrt.nrU.'4Pr LLTDUS K%,,•L�r,,n ob).,gO hl Ara gx - --� � - 00000000 29 30 3132 � 33 134 35 i 3611317 �j C IS OG Cl1 0000000 `\ I 28 27 26 25 l 19 18 18 \ i 20 17 17 4 21 16 16 I ( i 21 22 23 24 O SE )CT 22 15 I 15 23 14 1 14 I I 24 13 #' 13 i 18 1 25 12 w 12 17 }, 20 19 26 11 ra 11 16 t — 1 27 10 I 10 I 12 13 14 150 28 9 I 9 i- / WHI CLIFFCIP9 8 8 30 7 I 7 31 6 6 11 10 9 —7 32 5 5 6 33 4 4 ('- I � i t 5 34 3 3 / 1 1 l 1 ' 2 3 4 ALD MOI JNTA N RD _ —— — — —BALD MOUNTAIN ROAD 31 30 29 I -1 II I f PiIaE 1— II IL— — �� � LEGEND PROPOSED WATER LINE SCALE: 1"=200' ' PROPOSED GATE VALVE 104 400' 0' 100' 200' a PROPOSED FIRE HYDRANT JOB NO. 61038-00 TEHAMA BLUFFS PHASE 2 PAPE-DAWSON r DATE FEBRUARY 2016 DESIGNER EAPFORT WORTH, TEXAS ri ENGINEERS V4 CHECKED XXX DRAWN XXX L sires 5EMV7 r sr.I fray KW?K MW;9102 1 R W� �n SHEET 1 of 1 EXHIBIT A - WATER ,fY0#WM v PW=fiW VMMMFiS11E�W=W0 no w mow W4 om P=%=IYk mmw%vr w Two m"i mmm fta'm 1 ALY w W wr'm r.&fffflM0 kBW Mr Old u rm WAMI-'M WZ"m 1[tYaMW"MW W61ft r V[ — \ �I � 000Q000 29 3031 32 33 34 35 36 37 C IS OG CT I� I 0 0 0 0 0 0 0 II 28 27 26 25 19 18 18 \� y 20 17 17 I � 21 16 16 I ' 21 22 23 24 I IIGOC SE LAKE CT 22 15 a I 15 23 14 a 14 8' ss 24 13 13 18 17 25 12 12 J 20 19 26 11 .a 11 I27 10 � 10 ( W I 12 13 14 151 28 9 9 R1 ' WHIT CL C7129 8 8 I 30 7 7 8 S 8 31 6 6 i = 11 10 9 7 32 5 5 k 6 33 4 4 5 34 3 3 l� 1 2 3 4 II II - -I-- II ilk — —I \` ALD O A RD — _ -- - -- ----- —BALD MOUNTAIN ROAD \ 31 30 29 III II PHA� II /-- - - ------ iE I— LEGEND SCALE: 1"=200' PROPOSED SANITARY SEWER LINE 400' o' 100' 200' ti PROPOSED SANITARY MANHOLE zs EXISTING SANITARY SEWER LINE — — '^ JOB N0. 61038-00 TEHAMA BLUFFS PHASE 2 PAP&nAWSON DATE FEBRUARY 2016 DESIGNER EAP FORT WORTH, TEXAS ENGINEERS .`. Cpf HECKED XXX DRAM XXX & jw SElEM1X Sr I tart MOIrM was 7CI02 I RX M76M.W.W9 1 of 1 EXHIBIT Al - SEWERMir SHEET icw now ar ru°rebawv'°v'sa's nr aasnumaw IF no {,'pq�yl w+,.��PGipgp i�Y��44L INiT'�'B[p 9�J�111.Rf9/�S9 f.r['�Nl.a!1G YFxrY;ili lLIRIYlx rr 14�G "!i plr P`4L kIC(fl�YhIW1S iF_+f�'4 11F!'G9R1Yi'Y l Y3w�1C i6V=9..t \ I PROPOSED \ I CONCRETE PAVEMENT — • - — • 17 T + o 0 0 0 0 0 0 0 \ 29 3 31 ` 32 33 34 35 36 3 PROPOSED r\ I CALISTOGA CT RAMP I ( 28 27 i 26 19 18 18 — — i -- PROPOsED' 25 LLLLLL 20 17 17 RAMP CC �._ 21 16 16 L2OO 1 i 22 23 i 24 fSE LAKE�CT 22 15 15 -t r. �_.•__ 23 14 14 PROPOSED CONCRETE 18 24 13 ( 13 -49 4 PAVEMENT PR OSEb --- 25 12 I 12 RAktP 1 17 _ r 1 / 20 19 _ 26 11-.4 3+ 11 16 .__ 27 10 ' 10 g I 12 I 13 14 ' 150 28 9 9 CLIFF CT 29 8 8 _ 30 7 j 7 I OPOSED i 31 6 6 I � ' RMP 111 i 10 9 7 } 32 5 5 6 33 4 4 f 5 34 3 3 I 1 4 2 3 4 — \\\ \ ALD MOI NTAIN RD — a 1 PR OSEb 1 BALD MOUNTAIN ROAD \ \ 3130 29 II II+ ---IL— PROPOSED \ \\_ �I IIt(�_PRASE 1 CONCRETE PAVEMENT tr LEGEND PROPOSED SIDEWALK BY HOMEBUILDER I?__'•`.::._'.��` PROPOSED SIDEWALK BY DEVELOPER SCALE: 1"=200' r PROPOSED PAVEMENT 400' o' 100' 200' min JOB NO. 61038-00 TEHAMA BLUFFS PHASE 2 PAPE-DAWSON a DATE FEBRUARY 2016 ENGINEERS DESIGNER EAP FORT WORTH, TEXAS raj I g g CHECKED XXX DRAWN XXX qsm f gIIXM ST. iGrtT NORM MU7st0Y I FMn117.Q�T0. lY EXHIBIT B -PAVEMENT w"mmvff rRav om eAmm mRm IN�rRnwol Ab SHEET 1 of 1 m mw xts m-mwm rrr>.w.vw wr Z TPA wee?immUlm9nWye 1 AM Wr MA ift M17Ofth?RHW OLr MV 9N FeW jw%m&S KAft I[M�Wr j� MCMT*+��x \ I 00000000 t 29 30 31 32 33 !34 35 36 37 C S OG4 CT CON I [28 27 26 25 19 18 18 FLUh E I I 20 17 17 � I 21 16 16 I24' RCP I I O SE 23 CT I I 22 15 15 RETAI►IING 23 14 I 14 WALL I _ 18 24 13 13 1 25 12 12 17 20 19 26 11 .1 11 16 / 27 10 I 10 W 12 13 14 156 I 28 9 9 / WHI CL Cl29 8 8 CONCI ETE FLUME r� — 30 7 7 CURB INLET II 8 31 6 l I 11 10 9 7 v 32 :: A A 5 5 1 1 6 N 33 4 4 5 34 3 3 l1 2 3 a - - \ ALD MO N RD — —I—— BALD MOUNTAIN ROAD CONCRETE \ 31 30 29 117 FLUME II II! PHASE 1 � I{�- - \\ N SCALE: 1"=200' 400' 0' 100' 200' a �a !o JOB NO. 61038-00 TEHAMA BLUFFS PHASE 2 PAPE-DAWSON 2 DATE FEBRUARY 2016 „ DESIGNER EAP FORT WORTH, TEXAS rai ENGINEERS 6� CHECKED XXX DRAWNXXX w f RlM ST I fCMT ffaEM W=M102 I mid R� 1 of 1 EXHIBIT B1 - STORM p SHEET rnus 8mo a nrevmram trmw®a nsr fEiSIRAl171 0 n° 8� M=”wd fD Miles f m wirer rw mW A"yFW"USffift*LV Mt MAI WE M 4010m t kum May ftT 6f ft� Mmlr vatic bf umkLrmn=�m ftw x a \ I - � 00000000 16— 29 30 31 32 33 34 35 36 137 C IS OG CT `\ 1 28 27 26 25 19 18 18 20 17 17 � I 21 16 16 I 1 21 22 23 24 111 15 15 1 O SE CT 23 14 I 14 I I24 13 13 17 18 I 1 25 12 12 20 19 26 11 a 11 16 Q 27 10 1 10 W 12 13 14 150 ( 28 9 9 Pq CL C 29 8 8 30 7 7 � 7 f LL) x 8 31 6 6 IfI I I I 11 10 9 7 1 I� 32 5 5 - i 11 - 6 33 P NT 4 4 RHC 5 34 3 3 1 23 4 ALUMO RD _ BALD MOUNTAIN ROAD STREET T 31 30 29 TYP.) II II+ PHASE I Al IIL - - SCALE: 1"=200' 400' 0' 100• 200' JOB N0. 61038-00 p DATE FEBRUARY 2016 TEHAMA BLUFFS PHASE 2 PAPE-DAWSON DESIGNER EAP r1i ENGINEERS FORT WORTH, TEXAS B CHECKED XXX DRAMM XXX aoo YAW MMM Sr.11Wr wwne MW 76102 I��7.xi y UMM SHEET 1 of 1 EXHIBIT G - STREET LIGHTS �" =a mw a,mwm=k mommawm,a,,.m K=UP*5®11117A m ME w1km trl'ms FW*WW MMM9 acc arg Y AM W!I"m!1lYdMAT&On, dT a%T 4r mi womw�Lwu 1L.0c M MmTW]EIYINL MUM he!x T- —S - � 00000000 SIGN 29 30 31 32 33 34 35 36 37 CO IS OG CT TREET NAME 28 27 26 25 19 18 18 20 17 17 21 22 23 24 21 16 16 SE CT 2215 15 23 14 I 14 24 13 13 18 P; 17 25 12 12 20 19 26 11 1 11 16 27 10 I 10 12 13 14 15� 28 9 9 CL C 29 8 8 30 7 7 31 6 6 11 10 9 32 5 I 5 33 14 I 4 5 34 3 [ 3 1 2 ALD MO1 Z Z Z Z Z BALD MOUNTAIN ROAD 31 30 29 III PHASE I SCALE: 1"=200' 400, o' 100' 200' JOB N0. 61038-00 DATE FEBRUARY 2016 TEHAMA BLUFFS PHASE 2 PAPE-DAWSON 7 DESIGNER EAP FORT WORTH, TEXAS r ENGINEERS CHECKED XXX DRAM XXX ovsrsEw"ST.I m"MRIK mm mcz MIX ;N;.MXM SHEET 1 of 1 EXHIBIT Cl - STREET NAME SIGNS MW MW W MW�VW�fM IMMMUN f 81;'M bd hIkEw x�a ppp pomm RM 1047PL%T WA we JOAN XRWOM mmmLt AND wT WA oft Fmwm%l klm RLY la"ON q"WAMPT Wme�s m�1w owkum QIRIk�f1171l[40 SAL WATER IMPROVEMENTS SHEET NO. ITEM TOTAL UNIT PRICE ITEM TOTAL COST ITEM NO. BID ITEM UNIT 3 5 6 1 9"PVC Water Pipe L . 1127 1971 3098 $20.00 $61,960.00 2 PoreHydrant EA. 3 3 6 $3,800.00 $22,800.00 i Ductile loan Water Fittings of Restraints TON 0.45 0.89 1.34 $3,900.00 $5,226.00 4 ContecttontoExisting l"-12"Water Main EA. 3 3 $700.00 $2,100.00 5 1"Water Service EA. 89 89 $710.00 $63,190.00 r, x"Gate Vahew/B..s jEA 1 4 8 12 $1,220.00 $14,640.00 7 TrcnchSafcty LF 1127 19711 3098 $0.10 $309.80 UNIT TOTAL $170,225.80 SEWERIMPROVEMENTS SHEET NO. ITEM TOTAL UNIT PRICE ITEM TOTAL COST ITEM NO. BID ITEM UNIT 4 7 8 9 10 11 1 x"PVC Sewer Pipe L F 351 758 574 477 442 2602 $25.00 $65,050.00 2 8"PVC Scw'crPipe,CSS Backfill L 20 20 20 60 $35.00 $2,100.00 a 4'Manhole EA. 3 2 2 3 2 12 $2,350.00 $28,200.00 4 a"ScwerSanlcc EA. 88 88 $560.00 $49,280.00 5 Trench Water Stops L . 2 1 1 1 5 $250.00 $1,250.00 b ManlwleVacmnwTcseng EA 3 2 2 3 2 12 $110.00 $1,320.00 7 Past-CCTV Inspection LF 351 758 574 477 442 2602 $1.40 $3,642.80 x Tre.],Sfe"r LF 351 758 574 477 442 2602 $1.00 $2,602.00 'i Matd..IeAdlusln—l.Major EA. 1 1 $1,500.00 $1,500.00 In E v Manhole Litter V F 5 13 121 30 $195.00 $5,850.00 UNIT TOTAL $160,794.80 PAVING IMPROVEMENTS SHEET NO. ITEM TOTAL UNIT PRICE ITEM TOTAL COST ITEM NO. BID ITEM UNIT 25 26 27 281 29 301 31 l 6"Concrete Pavement S.Y. 2332 1371 19101 2097 2365 1319 11394 $33.65 $383,408.10 2 6"Lime Stabilized Subgmde S . 2582 1506 2069 2278 2573 1433 12441 $2.30 $28,614.30 3 Hvdmted Lime(30 @s/sy) TON 39 0 23 31 34 39 21 187 $150.00 $28,050.00 4 18"SawcutExisting Asphalt L.F. 79 79 $16.00 $1,264.00 s 1"Sidewalk S.Y. 161 123 36 23 343 $39.00 $13,377.00 e BamerFree Ram,Type R-I EA 2 6 2 10 $1,750.00 $17,500.00 Barrier Free Ram,Tv M-1 EA, 1 31 4 $1,850.00 $7,400.00 UNIT TOTAL $479,613.40 DRAINAGE IMPROVEMENTS SHEET NO. ITEM TOTAL UNIT PRICE ITEM TOTAL COST ITEM NO. BID ITEM UNIT 28 29 30 31 39 40 I 24"RCP,Class III L 156 248 404 $48.00 $19,392.00 2 Remove 4'Dmp Inlet EA 1 1 2 $900.00 $1,800.00 t 10'Cmb Inlet I EA. 1 2 3 $3,400,00 $10,200.00 4 Medium Rock Rip-Rap S.Y. 5 5 17 17 44 $70.00 $3,080.00 5 Conentenumes EA. 1 1 1 I 4 $2,600.00 $10,400.00 UNIT TOTAL i $44,872.00 STREET LIGHT IMPROVEMENTS --1 SHEET NO. ITEM TOTAL UNIT PRICE ITEM TOTAL COST ITEM N0. BID ITEM UNIT 43 1 Rdev Illum Assumbh TY 1.2,and a EA 16 16 $2,312.00 $36,992.00 2 Rd-Ilium Foundation TY 8.11,D-25 and D-311 EA 16 16 $1,140.00 $18,240.00 Ground Box Tvpe9 EA. 3 3 $512.00 $1,536.00 z"conal PVC Sch Nu L.F 2612 2612 $10.34 $27,008.08 UNIT TOTAL $83,776.08