Loading...
HomeMy WebLinkAboutContract 45024 (2)COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § COUNTY OF TARRANT § City Secretary Contract No. LK) WHEREAS, the undersigned Developer ("Developer") desires to make certain improvements ("Improvements") related to a project as described below ("Project"), an addition to the City of Fort Worth, Texas ("City"); and WHEREAS, the Developer and the City desire to enter into this "Agreement" in connection with the Improvements. Developer Information: Developer Company Name: Forestar (USA) Real Estate Group, Inc. Address, State, Zip Code: 14755 Preston Rd., Suite 710 1 Dallas, TX 75254 Phone, E-Mail: Darrel Amen :(972) 341-2924 I darrelamen@forestargroup.com Authorized Signatory/Title: Thomas H. Burleson, Executive Vice President Project Name: Bar C Ranch, Phase 3A-3 Project Location: NE of Intersection of Wagley Robertson Rd. & E. Bailey Boswell Rd. Plat Case No.: FP-012-014 Plat Name: Bar C Ranch Mapsco: 34E Council District: 7 City Project No: 01911 CFA: 2012-049 DOE: 6842 • To be coinpleted by staff: Received by: ` 11/N.A./WA- Date: I a S 1_3 • • • °OFICIAL RECORD 0 IY SECRETARY Fria. WORM, '0 1 PECEIVED OCT 21 2013 NOW, THEREFORE, KNOW ALL BY THESE PRESENTS: For and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: General Requirements A. The Policy for the Installation of Community Facilities ("Policy") dated March 2001, approved by the City Council of the City of Fort Worth and subsequently amended from time to time via a Mayor and Council Communication adopted by the City Council of the City of Fort Worth, is hereby incorporated into this Community Facilities Agreement ("CFA") 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 confouruance with paragraph 6, Section II, of the Policy and recognizes that there shall be no reduction in the collateral until the Project has been completed and the City has officially accepted the infrastructure. Developer further acknowledges that said process requires the contractor to submit an Affidavit of Bills paid signed by its contractor and Consent of Surety signed by its surety to ensure the contractor has paid the sub -contractor and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full for all the services provided under this contract. C. Developer agrees to cause the construction of the improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City - approved construction plans, specifications and cost estimates provided for the Project and the exhibits attached hereto. D. The following checked exhibits are made a part hereof: Water (A) X, Sewer (A-1) X, Paving (B) X, Stor i Drain`(B-1) , Street Lights & Signs (C) X 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 II, of the Policy. F. For all infrastructure 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 insured licensed and bonded to do work in public streets and/or prequalified to perform water/waste water 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 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 ACORD Certificate of Insurance supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours notice to the City's Construction Services Division of intent to commence construction so that City inspection personnel will be available; and to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces, and not to install or relocate any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his 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 until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. G. Developer agrees to provide, at its expense, all engineering drawings and documents necessary to construct the improvements required by this Agreement H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the improvements required herein. I. City shall not be responsible for any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. J. Developer hereby releases and agrees to indemnify, defend and hold the City harmless for any material errors in the preliminary plans, specifications and cost estimates supplied by the Developer for this Agreement. K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer and required for the construction of the current and future improvements provided for by this Agreement L The Developer further covenants and agrees to, and by these presents does hereby, fully indemnify, hold harmless and defend the City, its officers, agents and employees from all suits, actions or claims of any character, whether real or asserted, brought for or on account of any injuries or damages sustained by any persons (including death) or to any property, resulting from or in connection with the construction, design, performance or completion of any work to be performed by said Developer, his contractors, subcontractors, officers, agents or employees, or 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, his contractors, sub -contractors, officers, agents or employees, M. Developer will further require its contractors to indemnify, defend and hold harmless the City, its officers, agents and employees from and against any and all claims, suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from, or in any way connected with, the construction of the infrastructure contemplated herein, whether or not such iniuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. Further, Developer will require its contractors to indemnify, and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and construct the improvements in a good and workmanlike manner, free from defects, in conformance with the Policy, and in accordance with all plans and specifications and shall cause to be executed and delivered to the City an indemnity agreement from such contractors on a form to be promulgated by the City N. Upon completion of all work associated with the construction of the infrastructure and improvements, Developer will assign to the City a non- exclusive right to enforce the contracts entered into by the Developer with its contractor along with an assignment of all warranties given by the contractor, whether express or implied. Further, Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. 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. The City's obligation to participate (exclusive of front foot charges) in the cost of the community facilities shall terminate if the facilities are not completed within two (2) years; provided, however, if construction of the community facilities has started within the two year period, the developer may request that the CFA be extended for one year. If the community facilities are not completed within such extension period, there will be no further obligation of the City to participate. City participation in a CFA shall be subject to the availability of City funds and approval by the Fort Worth City Council 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 community facilities if at the end of two (2) years from the date of this Agreement the community facilities have not been completed and accepted. iv. The City may utilize the Developer's financial guarantee to cause the completion of the construction of the community facilities or to cause the payment of costs for construction of same before the expiration of two (2) years if the Developer breaches this Agreement and such breach remains uncured following written notice of such breach and a reasonable period of time to cure such breach, 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) Cost Summary Sheet Project Name Bar C Ranch, Ph. 3A-3 CFA No.: 2012 049 DOE No.: 6842 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 2. Sewer Construction Water and Sewer Construction Total B. TPW Construction 1. Street 2. Storm Drain 3. Street Lights Installed by Developer TPW Construction Cost Total Total Construction Cost (excluding the fees): Construction Fees: C. Water/Sewer Inspection Fee (2%) D. Water/Sewer Material Testing Fee (2%) Sub -Total for Water Construction Fees E TPW Inspection Fee (4%) F. TPW Material Testing (2%) G. Street Light Inspsection Cost H. Street Signs Installation Cost Sub -Total for TPW Construction Fees Total Construction Fees: Financial Guarantee Options, choose one IBond = 100% !Completion Agreement = 100% / Holds Plat !Cash Escrow Water/Sanitary Sewer= 125% (Cash Escrow Paving/Storm Drain = 125% !Letter of Credit = 125% w/2yr expiration period 57,725.00 57,117.50 114,842.50 134,656:30 7,060.52 141,716.82 $ 256,559.32 2,296.85 2,296.85 4,593.70 $ 5,386.25 $ 2,693.13 $ — 282.42 $ $ 8,361.80 12,955.50 Amount Choice (ck one) 256,559.32 X 256,559.32 143,553.13 177,146.03 320,699.15 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 execu ed_t 's instrument in quadruplicate, at Fort Worth, Texas this S,% )SF day of , 20 ) CITY OF FORT WORTH - Recommended by: Water Department •4 1 Wendy Chi- abulal, EMBA, P.E. Development Engineering Manager Approved as to Form & Legality: bou'gMs W. Black Assistant City Attorney M&C No. tit !A- Date: ATTEST: Signature (Print) Name: Transportation & Public Works Department C,J, (•••••-•\ Douglas . Wiersig, P.E. Director Approved by City Manager's Office Fernando Costa Assistant City Manager Forestar ( USA) Real Estate Group, Inc. Print Name: Title: v ' Signature nr� Thomas H. Burleson Executive Vice Presider 05 1_, ppFlCp►.RECORDI CITY SECRETARY Ft WORTH, TV, Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included r rs X /1 M n m z Attachment Location Map Exhibit A: Water Improvements Water Estimate Exhibit A-1: Sewer Improvements Sewer Estimate Exhibit B: Paving Improvements Paving Estimate Exhibit B-1: Stouu Drain Improvements Storm Drain Estimate Exhibit C: Street Lights and Signs Improvements Street Lights and Signs Estimate (Remainder of Page Intentionally Left Blank) PLANS FOR THE CONSTRUCTION OF WATER, SEWER, PAVING, STREET LIGHTING, & DRAINAGE IMPROVEMENTS TO SERVE BAR C RANCH, PHASE 3A-3 0 E. BAILEY BOSWELL WAGLEY—ROBERTSON ROAD L 3 SITE LOCATION E. HARMON RD VICINITY MAP NOT TO SCALE 0-i JBI Partners, Inc. 16301 Quorum Drive, Suite 200B Addison, Texas 75001 Tel 972-248-7676 Fax 972-248-1414 June 26, 2012 — SHEET 1 CASE No. FP-012-014 FINAL PLAT BAR C RANCH BLOCK 1, LOTS 8-20, 23-27 AND BLOCK 2, LOTS 1-8; BEING 5.351 ACRES OUT OF THE JOHN WAGLEY SURVEY, ABSTRACT NO. 1597 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS FORESTAR REAL ESTATE GROUP, INC. 14755 Preston Road, Suite 710 Dallas, TX 75254 JBI PARTNERS, INC. 16301 Quorum Drive, Suite 200 B Addison, Texas 75001 OWNER / DEVELOPER (972)702-8699 SURVEYOR/ENGINEER (972)248 7676 JBI Partners, Inc. 16301 Quo um Drive, Suite 200B Addison, Texas 75001 Tel 972-248-7676 Fax 972-248-1414 June 26, 2012 — SHEET 2 SCALE: 1 "=150' JBI Partners, Inc. 1630 Quorum Drive, Suite 200B Addison, Texas 75001 Tel 972-248-7676 Fax 972-248-1414 8 9 10 11 12 WILDWEST DRIVE i� i t4 EXIST. 8" WATER CONNECT TO EXISTING 8' WATER UNE DOE 5336 WATER PROJ # P164-060164015529 8 7 MYSTIC RIVER TRAIL EXISTING BAR C RANCH, PRASE 1 DOE 4554 BRANDING IRON TRAIL 6 5 13 14 15 4 EXISTING BAR C! RANCH, PHASE 2 DOE 5336 4 3 2 1 RED MOON TRAIL VIILDWESj' DRIVE II II II t 16 17 18 19 20 I:ITY OF FORT V'ORTH CITY OF SAGINAW LEGEND PROP. WATERLINE PROP. VALVE PROP. FIRE HYDRANT PROPOSED WATER LINES ARE 8' UNLESS OTHERWISE INDICATED. a' X. CONNECT TO EXISTING 8- WATER LINE DOE 5336 0 WATER PROD # D: P164-060164015529 0 v __CI- ' a m 26 25 24 23 22 WATER EXHIBIT A PLANS FOR THE CONSTRUCTION OF WATER, SEWER, PAVB4G, STREET LIGHTING, & DRAINAGE IMPROVEMENTS TO SERVE BAR C RANCH, PHASE 3A-3 (D.O.E NO. 8842) June 26, 2012 — SHEET 3 SCALE: 1 "=150' CONNECT TO EXIST. 8' SS JBI Partners, Inc. 16301 Quorum Drive, Suite 200E Addison, Texas 75001 Tel 972-248-7676 Fax 972-248-1414 8 9 10 11 • 7 / O 9 MYSTIC RIVER TRAIL EXISTING BAR C RANCH, PHASE 1 DOE 4554 EXIST. 8" SSWR DOE 5336, SS NO. P174-070174013520 8 7 12 13 BRANDING IRON TRAIL 6 N 3 it ZMNit / N - 1 -II Ina CONNECT 47 x w V TO EXIST. w or8- SS o "le 5 4 3 2 1 M 8 / I 1 1 I 24 l=I Li 1, • I EXISTING BAR CI RANCH, PHASE 2 DOE 5336 I WILDWES- DRIVE 14 15 16 17 18 CITY OF FORT WORTH CITY OF SAGINAW LEGEND PROP. S.S. LINE 8 PROP. S.S. MH — EXIST. S.S. MH EXIST. S.S. LINE PROPOSED SANITARY SEWER LINES ARE 8" UNLESS OTHERWISE INDICATED. 19 20 w 26 25 23 22 S fl O • SANITARY SEWER EXHIBIT A-1 PLANS FOR THE CONSTRUCTION OF WATER. SEWER. PAVING, STREET LIGHTING, & DRAINAGE IMPROVEMENTS TO SERVE BAR C RANCH, PHASE 3A-3 (D.O E NO. 6842) June 26, 2012 — SHEET 4 • 8 9 SCALE: 1 "=150' JBI Partners, Inc. 1630 Quorum Drive, Suite 200E Addison, Texas 75001 Tel 972-248-7676 Fax 972-248-1414 11 WILDWEST DRIVE WILDWEST DRIVE MYSTIC RIVER TRAIL EXISTING BAR C RANCH, PHASE 1 DOE 4554 ' BRANDING IRON TRAIL 8 7 6 12 13 14 ST p Y EXISTING BAR C RANCH, PHASE 2 DOE 5336 5 4 3 2 1hILDWES— DRIVE 29' B-B 15 16 17 18 19 SY Pap IV a -a LONCTuOTTAL In Mt SLVNE"'� LAHi OCTAL XXI PX OXPACIII) TO XI SIX MOOR CITY OF FORT WORTH CITY OF SAGINAW TaT To 04 1 20 • 060 %PEN .M., T. ., ....... ...r:,..0 Hirt.®s°a -.1401P it COXXIE ,..,LP , in..,, nt w s�/11 �,M , TYPICAL 50' ROW PAVEMENT CFCTICN DFTAII N.TS (irvzu a �ni >oq CEIXT2 Pat tin Arai wxrx srA 26 25 24 23 22 I- cy - D PAVING EXHIBIT B PLANS FOR THE CONSTRUCTION OF WATER, SEWER, PAVING, STREET LIGHTING, & DRAINAGE IMPROVEMENTS TO SERVE BAR C RANCH, PHASE 3A-3 (D.0 E NO. 8842) June 26, 2012 — SHEET 5 SCALE: 1 "=150' JBI Partners, Inc. 1630 Quorum Drive, Suite 200B Addison, Texas 75001 Tel 972-248-7676 Fax 972-248-1414 NO STORM INFRASTRUCTURE THIS CONTRACT STORM DRAIN EXHIBIT B4-1 PLANS FOR THE CONSTRUCTION OF WATER, SEWER, PAVING, STREET LIGHTING, & DRAINAGE IMPROVEMENTS TO SERVE BAR C RANCH, PHASE 3A-3 (D.O E NO. 6842) June 26, 2012 — SHEET 6 �I 7 8 9 n 10 11 SCALE: 1 "=150' JBI Partners, Inc. 1630 Quorum Drive, Suite 200B Addison, Texas 75001 Tel 972-248-7676 Fax: 972-248-1414 WILDWEST DRIVE MYSTIC RIVER TRAIL EXISTING BAR C RANCH, PHASE 1 DOE 4554 BRANDING IRON TRAIL 7 6 12 13 14 15 e. 5 EXISTING BAR CrRANCH, PHASE 2 ItE O 8 4 DOE 5336 AILDWEST[ DRIVE 1 3 2 1 16 17 18 19 20 CITY OF FORT V'ORTH CITY OF SAGINAW LEGEND PROPOSED STREET LIGHT - 100 WATT HPS COBRA YA1H TYPE 3 DIST. AND DROP GLASS LUMINMRE - 25' LIGHT STANDARD PROPOSED SIGNBLADE 26 25 24 23 22 0 D: STREET LIGHTING & STREET SIGNS EXHIBIT C PLANS FOR THE CONSTRUCTION OF WATER, ,j SEWER, PAVING, STREET LIGHTING, & DRAINAGE IMPROVEMENTS TO SERVE BAR C RANCH, PHASE 3A-3 i (0.0 E N0. 6842) June 26, 2012 — SHEET 7 FORT WORTH BETSY PRICE MAYOR TOM HIGGINS CITY MANAGER DOUGLAS W. WIERSIG, P.E. DIRECTOR, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT S. FRANK CRUMB, P.E. DIRECTOR, WATER DEPARTMENT D.O.E. NO. CITY PROJECT NO. WATER PROJECT NO. SEWER PROJECT NO. FILE NO. 6842 01911 P265-607150191183 P275-707130191183 W-2226 THE CITY OF FORT WORTH, TEXAS PLANS FOR THE CONSTRUCTION OF WATER, SEWER, PAVING, STREET LIGHTING & DRAINAGE IMPROVEMENTS TO SERVE BAR C RANCH PHASE 3A-3 PRELIMINARY FOR REVIEW ONLY NOT FOR CON3DRUCTON pi PERMT PURro5CS ENG4NEEP ERIA R. HDPSEN P END MOw M a Es ON 11 sloyn E. PALEJ D▪ OSWELL RD, A UN RD LOCATION MAP N.T.S. MAPSCO NO. COUNCIL DISTRICT OWNEDIDEVELOPED BY: CI TEXAS, L.P. 5495 BELTLINE ROAD, SUITE 225 DALLAS, TEXAS 75240 OFFCE NO. (972) 702-8699 FAX NO, (972) 702-8372 34-E JUNE 2012 7 UNIT I - WATER & SEWER IMPROVEMENTS SHEET NO. DESCRIPTION 1. COVER SHEET 2. FINAL PLAT 3. FINAL PLAT 4. WATER PLAN- OVERALL LAYOUT 5, SANITARY SEWER PLAN -OVERALL LAYOUT 6. WATER PLAN 7. SANITARY SEWER PLAN & PROFILE• LINESS-0 8 SANITARY SEWER PLAN& PROFILE• LINE 55-4 9 SANITARY SEWER PLAN & PROFILE. LINESSK 10. UTILITY DETAILS 11. UTILITY DETAILS 12 UTILITY DETAILS 13 UTILITY DETAILS 14. UTILITY DETAILS 15. UTILITY DETAILS 15, EROSION CONTROL PLAN 17. EROSION CONTROL DETAILS NOTE . THE STANDARD SHEETS SPECIFICALLY IDENHIRED IN THIS INDEX CF SHEETS HAVE BEEN AUIHCRNED 9f ME Os UNDER MY RESPONSIBLE SUKRASION AS BEING APPLICABLE f01 HS FROJECI PREPARED BY: JBI PARTNERS, INC. TEXAS REGISTERED ENGINEERING FIRM F-438 16301 QUORUM DRIVE, SUITE 200E ADDISON, TEXAS 75001 OFFICE: (972) 248-7676 FAX: (972) 248-1414 X-21877 UNIT II - DRAINAGE & PAVING IMPROVEMENTS SHEET NO DESCRIPTION 18. DRAINAGE AREAMAP 19 INLET CALCULATIONS 20. HYDRAULIC CALCULATIONS 21 GRADING PLAN 22. PAVING PLAN & PROFILE - WJLDWEST DRIVE 23. PAVING PLAN & PROFILE - RED MOON TRAIL 24 CONSTRUCTION DETAILS {TYPICAL STREET SECTIONS) 25. CONSTRUCTION DETALS (TYPICAL STREET DETAILS) 26. CONSTRUCTION DETALS (TYPICAL STREET DETAILS) 27. SIDEWALK RAP DETAILS 28 STREET LIGHTING PLAN • 29. STREET LIGHT GENERAL NOTES • 30 STREET UGHT POLE FOUNDATION DETAILS • 31. STREET LIGHT POLE DETAILS • 32 STREET LIGHT ELECTRICAL CONNECTION DETAILS • 33 STREET UGHT CONDUIT & GROUND BOX DETAILS 34 EROSION CONTROL PLAN 35. EROSION CONTROL DETAILS DOUGLAS W. WIERSIG. P.E. DATE: DIRECTOR, TRANSPORTATION AND PUBLIC WORKS RECOMMENDED: REVIEWED: DATE: DATE: X-21877 ILZIK mot 0TY OF FORT COIN — — --- uTY CP SAGINAW O. P. COURTNEY,.R. VOL 6057, PG. 440 (CALLED: 214.300 ACRES) wr. ay 15 17 CFl FARM PROPERTIES LLC DOG NO 0200083850 WAOILY—ROBERIz.AN ROAD {A VMtMAIE > OTH R--er-WAS Mtn 11a R--. w3 N00'37364W 'Weilibel 'Tr 18 19 ,.br a uti a> lit 20 290.04' 8 101 4 IA Ur NmtIb D0: .nr RED MQq{ ram'(% RIG T-a au a SO0'05'50-E BAR'G RANCH PHASE JA-2 PUT PENDINC TN 34 33 as won N N ^'a CO z be- 0, z 7 so0ros'50-E 20.00 10 12 18 18 20 J0 `J 4 8 7 4 3 21 22 24 3 20 rrONt e ( _ TYPICAL BUILDING SETBACKS GRAPHIC SCALE (urn=) w- n % 5 cut In the north cements footing of the eve bi:81 rantmt,tlon tower tocoted frost of the Into -section of In lnteeWetbn of Running Wale' Tree mtr Poona SOUR, Orin (Elevation - 74553) Drive - 'oil fret sixth of the urb mum of tide top of thin) 00 the oast side u em Water room. 'sating• Drive -1 732t 01 N Branding TctFn of n Trend Mtn Comanche 99nnge w,.. (o 11o.io.i of742m') ROOMS NOTE& t. gdd» N It . 00% g Ow n i �gmyMall soy Ur right ott %Melon and m: manta 41 . part of CMY tM.'u'"^q!WI EarremetIc win .My a)ointment". quit m... hat ant , out all tins M bggw"ndeepitome m « ° ae nth whim....tour. patrolling,en md*i, *1 e nnuiWWI maMg ... poN .f IN wpm a pa:: ti tot m e y N toy tow .f g a gm.„mledM .t • bd<�a�eotw snott Net. ( re Tht a ,rpmtW to kn« *OW and el Suseloblisies en the lht "moot 1e be be mud plot dedt�nte� ended ended rr�Maett • nemFwn' to a ono bawemwln effect ors »tWaigda . e.mutlm date to Ire mullein win aur»4/er .GEM -at. • .n. ni tango study. Mewing onL .. n. win, the pgo,.d (maw edgy. Nat. may S4 required • An Melon. Men 4 �W°Perth dddnn, gutty moyy b* rewind dth "»n:.Yth 4 aiA .r ely requIredithole d S Patsies IV ovn,arlaqu:tit: ,I hi turret does net .I, neil required Stem ": owner to, PM N.a.�I oI tM.y.thataSSGrebe*.Stud,..Iev ▪ flooitioN No WOW, 000,s a the Onne el mnep..lalIee P WkmMaim sin ee wy Wetly pa,. ate .robe Ind ue 'mpes,w.n. ettlNoae7 is Um Mutter, Nan be gperW l be alined tind tee byT uw prtt(e) .Addy Ls towing MUM the ldepld'ni °enervation N penning.s m elm m a thereon oft o () Mix Swum. R. Pinot* Common Marianas of wig odd wiaai ee mllwfin woos elevations nitles lenunmu m norm m Ipm: x 1 gam snap Mollaw butane • IfinItern Wet pnc�atWn rw. eminent, seven .anthem., ea gated mtuny entrances; nervationInd ofec sawn t.te ten., 1M Kiev / cases, moped hoc lend news subsequent venws N the lin out pored, In tMe subdivision.y collet pity am ...Sy p . es a laconies Mai Oa response* .raGan .afe private comma) on• es ant Wee. rwof y o ma *nags end awn bat reel from 1enle, Nannies' .mere ceaceleten. o rot Oath broth g tholettepthrice. Modyt.)* /vh rg as Modeedmy*amba mth In UM M eled armor ochry oroc"pagan ar pm mebtowaw. /warm methyl a,d/er on edu.n a vodnin ge „tin h.tcanon wR W.tahent`�da®oW- r auw.ng toed gin free den�nita eat a olio motmnd. enb tdold remit 1n nwmwuprY tndtdhbne. and ay Nall twee th right « entry Ir the « odinspp.cth bw salon .Oa ntentond wen, by tie wvmty wen/wv, Iy signal to Norm .01 antler fin it « EL Minn Mail nett be Memo -yway -.nY mamma moth he seeurtense of Mae Phenomena nor this friltee of My contained within w nanm"b uunent INK vie .rem, a) to Nai'ntnb 1M ao»me-tin n* Ig M1 pen, mei loom aifitskens are nee enthrones of Pt E0515aobh to aloe on. a r n. water. ...vie •Lem dsh greet vent.. ddt morose die pedp Imp at. tde.Nr Sld..d .pent t Wean ddnd eats Nreetu M ontsme a with tea Seingt 'City Deeevenent Design Stemmed'''. �I g. W» M Of Part NNor h rII Nol beaped n ."thinge to time modu reigni wn W 1M« N's. ram «rt Mints. th▪ eta o�t �n Tea soon _ a mope, Item n einmente. recreate, Girli0%. OW open menu rote omen �ommeommmv er bid .1 u. Ilytbv « n Fa)wcd.Voe Import reset In on opganee implementing the venwne,t a)d adtutbn 0 clot tti Ins Um awn* "mosteHieud10tmnew uniteS▪ chedule z of win wba)ron .g de Iht Al puny water odd gong seem Wins ell to maintains by Me City of Eon 13.Werten„IIL AI public gend d' a.sm�nnand foaling rag ire .rag..d kt*.dbyNeCty �ofion Werth ron t the neerth d. 14. a DP.n Spats are inns. .,d n»ev aimed one mantNwd by the Hen. 0.n.: Anao»tar, uoMilr.Aluplt.a residential d41w.ays tote arms* n prNened. (WADcr LRTsw MAC) It No parmannt a medunt.d eve o .retbg wat/w, awlary ea., Er "enme,t - Per ten Mier red w .Sete la) by. vtmel�ky.md 1 nery rower. dintable e. Omer i mN wms a h n aed moan tit-P. Anon la Pother ttpthoemonto ouch go Oat, littd Guar. powertel el and eMp d»�M� gYene. lees resolred at One or turning Intones yla parloroy ;lama GENERAL NOTES 1. TnIn eeebThle plat g pd tta: Puglia aagIola' ot MA-s r58 •«q n`dl1 of aor 1278 aura « nplt-of-,ay 3 No ths ",with noted cpop pe• proposed 4 Al .-half rich Nan rod .sin - Br yellow cap. crime InedolaIn e sat.I1%b r :S.2� of ih. accordingtoEmer:m•Iay Manog•t.mt 48431800858.5 ,,tn floe liaisons. Program Mop SUBDIVISION PHASE: 3A-3 REFERENCE Case No. PP-010-026 Case No. FP-012-014 [I,.r ae, d oera9 I ith I ILa «9„ Ufa u wet VICINITY MAP NOT TO SCALE DEVELOPMENT TABULATIONS AREA I LANDUSE 4.073 ACRES SINGLE FAMILY 1.278 ACRES RIGHT-OF-WAY 5.351 ACRES TOTAL LEGEND 1/2" MOM ROD roust lit IRON ROO CITY T LIVE DRAINAGE EASEMENT SANITARY ZYhR EAr.EMENT UTILITY EASEMENT WALL MAINTENANCE EASEMENT RECORDED IN PLAT RECORDS TARRANT COUNTY. TEXAS DOCUMENT p _ DATE Final Plat BAR C RANCH BLACK 1, LOTS 8-20, 23-27 AND BLOCK 2, LOTS 1-8; BONG 5.351 ACRES OUT OF THE JOHN WAGLEY SURVEY, ABSTRACT N0. 1597 OTT OF FORT WORTH, TARRANT COUNTY, TEXAS CI 7Fxas LP. 5495 Saltine Road, Sono 225 Dallas, TX 75240 al PARTNERS, INC. 18301 Quorum Drive, Suite 200 8 Addison. Texas 75001 76 LOTS Aoi1 27. 2012 OWNER / DEVELOPER (972)702-8699 SUR4LTTxt/ENGINEER (972)248-7676 Sheet 1 of 2 LOCAL DESCRIPTION YWCAS C M th owner t tra l 0 to 0 y 1 1 Tan Cfunty i..a.t port et Oa John Worley Surrey, Awtnnt Number t%7. wing a port of that tryst of pond emoted w 277.5113 Special Pasanty Deed from Odga.. Clark Company. Ltd. to Lumwnwm: m..nmwt Corporal -Ion a.toe �iemrdeC n Document Number D20.097110, loom( Comfy Neel Rsowde ON wing further 'CONNING et a ihr eighth. bin Capped Iran Cad found In the oust rev n sold 277.5113 net am tract al Iona. Nob point deng to moment inner of Bar C Ranch. poor Z m addIlon to the City of Font Wain m waned In adwt A, sloe 12013, lament aunty Map Records, and paint was In led oast right -of -,Jay fine of WwRoadaal•y-Rrt.on Rd to enable width n k TNCNCE Northd the south line a soMBet C Raan•EF on 7 0. %hoore a Ir- .q�sl Men rw hand at FIRM -of -may southeast comer of Lot 7,, Meek It, of void Dor C Ranch, feet to 2 and sob FM In the west COSouth odor. p055 minute Dflopa 50 secondtool , Fartt..L2400 feral along the west rfaht-ol-wy Ile. of YS0... NMh e9 o Ugws l54 a m1 n t0 .somrod a MEo.t. S0ter �0.000 Net to a Res-NghIM nth M, rod hind for can right-all-woy IN. of Rea Mom Tait (a 5 fact bier right-of-way) The 00 td.pm OS minutes 50 .eCwd* Wen Iwl dap Ins east IN* of Red Mom Troll to a m.-eiNorth Iran rod found al me orinwnt area of Lot 20. Dock 1, or odd as C Ranch. Phalle k w,vevafo•U4 minutes l N, wW mange rat. 11000 feet to a nr-. tfl. non ton rod found at the eaetheest Ranch. dhow ben to sauteing' comer of at 31, bock 1 a feed w C corns In Pm u 03 south Inn* dogmas gold 2713113 net *ammo* . tacct MS02 land, mold point pointtb•np ono-half meth Ilrrods of that d 214.390 on trod of lend ww rlbed o Instrument to O. P. CRohm,ne% Jr. as recorded In Vd. Wei, Pegs de 440 Torrent County Deed Ream* tea aP.t.i�ntf711w4300 (e One! ldlaa 00..-Ighhkm at hsouthwest 548.74 feet comer oIOW2753net ot d pan bong in the root right -TA -Noy [In* of Waglay-Rebwt.on Rood; a . trod of lendegrees Wong the Newt tsI f IINgley-R ttsonn feat E. the PONTtCP .CONNING end n3 not g .sod al land. L °ARM'S INDICATION NOW rrcrORO. wOW ALL YEN BY 111E5r PRESENTS: NAT. 0 TEXAS, L.P., *atop by mut through the duly sulhaMad amc•rs, do hereby adopt the pat de Corn on oedMbnr property City of Corr Wyq, deettribed hereon *a VAR ao Natty PAWN.block td thepu . , Lpor one &ode 24 Let. ts y_ _ cyy n m e • t• and right• -of -war creOtedd dodNa Webby a•parate mt eon. atymddl a catty.figa. genets.the trees.tl of Fort Worth. R0011 have ein a'IIPo� to remove and IfeeP ony Mts which y endang . CO orIn Interfere with the Ica •.Wdp Intaw • e Itim at b'. miming of lit rr•ep•ctlw metes, m any of aN'a*Ton. ofet y caporM le cresting of w gh a-ot-eN My pun c utiit , du Ip • t e rl t al times of tereconettucya .n dd egresstion, s Retrofit". Pon andmaintaininport mid etsurnente los the 'Nanny Da : 4 t the necessity ty at ft,ta time o pro aw end �a' peml',mowing on el anyya e. subectt pert e p,�l Lone of E..wted thl Ih day f ID_ ll NNome STATE OF IETAS COVNllr OF - m0 BEFORE ME, the uner.Nned authorian ty n ama te I 'M Stole hereo1 Tn whosman• Y udaY Psmnoolaed ' lly foregoing h.trement and ac wl.dg d to m. thot M el/emoted ted Iri n. me for the purses and consideration therein espreseed m mt the cacny nln stated. OWN LIN DERdDY NANO ANO SEAL OF OFFICE IS _ day of 20_ Notary Public. State of Tome 9MRWE,aR'S CERTIFICATE KNOW ALL MEN BY THESEPRESENTS: 1. Den B the Iona Su a get do hercertify that I hart prepared Otis plat an t al on the grove ender d a,nnerauhn In accordance with comer monuments rule4 r. regulations a t. rortt Wih, Texas. my °w"' Den B. Ram..% RP.LS. No. 4172 STATE s OE T-COUNTY OF TARRANT - DEPORT NE. umr.IQ ed authority in When the Stalls of� i nth' cloy * .wally appeared Oan D. menu capacity to !hated t he *vacated person gate fin the purposes as mn.lddraaatlan therein .'¢r..an and In theOWN UNOOR MY HAND NN0 SEAL 0 Orfct Isle _ aoy f 20__. Notary Puce. State of i..a. SUBDIVISION PHASE 3A-3 REFERENCE Case No. PP-010-028 Case No. FP-012-014 RECORDED IN PLAT RECORDS TARRANT COUNTY, TEXAS DOCUMENT 1 DATE FORT WORTH CTIT PLAN 035114691014 CITY OP PORT IfORTN, TZa. Plat Append Date Sr edasleta Final Plat BAR C RANCH BLOCK 1, LOTS 8-20, 23-27 AND BLOCK Z LOTS 1-8; SEING 5.351 ACRES OUT OF THE JOHN WAGtEY SURVEY, ABSTRACT NO. 1597 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS CI TEXAS. LP. OWNER / DEVELOPER 5495 Beltllne Road, Suite 225 (972)702-8699 Doke. TX 75240 LI PARTNERS. INC. 16301 Quorum Drive, Suite 200 B Addison, Texas 75001 SURVLTT2N/ENGINEER (972)248-7676 26 LOTS Aorll 27, 2012 Sheet 2 of 2 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Project Item Information Bidlist Item No UNIT 1: WATER IMPROVEMENTS 3311.0261 3312.3003 3312.3002 Description 8" PVC Water Pipe 8" Gate Valve 6" Gate Valve Specification JSection No. 33 11 12 33 12 20 33 12 20 3312.0103 Connection to Existing 8" Water Main 33 12 25 3312.0001 Fire Hydrant 33 12 40 331 1.0001 Ductile Iron Water Fittings 33 11 11 TON 3312.2003 11' Water Service 33 12 10 EA IUNIT 1: WATER IMPROVEMENTS BID SUMMARY Unit of Measure LF EA EA Project Item Information Bidlist Item Specification No Description t Section No. J UNIT 2: SANITARY SEWER IMPROVEMENTS 3331.4115 3331.4116 3339.1001 3339.1003 3331.3102 3301.0001 3301.0002 3301.0101 9999.0001 8" PVC Sewer Pipe 8" PVC Sewer Pipe, CSS Backfill 4' Manhole 4' Extra Depth Manhole 4" Sewer Service, Two-way cleanout Pre -CCTV Inspection Post -CCTV Inspection Manhole Vacuum Testing (Connect to existing sanitary sewer UNIT 2: SANITARY SEWER CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 33 11 10 33 11 10 33 39 10 33 39 10 33 31 50 33 01 31 33 01 31 33 01 30 EA EA Unit of Measure LF LF EA VF EA LF LF EA EA 004243 BID PROPOSAL Page 1 of 2 Bidder's Application Bidder's Proposal Bid Quantity Unit Price 912 4 2 2 2 0.9 25 Bid Quantity 830 20 :5 10.0 25 850 850 5 2 IMPROVEMENTS BID SUMMARY $26.00 $1,070.00 $820.00 $800.00 $2,630.00 $5,120.00 $665.00 Bid Value Bidder's Proposal Unit Price i $32.75 $32.50 $2,335.00 $165.00 $500.00 $0.85 $0.85 $165.00 $595.00I 1 $23,712.00 $4,280.00 $1, 640.00 $1,600.0d $5,260.00 $4,608.00 $16,625.00 $57,725.00 Bid Value $27,182.50 $650.00 -$I1,675 oQ $1, 650.00 $12,500.00 $722.50 $722.50 $ 825.00 $1,190.00 $57,117.50 BAR C RANCH PHASE3A CITY PROJECT NO. 0191,.1 00 42 43_Bid Proposal Workbook (Utilitiesj.lxl SECTION 00 42 43 PROPOSAL FORM 004243 BIDPROPOSAL Page 2of2 • UNIT PRICE BID Bidder's Application BASE BID UNIT l: WATER IMPROVEMENTS BID SUMMARY UNIT 2: SANITARY SEWER IMPROVEMENTS BID SUMMARY TOTAL BASE BID ALTERNATE BID I 1 I I I TOTAL ALTERNATE BID 1 DEDUCTIVE ALTERNATE BID 1 1 1 1 TOTAL DEDUCTIVE ALTERNATE BID ADDITIVE ALTERNATE BID 1 I I I TOTAL ADDITIVE ALTERNATE BID $57,725.00 $57,117.50 $114,842.501 JTOTAL BID 1 $114,842.5U CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 BAR C RANCH PHASE 3A-3 CITY PROJECT NO. 0191, I 00 42 43_Bid Proposal Workbook (Utilities)ils SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Project Item Information Bidlist Item I No UNIT 4: PAVING IMPROVEMENTS 3213.0101 3211.0501 321 1.0400 3213.0508 3317.0110 9999.0001 9999.0002 9999.0003 3471.0001 Description 6" Conc Pvmt 6" Lime Treatment Lime 4' Barner Free Ramp, Type R-1 Special Rpprap [3"-5" Rock riprap] Street barricade Connect to existing concrete street pavement 'Remove rock riprap 'Traffic Control 00 42 43 BID PROPOSAL Page 1ofl Bidder's Application ISpecification Unit of Section No. Measure Bid Quantity 1 1 32 13 13 32 11 29 32 11 29 32 13 20 31 37 00 34 71 13 SY SY TN EA SY LF LF LS LS IUNIT 4: PAVING IMPROVEMENTS BID SUMMARY 1 1 BASE BID UNIT 4: PAVING IMPROVEMENTS BID SUMMARY TOTAL BASE BID ALTERNATE BID TOTAL ALTERNATE BID DEDUCTIVE ALTERNATE BID 1 I I TOTAL DEDUCTIVE ALTERNATE BID ADDITIVE ALTERNATE BID 1 1 I I TOTAL ADDITIVE ALTERNATE BID TOTAL BID CITY OF FORT WORTH STANDARD CONSTRUCI ION SPECIFICATION DOCUMENTS Form Revised 20120120 3,104 3,314 50 2 30 29 58 1 1 1 1 Bidder's Proposal Unit Price i $35.20 $3.25 $150.00 $1,000.00 $55.00 $45.00 $15.00 $800.001 $500.001 1 1 Bid Value $109,260.80 $10,770.50 $7,500.00, $2,000.00 $1,650.00 $1,305.00 $870.00 $800.00 $ 500.00 $134,656.30 $134,656.30 $134,656.30 $134,656.301 't BAR C RANCH PHASE 3A, 3 CITY PROJECT NO: 0191t 00 42 43_Bid Proposal Workbook (Paving);x1 UNIT PRICE BID SECTION 00 42 43 PROPOSAL FORM Project Item Information Bidlist Item Specification No Description Section No. UNIT 5: STREET LIGHTING IMPROVEMENTS 3441.3101 100W HPS PC Lighting Fixture 34 41 20 3441.3301 Rdwy Ilium Foundation TY 1,2, and 4 34 41 20 3441.3002 Rdwy Ilium Assmbly TY 8,11,D-25 and 34 41 20 EA D-30 3441.3011 2' CONDT PVC SCH 40 (T) 26 05 33 3441.1410 NO 10 Insulated Elec Condr 34 41 10 1 1 J Unit of Measure EA EA LF LF 004243 BID PROPOSAL Page l of l Bidder's Application IBid Quantity 3 3 3 152 426 Bidder's Proposal Unit Price $198.74 $477.18 $1,401.32 $2.65 $1.00 UNIT 5: STREET LIGHTING IMPROVEMENTS BID SUMMARY BASE BID UNIT 5: STREET LIGHTING IMPROVEMENTS BID SUMMARY TOTAL BASE BID ALTERNATE BID TOTAL ALTERNATE BID DEDUCTIVE ALTERNATE BID 1 TOTAL DEDUCTIVE ALTERNATE BID ADDITIVE ALTERNATE BID 1 1 1 1 I TOTAL ADDITIVE ALTERNATE BID TOTAL BID CITY OF FORT WORTH STANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS Form Revised 20120120 1 1 1 i 1 1 1 Bid Value . $596.22 $1,431.54 $4,203.9, $402.80 $426.00 $7,060.52 $7,060.52 $7,060.52 $7,060.52 BAR C RANCH PHASE 3A-3 CITY PROJECT NO. 01911 00 42 43_Bid Proposal Workbook (Street Lighting).x1 J