Loading...
HomeMy WebLinkAboutContract 48282 � s 'IARY Z U��C�&` t ACT NO. - -- Developer and Project Information Cover Sheet: Developer Company Name: SPG Clearfork Member,Inc. Address, State,Zip Code: 225 W.Washington St.,Indianapolis,IN,46204 Phone&Email: 317-636-1600, CTappend@simon.com Authorized Signatory,Title: David J. Contis, Senior Executive Vice President Project Name and Brief The Shops at CLearfork Major Intersections Description: Project Location: Edwards Ranch Rd at Marathon Ave; Trailhead Bend Way and Gage Ave at Clearfork Main St. Plat Case Number: FP-11-011,FP- Plat Name: Edwards Ranch/Clearfork 12-016,FP-13- 054,FP-15-005 Mapsco: 75W Council District: 3 City Project Number: 100352 CFA Number: 2016-042 DOE Number: None To be com ed by staff Receive by: /Date: / OFFICIAL f` VC-ORM CITY SkG RETARY FT.WORTH, TX City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 1 of 11 STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, Clearfork Retail Venture, LLC--, ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as The Shops at Clearfork Major Intersections ("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: 10.07.2015 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-contractors) 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) ;FX;; Sewer (A-1) ❑;, Paving (B) 0, Storm Drain (B-1) ❑, Street Lights & Signs (C) El. 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 II, 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 City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 3 of 11 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 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. City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 4 of 11 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. 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 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. M. Developer will further require its contractors to indemnify, defend and hold harmless the City, its officers, agents and employees from and against any and all claims, suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from, or in any way connected with, the construction of the infrastructure contemplated herein, whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. Further, Developer will require its contractors to indemnify, and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 5 of 11 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: 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 City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 6 of 11 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 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 Conununity Facilities Agreement CFA Official Release Date: 10.07.2015 Page 7 of 11 Cost Summary Sheet Project Name: The Shops at Clearfork Major Intersections CFA No.: 2016-042 CP No.: 100352 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 Developers Cost A. Water and Sewer Construction 1. Water Construction $ 2,250.00 2.Sewer Construction $ - Water and Sewer Construction Total $ 2,250.00 B. TPW Construction 1.Street $ 70,068.50 2.Storm Drain $ - 3.Street Lights Installed by Developer $ - 4. Signals $ 250,007.25 TPW Construction Cost Total $ 320,075.75 Total Construction Cost(excluding the fees): $ 322,325.75 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 45.00 D. Water/Sewer Material Testing Fee(2%) $ 45.00 Sub-Total for Water Construction Fees $ 90.00 E. TPW Inspection Fee(4%) $ 2,802.74 F. TPW Material Testing(2%) $ 1,401.37 G. Street Light Inspsection Cost $ - H. Signals Inspection Cost $ 10,000.29 H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 14,204.40 Total Construction Fees: $ 14,294.40 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 322,325.75 x Completion Agreement=100%/Holds Plat $ 322,325.75 Cash Escrow Water/Sanitary Sewer=125% $ 2,812.50 Cash Escrow Paving/Storm Drain=125% $ 400,094.69 Letter of Credit=125%w/2 r expiration period $ 402,907.19 City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 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 Clearfork Retail Venture,LLC,a Delawrae limited liability company By: SPG Clearfork Member,LLC,a Delaware limited liability company,a Member and its Jesus J. Chapa Operating Manager AssistantCity Manager / Date: l b -,/���� � / 6� Recommended by: Name: David J lontis Title: Senior Executive Vice President Date: en Chi- bulal,EMBA,P.E. A j Developmen Engineering Manager 1171-�Water Department b"4 �jSignature �✓� Name: Douglas-6). Wiersig, P.E. Director Transportation&Public Works Department Approved as to Form &Legality ATTEST: ©� 000 o Richard A. McCracken 0- 0 Assistant City Attorney 000 f0000 M&C No. lJ/A , Mary J. s Date: I011Z11tc City Secretary City of Fort Worth,Texas FOFFICIAL RECORD Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 CRETARYPage 9 of 11 RTH, 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 D Location Map 0 Exhibit A: Water Improvments 0' Water Cost Estimate El Exhibit A-1: Sewer Improvements ❑' Sewer Cost Estimate 0 Exhibit B: Paving Improvements 0' Paving Cost Estimate El Exhibit B-1: Storm Drain Improvements ❑ Storm Drain Cost Estimate ❑' Exhibit C: Street Lights and Signs Improvements El 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: 10.07.2015 Page 10 of 11 ATTACHMENT"I" Changes to Standard Agreement Community Facilities Agreement City Project No. 100352 None City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 11 of 11 00 42 43 DAP-BID PROPOSAL Page 1 of3 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal BidlistDescription Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity WATERIMPROVEMENTS 1 13305.0111 Valve Box Adjustment 33 05 14 1 EA 1 3 1 $750.00 $2,250.00 TOTAL WATER IMPROVEMENTS $2,250.00 PAVING IMPROVEMENTS 1 3211.0502 8"Lime Treatment 32 11 29 Sy 114 $11.50 $1,311.00 2 3211.0400 Hydrated Lime 3211 29 TN 2.1 $52.00 $109.20 3 3213.0104 9"Conc Pvmt 32 13 13 Sy 123 $162.80 $20,024.40 4 3213.0301 4"Conc Sidewalk 32 13 20 SF 2402 $11.80 $28,343.60 5 3213.0506 Barrier Free Ramp,Type P-1 32 13 20 EA 7 $600.00 $4,200.00 6 3213.0503 Barrier Free Ramp,Type M-1 32 13 20 EA 2 $600.00 $1,200.00 7 3213.0504 Barrier Free Ramp,Type M-2 32 13 20 EA 1 $600.00 $600.00 8 3216.0101 6"Conc Curb and Gutter 32 16 13 LF 154 $4.45 $685.30 9 3217.0002 4"SLD Pvmt Marking HAS(Y) 33 16 13 LF 475 $3.50 $1,662.50 10 3217.0201 8"SLD Pvmt Marking HAS(W) 32 17 23 LF 150 $5.75 $862.50 11 3217.0501 24"SLD Pvmt Marking HAE(W) 32 17 23 LF 533 $15.00 $7,995.00 12 3217.1002 Lane Legend Arrow 32 17 23 EA 2 $375.00 $750.00 13 3217.1004 Lane Legend Only 32 17 23 EA 1 $375.00 $375.00 14 13217.2001 Raised Marker TY W 32 17 23 EA 104 $15.00 $1,560.00 15 13217.2104 REFL Raised Marker TY II-C-R 32 17 23 EA 26 $15.00 $390.00 TOTAL PAVING IMPROVEMENTS $70,068.50 CITY OF FORT NORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Foran Version September 1,2015 00 42 43_Bid Proposal 00 42 43 DAP-BID PROPOSAL Page 2 of 3 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal BidlistDescription Specificaton I Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity TRAFFIC SIGNAL IMPROVEMENTS 1 2605.0111 Furnish/Install Elec Sery Pedestal 26 05 00 EA 1 $7,500.00 $7,500.00 2 2605.3015 2"CONDT PVC SCH 80(T) 26 05 33 LF 1085 $12.00 $13,020.00 3 2605.3025 3"CONDT PVC SCH 80(T) 26 05 33 LF 150 $18.00 $2,700.00 4 2605.3026 3"CONDT PVC SCH 80(B) 26 05 33 LF 430 $22.00 $9,460.00 5 3441.1001 3-Sect Signal Head Assmbly 3441 10 EA 5 $850.00 $4,250.00 6 3441.1002 4-Sect Signal Head Assmbly 3441 10 EA 3 $985.00 $2,955.00 7 3441.1003 5-Sect Signal Head Assmbly 344110 EA 2 $1,120.00 $2,240.00 8 3441.1011 Ped Signal Head Assmbly 3441 10 EA 8 $700.00 $5,600.00 9 3441.1021 2"Ped Push BTN Station W/Sign 3441 10 EA 8 $1,250.00 $10,000.00 10 3441.1209 Furnish/Install BBU System EXT Mounted 3441 10 EA 1 $6,475.00 $6,475.00 11 3441.1215 Furnish/Install Hybrid Detection System 3441 10 EA 3 $8,100.00 $24,300.00 12 3441.1217 Furnish/Install Hybrid Detection Cable 3441 10 LF 495 $3.00 $1,485.00 13 3441.1222 Install Model 711 Preemption Detector 3441 10 EA 2 $3,589.00 $7,178.00 14 3441.1225 Install Preemption Cable 3441 10 LF 95 $1.45 $137.75 15 3441.1310 4/C 14 AWG Multi-Conductor Cable 3441 10 LF 80 $1.55 $124.00 16 3441.1311 5/C 14 AWG Multi-Conductor Cable 3441 10 LF 230 $1.95 $448.50 17 3441.1312 7/C 14 AWG Multi-Conductor Cable 3441 10 LF 235 $2.00 $470.00 18 3441.1314 10/C 14 AWG Multi-Conductor Cable 3441 10 LF 440 $3.00 $1,320.00 19 3441.1315 20/C 14 AWG Multi-Conductor Cable 3441 10 LF 580 $5.00 $2,900.00 20 3441.1322 3/C 14 AWG Multi-Conductor Cable 3441 10 LF 40 $1.35 $54.00 21 3441.1408 NO 6 Insulated Elec Condr 3441 10 LF 20 $1.75 $35.00 22 3441.1409 NO 8 Insulated Elec Condr 3441 10 LF 1300 $1.50 $1,950.00 23 3441.1413 NO 6 Bare Elec Condr SLD 3441 10 LF 10 $1.75 $17.50 24 3441.1414 NO 8 Bare Elec Condr 3441 10 LF 605 $1.501 $907.50 25 3441.1503 Ground Box Type D,w/Apron 3441 10 EA 4 $775.00 $3,100.00 26 3441.1504 Ground Box Type AS(TxDOT),w/Apron 3441 10 EA 9 $1,930.00 $17,370.00 27 3441.1603 Furnish/Install 10'-14'Ped Pole Assmbly 3441 10 EA 3 $800.00 $2,400.00 28 3441.1613 Furnish/Install Type 43 Signal Pole 3441 10 EA 4 $7,250.00 $29,000.00 29 3441.1624 Furnish/Install Mast Arm 40'-48' 3441 10 EA 4 $4,600.00 $18,400.00 30 3441.1701 TY 1 Signal Foundation 3441 10 EA 3 $1,350.00 $4,050.00 31 3441.1704 TY 4 Signal Foundation 3441 10 EA 4 $3,800.00 $15,200.00 32 3441.1715 Signal Cabinet Foundation-352i&BBU 3441 10 EA 1 $3,450.00 $3,450.00 33 3441.1725 Furnish/Install ATC 2070 Signal Controller 3441 10 EA 1 $5,845.00 $5,845.00 34 3441.1741 Furnish/Install 3521 Controller Cabinet Assembly 3441 10 EA 1 $16,615.00 $16,615.00 35 3441.4001 Furnish/Install Alum Sign Mast Arm Mount 3441 30 EA 9 $750.00 $6,750.00 36 3441.4003 Furnish/Install Alum Sign Ground Mount City Std. 3441 30 EA 6 $500.00 $3,000.00 37 3441.4004 Furnish/Install Alum Sign Ex.Pole Mount 3441 30 EA 1 $450.00 $450.00 38 3441.4006 Install Alum Sign Ground Mount 3441 30 EA 1 $350.00 $350.00 39 3471.0001 Traffic Control 3471 30 EA 2 $3,250.00 $6,500.00 40 99990001 Furnish/Install LED Luminaire(Type ATB2 00 00 00 EA 4 $1,050.00 $4,200.00 60BLEDEIO MVOLT R2 NL P7 or Approved Equal) 9999.0002 Furnish/Install Dynamic Mast Arm Mount LED sign, 00 00 00 41 mounting hardware,cabinet module system LS 1 $6,750.00 $6,750.00 42 9999.0003 Furnish/Install LED sign cable 00 00 00 1 LF 1 210 1 $5.001 $1,050.00 TOTAL TRAFFIC SIGNAL IMPROVEMENTS $250,007.25 Bid Summary WATER IMPROVEMENTS $2,250.00 PAVING IMPROVEMENTS $70,068.50 TRAFFIC SIGNAL IMPROVEMENTS $250,007.25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Foran Version September 1,2015 004243 Bid Proposal 00 42 43 DAP-BID PROPOSAL Page 3 of 3 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure I Quantity Total Construction Bid $322,325.75 Contractor agrees to complete WORK for FINAL ACCEPTANCE within: N days calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Fomt Version September I,2015 0042 43_Bid Proposal zzZzw�.,_ nf� 9 �n »'°��•>o� � yo; ��m;n_�3E _� .a 2' v�nc�i ° o� oFt- yo3a�3D"� >No7ao�hhcShn� - cc'3>>�xx��, �En��<`y 3 N � H C > O»>DDDDDD>>>>>'n-n'n'n'n'n�-n ii m-n D'nM-1mi D��'rnD »>D�^r.�MM>jY'�KKz > z H y H � yO z. y C y y O O y z�0 z° 3 a 0 PO z y y � z -- - 00 0 0000 coocSEES 008000 00000�0�..0000000 0 M H 14 r o i m I I o II D -p cn j z _W_ --w----w--- w- w -�-- �H m w----w----w ---w--/ 4 PRIVATE DRIVE MARATHON AVENUE i I LEGEND EXIST GATE VALVE ; I TO BE ADJUSTED f - --� —w- EXIST GATE VALVE ;. -———w- EXIST FIRE HYDRANT f r I r`4 r EXHIBIT A - WATER OWNER/ DEVELOPER: pELOTON 0 NORTH 50, THE SHOPS AT CLEARFORK THE SHOPS AT ,,,,, LAND SOLATIONS MAJOR INTERSECTIONS CLEARFORK, L.L.C. 5751 KROGER DRIVE 225 WEST WASHINGTON STREET SUITE 185 INDIANAPOLIS,INDIANA 46204 KELLER,TX 76244 GRAPHIC SCALE DATE:MAY,2016 PHONE:317-636-1600 PHONE:817-562-3350 cn > z L-' 00 L 0 PRIVATE DRIVE MARATHON AVENUE 77� f.',,,t LEGEND SIDEWALK 9" PAVEMENT oRAMP BY DEVELOPER EXHIBIT Bl PAVING OWNER DEVELOPER: SHOPS AT fl!ll PELOTON THE 0 NORTH 50, THE SHOPS AT CLEARFORK _rlili LAN. SOLUTIONS I MAJOR INTERSECTIONS CLEARFORK, L.L.C. 5751 KROGER DRIVE II!mm 225 WEST WASHINGTON STREET SUITE 185 INDIANAPOLIS,INDIANA 46204 KELLER,TX 76244 GRAPHIC SCALE DATE:MAY,2016 PHONE:317-636-1600 PHONE:817-562-3350 a m < G) m D m -+ mo < m z om z zx Dmm PUB 4 i ` CLEAR ORK IN S — AIN STREET PUBLIC R.O.W. CLEARFORK MAIN — =-- �- STREET Y LEGEND - - - SIDEWALK 9" PAVEMENT oRAMP BY DEVELOPER EXHIBIT B2 - PAVING OWNER/ DEVELOPER: p E LOTO N 0 NORTH 50' THE SHOPS AT CLEARFORK THE SHOPS AT I,I,I L�.. SU UT SNS MAJOR INTERSECTIONS CLEARFORK, L.L.C. 5751 KROGER DRIVE 225 WEST WASHINGTON STREET SUITE 185 INDIANAPOLIS,INDIANA 46204 KELLER,TX 76244 GRAPHIC SCALE DATE:MAY,2016 PHONE:317-636-1600 PHONE:817-562-3350 UGE UGE -u A w GRAPHIC SCALE IN FEET 50 IT4. NE Corner Detail SE Corner Detail El EDWARDS RANCH ROAD Lu z 0 < UT NW Corner Detail EXHIBIT C-1 : TRAFFIC SIGNAL SW Corner Detail CFA FOR TRAFFIC SIGNAL TO SERVE EDWARDS RANCH ROAD & MARATHON AVENUE Kimley)))Horn I TBPE FIRM NO.F-928 O O Edwards Ranch Rd F° M a rat h o n Ave k-28—) 4- 5000 4900 —10- =off ♦ 5100 5000 120 �k 28—� 120 O O _ FOS Edwards Ranch Rd '� N o FOS Marath on Ave ♦ 4900 5000 ♦ ♦ 5000 5100 -10, �k28 � 120 �k2gI 120 e B C E F G A D D H o D A H D EDWARDS RANCH ROAD e UE�L z R10-17T 2 (30"x30") 0 Q a EXHIBIT C-2: ONLY ONLY ONLY TRAFFIC SIGNAL SIGNS R3-51- R3-5R DYNAMIC 51-/ LIEDR3—Sa CFA FOR TRAFFIC SIGNAL TO SERVE x3 (30" 6') (30"x38") R3-5L/ (3o"x36") EDWARDS RANCH ROAD & MARATHON AVENUE Kimley»>Horn TBPE FIRM N0.F-928