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