Loading...
HomeMy WebLinkAboutContract 51880 02/08/2019 4:30 PM COMMUNITY FACILITIES AGREEMENT WITH CITY PARTICIPATION Developer Company Name: DRH—HWY 114,LLC Address, State,Zip Code: 6751 North Freeway,Fort Worth,TX,76131 Phone&Email: 817-230-0800,bmclark(abdrhorton.com Authorized Signatory,Title: Benjamin M. Clark, Assistant Vice President Project Name: Brookfield 24"& 16"Water Brief Description: Water Project Location: Fort Worth Along SH 114 between Old John Day Rd. and I-35 Plat Case Number: None Plat Name: None Mapsco: <Mapsco> Council District: ETJ City Project Number: 101500 CFA Number: 2018-098 City of Fort worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement with City Participation-Brookfield 24"& 16"Water CFA Official Release Date:01.22.2017 CITY SECRETARY Page 1 of 12 FT. WORTH,TX COMMUNITY FACILITIES AGREEMENT WITH CITY PARTICIPATION THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 51880 WHEREAS, DRH-HWY 114, 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 Brookfield 24"& 16"Water("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 nto 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(Not Required)on , 20 ;and WHEREAS, The City's.cost participation shall be in an amount not to exceed $71,538.35 ("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 hereunder and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. City of Fort Worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement with City Participation-Brookfield 7_4"& 16"Water CFA Official Release Date:01.22.2017 CITY SECRETARY Page 2 of 12 FT. WORTH,TX B. Developer shall provide financial security in conformance with paragraph 6,Section Il,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) ®, Sewer (A-1) _i, Paving (B) 17, Storm Drain (B-1) —1, Street Lights & Signs(C) ❑. E. The Developer shall award all contracts for the construction of community facilities in accordance with Section H,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. 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 City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Brookfield 24"& 16"Water CFA Official Release Date:01.22.2017 Page 3 of 12 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 amount 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. 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 with City Participation-Brookfield 24"& 16"Water CFA Official Release Date:01.22.2017 Page 4 of 12 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 contractors to indemnify and hold harmless the Cityfor 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 with City Participation-Brookfield 24"& 16"Water CFA Official Release Date:01.22.2017 Page 5 of 12 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 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. City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Brookfield 24"& 16"Water CFA Official Release Date:01.22.2017 Page 6 of 12 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. Q. Developer acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Developer certifies that Developer's signature provides written verification to the City that Developer: (1)does not boycott Israel; and(2)will not boycott Israel during the term of the contract. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Brookfield 24"& 16"Water CFA Official Release Date:01.22.2017 Page 7 of 12 Cost Summary Sheet Project Name: Brookfield 24"& 16"Water CFA No.: 2018-098 City Project No.: 101500 Items Developer's Cost City's Cost Total Cost A. Water and Sewer Construction 1. Water Construction $ 6,486,854.18 $ 71,538.35 $ 6,558,392.53 2.Sewer Construction _$ Water and Sewer Construction Total $ 6,486,854.18 $ 71,538.35 $ 6,558,392.53 B. TPW Construction 1.Street $ $ - $ 2.Storm Drain $ - $ - $ 3.Street Lights Installed by Developer 4. Signals $ $ $ TPW Construction Cost Total $ $ $ Total Construction Cost(excluding the fees): $ 6,486,854.18 $ 71,538.35 $ 6,558,392.53 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 129,737.08 $ 1,430.77 $ 131,167.85 D. Water/Sewer Material Testing Fee(2%) $ 129,737.08 $ 1,430.77 $ 131,167.85 Sub-Total for Water Construction Fees $ 259,474.16 $ 2,861.54 $ 262,335.70 E. TPW Inspection Fee(4%) $ - $ - $ - F. TPW Material Testing(2%) $ $ $ G. Street Light Inspsection Cost $ $ - $ H. Signals Inspection Cost $ $ - $ J.Civil/Geotechnical Engineering&Survey(20%) $ $ TPW Construction Fees Subtotal $ $ $ - Total Construction Fees $ 259,474.16 $ 2,861.54 $ 262,335.70 TOTAL PROJECT COST $ 6,746,328.34 $ 74,399.89 $ 6,820,728.23 Financial Guarantee Options,choose one Amount Choice flVark one) Bond=100% $ 6,486,854.18 x Completion Agreement=100%/Holds Plat $ 6,486,854.18 Cash Escrow Water/Sanitary Sewer=125% $ 8,108,567.73___ Cash Escrow Paving/Storm Drain=125% $ - Letter of Credit=125%w/2yr expiration period $ 8,108,567.73 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 City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Brookfield 24"& 16"Water CFA Official Release Date:01.22.2017 Page 8 of 12 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. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Brookfield 24"& 16"Water CFA Official Release Date:01.22.2017 Page 9 of 12 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 DRH-HWY 114,LLC, --r a Delaware limited liability company J(Feb 8,2019, By:D.R.Horton—Texas,Ltd., Jesus J. Chapa a Texas limited partnership,its sole member Assistant City Manager By:Meadows I,Ltd., a Delaware corporation,its general partner Date: Feb 8,2019 Recommended by: —� Benla, :[ark(Feb 7,2019) Name: Benjamin M.Clark Evelyn Robe S(Feb 7,2019) Title: Assistant Vice President Evelyn Roberts Feb 7,2019 Contract Compliance Specialist Date: Planning and Development ATTEST: (Only if required by Developer) Approved as to Form &Legality: Signature R,� d A. Mc�Ack y Name: Richard A.McCracken(Feb 8,2019) Richard A. McCracken Assistant City Attorney Contract Compliance Manager: M&C No. N/A Date: By signing I acknowledge that I am the person Form 1295: N/A responsible for the monitoring and administration of this contract, including ATTEST.' ensuring all performance and reporting requirements. 'NC) Mary J.K r(Fe ,20191 7' 1�� on behalf of Janie Morales(Feb 7,2019) Mary J. Kayser �'. `• City Secretary * Janie Morales • Development Manager City of Fort Worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement with City Participation-Brookfield 24"& 16"Water CFA Official Release Date:01.22.2017 CITY SECRETARY Page 10 of 12 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 with City Participation ® Location Map ® Exhibit A:Water Improvements ® Water Cost Estimate El Exhibit A-1: Sewer Improvements ❑ Sewer Cost Estimate ❑ Exhibit B: Paving Improvements El Paving Cost Estimate ❑ Exhibit 13-1: Storm Drain Improvements 0 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-Brookfield 24"&16"Water CFA Official Release Date:01.22.2017 Page 11 of 12 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 101478 None City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Brookfield 24"& 16"Water CFA Official Release Date:01.22.2017 Page 12 of 12 00 42 43 DAP-BID PROPOSAL Page 1*r2 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Item Nst Description Specification Sectieas on IUnit rfe id Unit Price Bid Value ty UNIT I:WATER IMPROVEMENTS 1 3137.0104 Medium Stone Riprap,dry 31 37 00 SY 718 $50.75 $36,438.50 2 3292.0200 Seeding,Broadcast 329213 SY 90,058 $0.70 $63,040.60 4 3301.0002 Post-CCN Inspection 33 01 31 LF 12,583 _ $3.28 $41,272.24 S 3305.0109 Trench Safety 330610 LF 35,054 ---$0.55, _ $0.55 $19,279.70 6 3213.02016"Cone Pvmt HES 32 13 13 SY 331 $160.00 $52,960.00 7 3304.0002 Cathodic Protection 330412 LS 1 $85,000.00 $85,000.00 8 3305.0116 Concrete Encasement for Utility Pipes 330510 CY 63.3 $175.43 $11,104.72 9 3305.1008 48"Casing By Open Cut 330522 LF 180 _$408.00 $73,440.00 10 3305.1007 42"Casing By Open Cut 330522 LF 190 $301.00 $57,190.00 11 3305.1103 20"Casing By Odw Then Open Cut 330522 LF 661 $432.23 $285,704.03 12 13305.1104 24"Casing By Other Than Open Cut 330522 LF 680 $440.00 $299,200.00 13 13305.1105 30"Casing By Other Then Open Cut 33 05 22 LF 120 $587.00 $70,440.00 14 13305.1107 42-Casing By Other Then Open Cut 33 05 22 LF 460 __ $806.DO $370,760.00 15 3305.1108 48"Casing By Odw Then Open Cut 330622 LF 66 $1,423.00 $93,918.00 16 3305.2002 8"Water Carrier Pipe 33 05 24 LF 661 $57.62 _ $38,086.82 17 3305.2004 12"Water Carrier Pipe 330524 LF 680 $73.63 $50,068.40 18 3305.2005 16"Water Carrier Pipe 33 05 24 LF 120 $121.24 $14,548.80 19 3305.2007 24"Water Carrier Pipe 33 05 24 LF 650 $160.57 $104,370.50 20 13305.2008 30"Water Carrier Pipe 33 05 24 LF 246 $201.83 $49,650.18 21 3311.0001 Ductile Iron Water Fittings w/Restraint 33 11 11 TON 27.5 $8,761.45 $240,939.88 22 3311,0241 8"Water Pipe 33 11 10,33 11 12 LF 6,945 $34.71 - $241,060.95 23 3311.0441 12"Water Pipe 33 11 10,33 11 12 LF 1,393 $44.12 $61,459.16 24 3311.0561 16"PVC C905 Water Pipe 331112 LF 9,600 $54.52 $523,392.00 25 3311.0661 24"PVC C905 Water Pipe 33 11 12 LF 4,113 _ $104.71 $430,672.23 26T 13311.0251 8"DIP Water 3311 10 LF 41 _ $65.27 $2,676.07 27 3311,0451 12"DIP Water 33 11 10 LF 219 $63.51 $13,908.69 28 3311.0651 24"DIP Water 3311 10 LF 39 $139.63 $5,445.57 29 3311.0751 30"DIP Water 33 11 10 LF 12,312 $135.40 $1,667,044.80 30 3311.0951 42"DIP Water 33 11 10 LF 25 __$1,060.00 $26,500.00 31 3312.0001 Fire Hydrant 331240 EA 3 $5,050.00 $15,150.00 32 1331Z1002 2"Combination Air Valve Assembly for Water 331230 EA 5 $8,630.00 $43,150.00 33 3312.1004 4"Combination Air Valve Assembly for Water 331230 EA 6 $25,600.00 $153,600.00 34 3312.3003 8"Gate Valve 331220 EA 18 $1,846.15 $33,230.70 35 3312.3005 12"Gate Valve 331220 EA 9 $3,050.00 $27,450.00 - 36 3312.3006 16"Gate Valve w/Vault 341220 EA 10 $17,900.00 $179,000.00 37 3312.3008 24"Gate Valve W Vault 361220 EA 8 $29,350.00 $234,800.00 39 13312.6002 6"Blow Off Vale 331260 EA 4 $7,140.00 $28,560.00 40 3312.6003 8"Blow Off Valve 331260 EA 6 $9,1_0_0.00 $54,600.00 41 3305.0110 Utility Markers 33 05 26 LS 1 $2,480.00 $2,480.00 42 r 9999.0001 30"AWWA Butterfly Valve,w/Vault 33 12 21 EA 7 $96,500.00 $_675,500.00 43 9999.0002 Air Bridge 00 00 00 EA 21 $3,500.00 $73,500.00 44 9999.0003 Automatic Flusher 000000 EA 2 - $3,900.00 $7,800.00 TOTAL UNIT l:W V N $6,558,392.53 CITY OF FORT WORTH ORft W*w Mm.Eno==to Snw bnlfieW STANDARD CONSTRUCTION SPECIFICATION DOMM M-DEVELOPR.R AWARDED PROJECTS Cily Ploieer Nm I0IS00 Pone Veroae Sepun6w 1,2015 00 42 43 DAP-BIDPROPOSAL. Page 2 of 2 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Section Unit of Bid Item No. Description No. Measure Quantity Unit price Bid Value BID SUMMMARY UNIT I:WATER IMPROVEMENTS $6,558,392.53 TOTAL CONSTRUCTION BID $6,658,392.53 This Bid is submitted by the entity named below: BIDDER: BY: I,%ilson Contractor Ser%ice% 3445%lingo Rd. TITLE: Denton,`Cti 76208 DATE: Contractor agrees to complete WORK for FINAL ACCEPTANCE within 244, calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTLt Of6ite Water Ma+n Extension to Sent Brookfield STANDARD CONSTRUCTION SPECIFICATION DO CU EhTS-DEVELOPI R AWARDED PROJECTS Cny Project No.101500 Form Vc-on Septemher 1,2015 � �rr .d r� 7r r ; PROJECT--" ba� y F LIMITS" T® r Ir I � j Fort k��kh w � t o. o' I` I f• �}Ir . A LLJ Bluw r i 4' e `' VICINITY MAP v NOT-TO-_CAL[ f D � � C+ tV E� CITY PROJECT NO.101500 Go N Jae No. 81112 VICINITY MAP EXHIBIT PAPE-DAWSON N.2, DATE JUNE 2018 FRIENGINEERS ., E DESIGNER MT BROOKFIELD OFFSITE WATER MAIN EXTENSION O CHECKED DM PRAWN MS FORT WORTH I SAN ANTONIO I AUSTIN I HOUSTON I DALLAS 500 WEST SEVENTH ST,STE 350 1 FT.WORTH,T%76102 1817.870.3668 o 1 OF 6 FORT WORTH, TEXAS TEXAS BOARD OF PROFESSIONAL ENGINEERS.FIRM REGISTRATION 4470 THIS DOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN INADVERTENTLY ALTERED. RELY ONLY ON FINAL HARDCOPY MATERIALS BEARING THE CONSULTANTS ORIGINAL SIGNATURE AND SEAL SEE SHEET 3 . 30" WATER UNE—/ 3 �i 3 Q 3 I 0 0 30" WATER UNE i Q U Q 3 4SENDERA RANCH PUMP STATION o � / a LL U co X W N (U LEGEND c: c N PROPOSED WATER LINE w E/ c _ 2' SCALE: 1"= 1000' co 0 1000 2000 / ✓= O a'- O N 00 co o JOB N0. 61112 BROOKFIELD FFORTWORTH APE-DAWSON DATE JUNE 2018 NGINEERS DESIGNER JG OFFSITE WATER MAIN EXTENSION rai c�/ CHECKED DM DRAWN MS p AN ANTONIO I AUSTIN I HOUSTON I GALLAS 2OF6 FORT WORTH TEXAS ST,STE 3501 F.WORTH,TX 76i021617.670.3668 y- 'J(j 1 ENGINEERS,FIRM REGISTRATION N470 O I — Ila THIS DOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN INADVERTENTLY ALTERED. RELY ONLY ON FINAL HARDCOPY MATERIALS BEARING THE CONSULTANT'S ORIGINAL SIGNATURE AND SEAL. SEE SHEET 4 24" WATER LINE 3 STA 125+83.04 - W-1 30" M 24" PIPE SIZE CHANGE 3 30" WATER LINE 3 a 3 � I 0 0 N ca I a LL U Ld W t- a 3 -PT a F- En Ll L� SEE SHEET 2 U rn L X W CV LEGEND a7 U C N PROPOSED WATER LINE w E/ CID c SCALE: 1"= 1000' W CD / 0 1000 2000 E O a� 0 co 6 co O N E5-' JOB NO. JUNE 2018 cl coBROOKFIELD PAPE DAWSON 9 DATE MAR 2018 ENGINEERS DESIGNER JG OFFSITE WATER MAIN EXTENSION 0CHECKED DM DRAWN MS rai p FORT WORTH I SAN ANTONIO i AUSTIN I HOUSTON I DALLAS N 500 WEST SEVENTH ST,STE 350 1 FT.WORTH,TX 76102 1817.870.3668 N SHEET 3 OF 6 FORT WORTH, TEXAS TEXAS BOARD OF PROFESSIONAL ENGINEERS.FIRM REGISTRATION 4470 LL THIS DOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN INADVERTENTLY ALTERED. RELY ONLY ON FINAL HARDCOPY MATERIALS BEARING THE CONSULTANTS ORIGINAL SIGNATURE AND SEAL PROPOSED 7 BROOKFIELD EXISTING HALE 12" CONNECTION 12" CONNE T10N ' Lo FOR FUTURE FOR BR00 Fl W SH 114 — — - _ -- — W FUTURE rr2 ELIZABETH o V) 3CREEK FUTURE W ckf ALPHA RANCH 16" WATER LINE z ' W 3 STA 172+95.50 - W-1 ° 0 24" TO 16" PIPE SIZE CHANGE N F</2qe�ryCR 24" WATER LINE ckf 3 W N SEE SHEET 3 LlU / Q U rn L X W (V LEGEND N PROPOSED WATER LINE w E/ 0 o SCALE: 1"= 1000' / 0 1000 2000 E � a'- O N 00 CD oJOB N0. JUNE 2018 BROOKFIELD PAPE-DAWSON 9, DATE MAR 2018 ENGINEERS DESIGNER JG OFFSITE WATER MAIN EXTENSION FmJ L' CHECKED DM DRAWN MS Q FORT WORTH I SAN ANTONIO I AUSTIN I HOUSTON I DALLAS 1n 500 WEST SEVENTH ST,STE 350 1 Fr.WORTH,TX 78102 1817.870.3668 O SHEET 4 OF 6 FORT WORTH, TEXAS TEXAS BOARD OF PROFESSIONAL ENGINEERS,FIRM REGISTRATION 4470 THIS DOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN INADVERTENTLY ALTERED. RELY ONLY ON FINAL HARDCOPY MATERIALS BEARING THE CONSULTANTS ORIGINAL SIGNATURE AND SEAL. IIIIIIillllllJ ' PROPOSED BROOKFIELD 12" CONNECTION 24w FUTURE CONNECTION FOR BROOKFIELD FOR TRADITIONS W W SH 114 3 W I STA 270+18.36 - W-1 3 U 16" WATER LINE 16" TO 12" PIPE SIZE CHANGEaLINE ,,-z, STA 13+94.59 - W-1.4Wo12" TO 8" PIPE SIZE CHANGEW8WATUW Lu w UJ N IL. tL O U r w N Q) LEGEND c c4 N PROPOSED WATER LINE w E/ c rn .. rn SCALE: 1 "= 1000' 0 1000 2000 E 00 N JOB N0. 61112 BROOKFIELD PAPE-DAWSON L) DATE JUNE 2018 ENG/VEERS 2 DESIGNER JG OFFSITE WATER MAIN EXTENSION rai CHECKED DM DRAWN MS O FORT WORTH I SAN ANTONIO I AUSTIN I HOUSTON I DALLAS N 500 WEST SEVENTH ST,STE 350 1 FT.WORTH,TX 76102 1 817.870.3668 0 SHEET 5 O F 6 FORT WORTH, TEXAS TEXAS BOARD OF PROFESSIONAL ENGINEERS,FIRM REGISTRATION%470 � L.L THIS DOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN INADVERTENTLY ALTERED. RELY ONLY ON FINAL HARDCOPY MATERIALS BEARING THE CONSULTANT'S ORIGINAL SIGNATURE AND SEAL Y — SH 114 o� �7 CONNECT TO EXISTING WATER LINE Ln �, y WI W W 8" WATER LINE (1) S" WATER LINE Wui I -- C� � FFK rn 3 3 41- I \ 0 0 N Q U Q 3 w N w t� O Q Li U m r x w N LEGEND C N PROPOSED WATEF LINE w E/ c _ .. vN SCALE: 1 = 1000' co 0 1000 2000 / E0 a% C) N JOB N0. JUNE 2018 BROOKFIELD PAPE-DAWSON DATE MAR 2018 ENGINEERS 'Q DESIGNER JG OFFSITE WATER MAIN EXTENSION ral rJCHECKED DM DRAWN MS O FORT WORTH I SAN ANTONIO I AUSTIN I HOUSTON I DALLAS N 500 WEST SEVENTH ST,STE 3501 FT.WORTH,TX 76102 1 817.870.3668 b3 SHEET 6 OF 6 FORT WORTH, TEXAS TEXAS BOARD OF PR OFESSIONAL ENGINEERS.FIRM REGISTRATION N470 cl Li THIS DOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN INADVERTENTLY ALTERED. RELY ONLY ON FINAL HARDCOPY MATERIALS BEARING THE CONSULTANT'S ORIGINAL SIGNATURE AND SEAL