Loading...
HomeMy WebLinkAboutContract 48435 CITY SECRETARY UUfVI ACT NO. Developer and Project Information Cover Sheet: Developer Company Name: D.R. Horton-Texas, LTD. Address, State,Zip Code: 6751 North Freeway,Fort Worth,TX , 76131 Phone&Email: 817-230-0800,ZCMotley@drhorton Authorized Signatory,Title: Mark P. Allen Project Name and Brief The Villages of Eagle Mountain Phase III Description: Project Location: A.S. Roberts Survey,Abstract No. 1262 Plat Case Number: FP-016-007 Plat Name: The Villages of Eagle Mountain Mapsco: 32U Council District: 7 City Project Number: 100327 CFA Number: 2016-071 DOE Number: None To be completed by staff Received by: Date: OFFICIAL RECORD City of Fort Worth,Texas CITY SECRETARY Standard Community Facilities Agreement FT. WORTH TX CFA Official Release Date: 10.07.2015 s Page 1 of 11 STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, D.R. Horton - Texas, LTD, ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as The Villages of Eagle Mountain Phase III ("Project") within the City or the extraterritorial jurisdiction of Fort Worth, Texas ("City"); and WHEREAS, the City has no obligation to participate in the cost of the Improvements or Project; and WHEREAS, any future City participation in this CFA is subject to the availability of City funds and approval by the Fort Worth City Council and shall be memorialized as an amendment to this Agreement; and WHEREAS, the Developer and the City desire to enter into this Community Facilities Agreement ("CFA" or "Agreement") in connection with the collective Improvements for the Project. NOW, THEREFORE, for and in consideration of the covenants and conditions contained herein,the City and the Developer do hereby agree as follows: General Requirements A. The Policy for the Installation of Community Facilities ("Policy") dated March 2001, approved by the City Council of the City of Fort Worth, as amended, is hereby incorporated into this Agreement as if copied herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. B. Developer shall provide financial security in conformance with paragraph 6, Section II, of the Policy and recognizes that there shall be no reduction in the collateral until the Project has been completed and the City has officially accepted the Improvements. Developer further acknowledges that said acceptance process requires the Developer's contractor(s) City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 2 of 11 to submit a signed affidavit of bills paid and consent of Surety signed by its surety to ensure the contractor has paid any sub-contractor(s) and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full by Developer for all the services provided under this contract. C. Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City-approved construction plans, specifications and cost estimates provided for the Project and the exhibits attached hereto. D. The following checked exhibits describe the Improvements and are incorporated herein: Water (A) 0' Sewer (A-1) 'N, Paving (B) , Storm Drain (B-1) N, Street Lights & Signs (C) l� E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section II, paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section II, of the Policy. Developer shall ensure its contractor(s)pays the then-current City-established wage rates. F. For all Improvements included in this Agreement for which the Developer awards construction contract(s), Developer agrees to the following: i. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to meet City's requirements for being prequalified, insured, licensed and bonded to do work in public ways and/or prequalified to perform water/wastewater construction as the case may be. ii. To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent (100%) of the contract price of the infrastructure, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the infrastructure for a period of two (2) years from the date of final acceptance insuring the maintenance and repair of the constructed infrastructure during the term of the City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 3 of 11 maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253, Texas Government Code. iii. To require the contractor(s) it hires to perform the construction work contemplated herein to provide insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer-awarded infrastructure construction contracts. The City shall be named as additional insured on all insurance required by said documents and same will be evidenced on the Certificate of Insurance (ACORD or other state- approved form) supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours advance notice of intent to commence construction to the City's Construction Services Division so that City inspection personnel will be available; to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces, to not install or relocate any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. V. To require its contractor to have fully executed contract documents submitted to the City in order to schedule a Pre-Construction Meeting. The submittal should occur no less than 10 working days prior to the desired date of the meeting. No construction will commence without a City-issued Notice to Proceed to the Developer's contractor. vi. To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement, if any, until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. G. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the improvements under this Agreement. H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the Improvements required herein. City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 4 of 11 I. City shall not be responsible for payment of any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. J. Developer hereby releases and agrees to indemnify, defend and hold the City harmless for any inadequacies in the preliminary plans, specifications and cost estimates supplied by the Developer for this Agreement. K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer and required for the construction of the current and future improvements provided for by this Agreement. L. The Developer further covenants and agrees to, and by these presents does hereby, fully indemnify, hold harmless and defend the City, its officers, agents and employees from all suits, actions or claims of any character, whether real or asserted, brought for or on account of any injuries or damages sustained by any persons (including death) or to any property, resulting from or in connection with the construction, design, performance or completion of any work to be performed by said Developer, its contractors, subcontractors, officers, agents or employees, or in consequence of any failure to properly safeguard the work, or on account of any act, intentional or otherwise, neglect or misconduct of said Developer, its contractors, sub-contractors, officers, agents or employees, whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. M. Developer will further require its contractors to indemnify, defend and hold harmless the City, its officers, agents and employees from and against any and all claims, suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from, or in any way connected with, the construction of the infrastructure contemplated herein, whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. Further, Developer will require its contractors to indemnify, and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 5 of 11 construct the improvements in a good and workmanlike manner, free from defects, in conformance with the Policy, and in accordance with all plans and specifications. N. Upon completion of all work associated with the construction of the Improvements, Developer will assign to the City a non-exclusive right to enforce the contracts entered into by the Developer with its contractor along with an assignment of all warranties given by the contractor, whether express or implied. Further, Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. O. Inspection and material testing fees are required as follows: i. Developer shall pay in cash water and wastewater inspection fees and material testing fees equal to two percent (2%) for a total of 4% of the developer's share of the total construction cost as stated in the construction contract. ii. Developer shall pay in cash paving and storm drain inspection fees equal to four percent (4%) and material testing fees equal to two percent (2%) for a total of 6% of the developer's share of the total construction cost as stated in the construction contract. iii. Developer shall pay in cash the total cost of streetlights or if the city is not installing the streetlights, inspection fees equal to four percent (4%) of the developer's share of the streetlight construction cost as stated in the construction contract. iv. Developer shall pay in cash the total cost of street signs. P. COMPLETION WITHIN 2 YEARS i. Developer shall complete the Improvements within two (2) years, provided, however, if construction of the Improvements has started within the two year period, the developer may request that the CFA be extended for one additional year. ii.. Nothing contained herein is intended to limit the Developer's obligations under the Policy, this Agreement, its financial guarantee, its agreement with its contractor or other related agreements. iii. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the construction of the Improvements if at City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 6 of 11 the end of two (2) years from the date of this Agreement (and any extension period) the Improvements have not been completed and accepted. iv. The City may utilize the Developer's financial guarantee to cause the completion of the construction of the Improvements or to cause the payment of costs for constrgction of same before the expiration of two (2) years if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction, the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 7 of 11 Cost Summary Sheet Project Name: The Villages of Eagle Mountain Phase Ill CFA No.: 2016-071 CP No.: 100327 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 $ 241,029.20 2.Sewer Construction $ 265,406.40 Water and Sewer Construction Total $ 506,435.60 B. TPW Construction 1.Street $ 627,841.92 2.Storm Drain $ 258,233.90 3.Street Lights Installed by Developer $ 90,902.66 4. Signals $ - TPW Construction Cost Total $ 976,978.48 Total Construction Cost(excluding the fees): $ 1,483,414.08 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 10,128.71 D. Water/Sewer Material Testing Fee(2%) $ 10,128.71 Sub-Total for Water Construction Fees $ 20,257.42 E. TPW Inspection Fee(4%) $ 35,443.03 F. TPW Material Testing(2%) $ 17,721.52 G. Street Light Inspsection Cost $ 3,636.11 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 56,800.66 Total Construction Fees: $ 77,058.08 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 1,483,414.08 x Completion Agreement=100%/Holds Plat $ 1,483,414.08 Cash Escrow Water/Sanitary Sewer=125% $ 633,044.50 Cash Escrow Paving/Storm Drain=125% $ 1,221,223.10 Letter of Credit=125%w/2yr expiration period 1 $ 1,854,267.60 City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 8 of 11 ACCORDINGLY,the City of Fort Worth and Developer have each caused this instrument to be executed in quadruplicate in each entity's respective name by its duly authorized signatories effective as of the date executed by the City's City Manager or his/her designee. CITY OF FORT WORTH DEVELOPER D.R.Horton-Texas,LTD. ,a Texas Limited Partnership By: D.R.Horton,Inc.,a Delaware Corportation, Its Authorized Agent Jesus J. Chapa Assistant City Manager Date: Name: Mark P.Allen Recommended by: Title: Assistant Secretary Date: ATTEST: (Only if required by Developer) Wendy Chi- abulal, EMBA, P.E. Development Engineering Manager Water Department Signature Name: �cJ Dougli sig, P.E. Direct r '_ Transportation &Public Works Department ®�� � ®Q Approved as to Form &Legality: V 8 6 O 7 �p ATTEST: � ��� . 4 .- ,� Richard A. McCracken Assistant City Attorney M&C No. MIA Mary'J. Key City Secretary Date: Ila 0tA Fow... 1295: N/14- OFFICIAL RECORD CITY SECRETARY City of Fort Worth,Texas FT. WORTH,TX Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 9 of 11 Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment ®' Attachment 1 -Changes to Standard Community Facilities Agreement Location Map Exhibit A: Water Improvments Water Cost Estimate ® Exhibit A-1: Sewer Improvements Sewer Cost Estimate ® Exhibit B: Paving Improvements Paving Cost Estimate ® Exhibit 13-1: Storm Drain Improvements Storm Drain Cost Estimate ® Exhibit C: Street Lights and Signs Improvements Street Lights and Signs Cost Estimate (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 100327 None City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 11 of 11 Page 1 ur2 FILE DISPLAY FOR: CFA SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Villages of Eagle Mountain-Phase III UNIT PRICE BID Project Item Information Bidders Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value UNIT I:WATER IMPROVEMENTS 3305.0109 Trench Safety 33 05 10 LF 4,477 $0.10 $447.70 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 TON 1.47 $6,900.00 $10,143.00 3311.0241 8"Water Pie 33 11 10,33 11 12 LF 4,477 $23.50 $105,209.50 3312.0001 Fire Hydrant 33 12 40 EA 4 $3,500.00 $14,000.00 3312.0117 Connection to Existing 4"-12"Water Main 33 12 25 EA 7 $600.00 $4,200.00 3312.2003 1"Water Service 331210 EA 133 $703.00 $93,499.00 3312.3003 8"Gate Valve&Box 33 12 20 JEA 11 $1,230.001 $13,530.00 TOTAL UNIT I:WATER IMPROVEMENTS $241,029.20 Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value UNIT It:SANITARY SEWER IMPROVEMENTS 3301.0002 Post-CCN Inspection 3301 31 LF 4,221 $1.40 $5,909.40 3301.0101 Manhole Vacuum Testing 3301 30 EA 16 $110.00 $1,760.00 3305.0109 Trench Safety. 33 05 10 LF 4,221 $1.00 $4,221.00 3331.31014"Sewer Service(SDR-26,ASTM D3034) 3331 50 EA 146 $605.00 $88,330.00 3331.4115 8"Sewer Pipe(SDR-26,ASTM D3034) 33 11 10,33 31 12,33 3120 LF 1,191 $26.00 $30,966.00 3331.4115 8"Sewer Pipe(SDR-26,ASTM D2241) 33 11 10,33 31 12,33 3120 LF 3,030 $27.00 $81,810.00 3331.4116 8"Sewer Pipe,CSS Backfill 33 11 10,33 31 12,33 31 20 LF 380 $16.00 $6,080.00 3339.1001 4'Manhole 33 39 10,33 39 20 EA 16 $2,200.00 $35,200.00 3339.1003 4'Extra Depth Manhole(>6') 33 39 10,33 39 20 VF 71 $110.00 $7,810.00 9999.0001 Hydraulic Slide 00 00 00 EA 2 $60.00 $120.00 9999.0002 Connect to Existing 8"Sewer Stub 00 00 00 EA 4 $500.00 $2,000.00 9999.0003 Connect to Existing Sewer Manhole 00 00 00 EA 1 $1,200.00 $1,200.00 TOTAL UNIT It:SANITARY SEWER IMPROVEMENTS $265,406.40 Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value UNIT III:DRAINAGE IMPROVEMENTS 0241.4201 Remove 4'Drop Inlet 0241 14 EA 1 $800.00 $800.00 3137.0102 Large Stone Riprap,dry 31 37 00 SY 50 $50.00 $2,500.00 3305.0109 Trench Safety 33 05 10 LF 2,451 $0.40 $980.40 3341.020121"RCP,Class III 3341 10 LF 290 $47.00 $13,630.00 3341.0205 24"RCP,Class III 3341 10 LF 1,114 $52.00 $57,928.00 3341.0208 27"RCP,Class III 3341 10 LF 271 $58.50 $15,853.50 3341.0302 30"RCP,Class III 3341 10 LF 669 $67.00 $44,823.00 3341.0309 36"RCP,Class III 3341 10 LF 33 $91.00 $3,003.00 3341.0402 42"RCP,Class ill 3341 10 LF 74 $116.50 $8,621.00 3349.0001 4'Storm Junction Box 33 49 10 EA 6 $3,850.00 $23,100.00 3349.0002 5'Storm Junction Box 33 49 10 EA 1 $4,395.00 $4,395.00 3349.5001 10'Curb Inlet 33 49 20 EA 19 $3,400.00 $64,600.00 3349.5003 20'Curb Inlet 33 49 20 EA 1 $5,900.001 $5,900.00 9999.0007 10'Curb Inlet(5'Depth) 33 49 20 EA 1 $3,500.001 $3,500.00 9999.0009 42"Sloped End Headwall 00 00 00 EA 1 $2,300.001 $2,300.00 9999.0010 Pipe Collar 00 00 00 EA 1 $300.001 $300.00 9999.0019 20'Curb Inlet(5'Depth) 33 49 20 EA 1 $6,000.001 $6,000.00 TOTAL UNIT III:DRAINAGE IMPROVEMENTS $258,233.90 VOL[Phase ID CFA Quantities Page'_ar> UNIT PRICE BID Project Item Information Bidders Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value UNIT IV:PAVING IMPROVEMENTS 3211.0400 Hydrated Lime(30#/SY) 32 11 29 TN 257 $160.00 $41,097.60 3211.0501 6"Lime Treatment 3211 29 SY 17,124 $2.00 $34,248.00 3213.0101 6"Conc Pvmt 32 13 13 SY 16,063 $31.94 $513,052.22 3213.0301 4"Conc Sidewalk 32 13 20 SF 1,480 $4.50 $6,660.00 3213.0501 Barrier Free Ramp,Type R-1 32 13 20 EA 12 $1,116.00 $13,392.00 3213.0504 Barrier Free Ramp,Type M-2 32 13 20 EA 4 $807.00 $3,228.00 9999.0004 Remove Barricade&Connect to Existing Pavement 00 00 00 EA 8 $240.00 $1,920.00 9999.0005 Pavement Header 00 00 00 LF 58 1 $9.95 $577.10 9999.0006 Install Type III Barricade&Rip Rap 00 00 00 EA 2 $3,421.00 $6,842.00 9999.0012 Furnish/Install Alum Sign Ground Mount City Std.-Stop&Blade Pair 00 00 00 EA 5 $470.00 $2,350.00 9999.0013 Furnish/Install Alum Sign Ground Mount City Std.-Stop Only 00 00 00 EA 2 $416.00 $832.00 9999.0014 Furnish/Install Alum Sign Ex.Pole Mount-Stop Only 00 00 00 EA 1 $113.00 $113.00 9999.0015 Furnish/Install Alum Sign Street Light Mount-Blade Pair Only 00 00 00 IEA 1 $202.00 $202.00 9999.0016 Rdwy Sign-W1-1 L 00 00 00 JEA 2 $416.00 $832.00 9999.0017 Rdwy Sign-W1-1 R 160 00 00 JEA 2 $416.00 $832.00 9999.0018 Rdwy Sign-W13-1P 00 00 00 JEA 4 $416.00 $1,664.00 TOTAL UNIT IV:PAVING IMPROVEMENTS $627,841.92 Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value UNIT V:STREET LIGHTING IMPROVEMENTS 2605.3015 2"CONDT PVC SCH 80(T) 26 05 33 LF 1,922 $8.92 $17,144.24 3441.1502 Ground Box Type B,w/Apron 3441 10 EA 12 $188.00 $2,256.00 3441.3001 Rdwy Ilium Assmbly TY 4 34 41 20 EA 21 $504.00 $10,584.00 3441.3301 Rdwy Illum Foundation TY 4 3441 20 EA 21 $1,242.00 $26,082.00 3441.3345 Rdwy Ilium TY D-25-6 Pole 3441 20 EA 21 $1,420.00 $29,820.00 9999.0011#6 Aluminum Conductor 00 00 00 LF 5,766 $0.87 $5,016.42 TOTAL UNIT V:STREET LIGHTING IMPROVEMENTS $90,902.66 Bid Summary UNIT I:WATER IMPROVEMENTS $241,029.20 UNIT II:SANITARY SEWER IMPROVEMENTS $265,406.40 UNIT III:DRAINAGE IMPROVEMENTS $258,233.90 UNIT IV:PAVING IMPROVEMENTS $627,841.92 UNIT V:STREET LIGHTING IMPROVEMENTS $90,902.66 Total Construction Bid $1,483,414.08 VOFNI Ph-M CPA Quavtitics 1220 PROJECT BAILEY- B❑ZW L LOCATION Luke Country Golf l PP 4 c 0 w E 0 W B❑AZ u o Q O Pel N ROBERTSv� 0Ld 00w pp 3 0 ry r i W z TFF L 12 0 x i 3 M 0 m t a a w a N L X W co 1"=3,000' o / 0 a MAPSCO PAGE 32U VILLAGS OF 0 COUNCIL DISTRICT NO. 7 TMOUNTA NE PHASE III to M JACOBS3 J VICINITY MAP 777 MAIN STREET i FORT WORTH, TX 76102 PHONE 817-735-6000 gig mi CONNECT TO UIUK _-/OEM =rm-8" W L-2--L WATERLINE --- g 10 g 1IDE LANE EXISTI G N --- ( 11 CD 8 11 7 I 12 7 12 I SCALE:1" = 200' - — 6 13 6 I y 13 EX 12" WL EX 12" WL 5 00 14 5 14 5 1 31 30 w E SH LL. ST EET w 4 15 15 Z CON ECT T XI TIN w 4 00 a- 4 z 32 29 EEygjEl UNE VOM I I w 3 ( 16 3 J16 3 33 28 Cl+ In - 2 _o_ 17 2 w 17 2 CD xIn 34 27 w15 14 13 12 11 10 9 8 7 6 5 4 3 2 1 p cn 1 R 18 1 1`�`oNNE T TO IY 35 26 00 -' w FUTURE 8" WL-9 w VOEM SOUTH 8" WL-1 1 AV CRS WA WATERLINE Q_ CPN 10059 3 6 25 CO NECT 29 1>9 8 7S 6 J5 4 3 2 1 37 24 23 22 21 20 19 1817 16 15 14 13 12 1 1 10 9 8 a' NOWA LIN -D- 8 wo 11 11 38 CH YE NE RI GE PH SE 1 w 7 V 9 a TING s VOM PHASE 1 AB A, LI E 33 P C.T.R.T. 26 0 10 1 1 12 13 W RUNE MATCHLINE SEE THIS SHEET C. .# D2150 53 0 .R. .C. . --- 10 25 �8�� WL-12 15 00 14 24 0 EG N RIV z Io EXISTING 17 18 19 20 13 CHEYENNE 23 -i z7 *CANNOT CONNECT TO EXISTING WATER w 22 0 12 Y6 PH II LINES UNTIL THE CITY OF FORT WORTH I 16 ll 00 1 INSPECTS, TESTS, & APPROVES i 21 -I � M 15 EXISTING 10 5 4 3 2 1 a 20 00 14 VOEM 1 9 19 13 8" WL-10 18 12 8 7 04 3 21V 1 �_ w 17 11 00 0 5 C NST1N a� N 16 WA NE U MATCHLINE SEE THIS SHEET BOWMAN ROBERTS OAD LEGEND THE VILLAGES OF EAGLE o PROPOSED WATER LINE EXISTING WATER LINE — — — — — — 00 PROPOSED GATE VALVE EXISTING GATE VALVE — MOUNTAIN-PHASE III ZJACOBS® 3 PROPOSED FIRE HYDRANT � EXISTING FIRE HYDRANT — — — — — LIMITS OF PROJECT _ _ WATER 777 MAIN STREET FORT WORTH, EXHIBIT 'A' PHONE 8117-736 6000 --- = ==t -E-X--8"- --EX-&" ---L NECT TO ExisnNc9 10 g 1 LANE —EXISTINGVOEM 11 N 11 CD 8 11 7 12 7 12 CONNECT TO , ExisnNc I SCALE:1" = 200' EX &" -- E 8 - E B„ 6 13 6 X13 - --- 5 14 5 � 14 5 31 30 w S SHELL ST EET w z 4 15 4 x W 15 XI TIN F --- 3 00 w 16 4 z 32 29 g oa" Nc VOM II cn 3 16 3 -_- J 33 28 2id �- 17 2 co - 2 CD o- 1 18 1 w 18 a_ 34 27 N w15 14 13 12 11 10 9 8 7 6 5 4 3 2 1 0 3526 l 00 E s �_ I�8' SS 13�� SS 13� 36 AV CR ST WA S IPJ C NE 25 _w_ 29 d 19 8 7 6 5 4 3 2 1 37 24 23 22 21 20 19 18 17 16 15 14 13 12 1 1 10 9 8 0 w 38 CH YE NE RI GE PH SE 1 wg 7 Y VOM PHASE 1 AB A, LI E 332P.R.T.C.T._ = o MATCHLINE SEE THIS SHEET 26 w D2150 53 0 R. .C. . 0 10 1 1 12 13 C, •# --- 10 04 25 15 - -- -- - — — - ---- dSS 16 14W9 co 24MO EG N FA—V �-o EXISTING U) 17 18 19 20 13 V) CHEYENNE 23 cn z7 RIDGE *CANNOT CONNECT TO EXISTING SEWER W 22 00 16 12 00 Y6 PH II LINES UNTIL THE CITY OF FORT WORTH ---\ 21 ( 11 w 1 = INSPECTS, TESTS, & APPROVES 15 EXISTING 10 0 20 14 VOEM I g 5 4 3 2 1 a 19 0 o S— 5 1 18 I 8 PO AN RIV 1 w t cc/) 12 7 6 5 4 3 I = w 17 11 0 CONN STIN ul Go 16 00 N n U MATCHLINE SEE THIS SHEET OWMAN ROBERTS ROAD LEGEND THE VILLAGES OF EAGLE PROPOSED SANITARY SEWER MOUNTAIN-PHASE III 00 z PROPOSED MANHOLE x J/�COBS EXISTING SANITARY SEWER WASTEWATER B EXISTING MANHOLE 777 MAIN STREET FORT LIMITS OF PROJECT -- EXHIBIT 'A1' PHONE 8117-735 6000 ==t - - - - - - - - --- 9 10 9 1 LANE EXISTING N 8 1 1 - 7 I 12 7 12 I SCALE.1" = 200' 6 13 6 ::>-13 5 14 5 I: 145 SE SH LL ST E1 w 31 30 z --- 4 15 4 I. .w15 4 :w 2 29 XI TIN 3 O z VM II 3 I: 16 I CL 3 : w 16 3 33 ( 28 •-i 2 2 (: 17 2 517 2 0 c o 1 18 1 w 18 .In 34 27 :�15 14 13 12 1 1 10 9 8 7 6 5 4 3 2 1 z 0 _ ._ 1 —35 26 . .. .. .... .... . . . .... .. . ..:.. .:.. .:.. .... .. .. . :...:...:. . . W �- . .. .. .. .... .. .. w 1 '• Q_ _ . 36 _ .•_.•. .. . . : : : : 25 AV CRSTW > S IP C NE N w 29 :1>9 8 7 6 5 4 3 2 1 37 24 23 22 21 20 19 18 17 16 15 14 13 12 1 1 10 9 8 LL- 9 CH YE NE RI GE PH SE 1 7 � Y VO M PH SE 1 CAB A, LI E 33 P.R.T. 26 C.T. o MATCHLINE SEE THIS SHEET D2150 53 0 .R. .C. . = a_ 11 12 13 C. # --- . 10 - -- -- - — — 25 ... . ..... . .. .. . .. 15 19 --- •w 24 MO EG N RIV 14 23 17 18 19 20 13 :�o EXISTING CHEYENNE zRIDGE w `\ 22 16 12 :Y6 PH II i -= 21 11 :w 1 N 15 EXISTING 10 0 a 2014 VOEM I g 5 4 3 2 1 19 - ----- . - 0 18 8 Po 4 N3.•..2.IV. .1.. x 12 7 6 5 = W 17 11 0 00 16 o MATCHLINE SEE THIS SHEET BOWMAN ROBE ',—TSOAD LEGEND THE VILLAGES OF EAGLE PROPOSED 29'B/B PROPOSED 4'SW a ROADWAY/50'ROW (BY DEVELOPER) MOUNTAIN- PHASE III X PROPOSED ADA RAMPS PROPOSED 4 SW J/�C��BS® 3� 3 (BY DEVELOPER) (BY HOMEBUILDER) LIMITS OF PROJECT - - PAVING 777 MAIN STREET EXHIBIT 'B' PHONE 811n71--735 60100 -— ` o-< Dc -- ING N 27' o x '09 9 �9 �-I— ....._ _ � PO D 10 1 LANE X EXISTI G N 11 VOEM 11 8 1 EX 24 co --- x 7 �0 12 7 12 w I SCALE:1" = 200' 6 13 6 13 - EX 'x4' I EX 4'x4' ' a 4 EX 48" EY 42" __-- 5 14 5 1 3'14 5 x 31 30 0� w EX 3 FSEISHE'LL ST EET w 4 15 4 15 w z XI TIN - --- cn 4 1 z 32 29 x g VOM II N 3 16 3 w16 3 1 J x 7 1 33 28 -�- I 17 2 Q 17 2 r� 2 2 w CD cn 1 18 1 w 18 1 w (Y 35 I 27 ui15 14 13 12 11 10 9 8 7 6 5 4 3 2 1 p 26 24" 7 EX 24„ bj o -Q- 24" 36 1 — — IPJ C NET 25 AV CR ST WA cn _ w 29 9 8 7-1'6 5 4 3 2 1 37 24 23 22 21 20 19 18 17 16 15 14 13 12 1 1 10 9 8 N 38 JCH YE NE1RI GE PH SE 1 w g 7 N Y VO M PHASE 1 AB A, LI E 33 P R.T.C.T. o MATCHLINE SEE THIS SHEET C. D2150 53 0 .R. .C. . b � 26 �10 1 1 12 13 i �# \ � 10 15 ---- 25 4,. i 14 N Iw9 - - - - - - -- 24 MO EGAIN RIV Io EXISTING 23 17 18119120 13 w7 CHEYENNE z W 1 22 12 Y6 PH4hl - 16 11 a- 1lil M 21 15 EXISTING 10 0 20 N 14 VOEM I 9 5 4 3 2 19 q 18 12 8 PO AN RI r 7 6 5 4 3 2 = x 17 11 0 i � 16 - a MATCHLINE SEE THIS SHEET --IOWMAN ROBERTS ROAD �T� LEGEND i PROPOSED STORM DRAIN LINE THE VILLAGES OF EAGLE PROPOSED INLET T MOUNTAIN- PHASE III tq PROPOSED MANHOLE JACOBS® o EXISTING STORM DRAIN LINE — — �— — STORM DRAIN 777 MAIN STREET LIMITS OF PROJECT - - EXHIBIT 'B1' HONE 817-735-6000 --� --L -- 9 10 9 1 LANE EXISTI G N --- ( 11 g 11 7 12 7 12 I SCALE:1" = 200' 6 13 6 >-13 0 --- 5 14 5 14 5 31 30 w SE SH L ST EE w 4 15 4 L'j 15 ZLr- XI TIN 4 z 32 29 g VOM II 3 16 3 J16 3 33 28 _ 2 i- 17 2 ¢17 2 2 0 0 1 18 w �� 34 27 n15 14 13 1L21 10 9 8 7 6 5 4 3 2 1 zo 1 18 1 LL Y 35 26 I— L Q 36C NE 1 25 _ — AV CR ST WA w 29 ( NE �9 8 7S 6 J 5 4 3 2 1 37 24 23 22 21 20 19 18 17 16 15 14 13 12 1 1 10 9 8 °0 -j- 8 (0 38 CH YE NE 1 RI GE PH SE 1 9 7 Y VOM PHASE 1 AB A, LI E 33 P R.T.C.T. o MATCHLINE SEE THIS SHEET C, D2150 53 0 R. .C. . a 26 w10 11 12 131 10 --- 25 N 15 9 - -- -- - — — __ w � - I W 24 MO EG N RIV 14 23 17 18 19 20 13 �� EXISTING w w7 CHEYENNE X \ 12 z W 22 Y6 kcuw -- 16 11 1 M -- 21 � 15 EXISTING 10 20 14 VOM I 9 5 4 3 19 r q 1 18 8 PO ANr 12 7 6 5 4 3X 17� 0 16 v MATCHLINE SEE THIS SHEET BOWMAN ROBERTS ROAD THE VILLAGES OF EAGLE LEGEND MOUNTAIN-PHASE III 00 X EXISTING SINGLE STREET LIGHT o o PROPOSED SINGLE STREET LIGHT •-.E JACOBS STREET LIGHTS 777 MAIN STREET J i LIMITS OF PROJECT — — EXHIBIT 'C' PHONE 8871, TX 76102 735-6000 ---- ---L -- g 010 9 0 1 JTUE LANE EXISTI G N --- 11 CD 8 11 --- 7 12 7 12 I SCALE:1" = 200' 6 13 6 X13 - r --- 5 14 5 X14 5 31 30 w S SH LL ST EET w 4 LL 15 45 z EXISTING f- --- o- 4 z 32 29 g VOM II 3 16 3 a- 3 w16 -_- cn J 33 28 _ 2 D 17 2 W17 2 w 4 27 Q 2 z 1 018 1 0 1 g 1 �w 3 �15 14 13 12 11 10 9 8 7 6 5 4 3 2 1 J _ _ Y 35 26 Ld (QEXISTING STOP SIGN _ 36 1 — — AV CR ST WA e E ONEr UG E 29 O S IPJ C NE 25 LE N w 9 8 7 6 5 4 3 2 10 37 24 23 22 21 20 11111117 16 15 14 13 12 11 10 9 8 0 z 8 �LL- w 38 CH YE NE1RI GE PH SE 1 LL g 7 VOM PHASE 1 AB A, SLIEE 33 P R.T.C.- o 26 �10 11 12 13 MATCHLINE SEE THIS SHEET C.(,.# D2150 53 0 .R. .C. . C --- 15 25 146. — 24 MO EG N RIV Io EXISTING 23 17 18 19 20 13 w7 CHEYENNE z W 22 12 Y6 PH II 16 11 1 > M -- 21 ( _ 15 EXISTING 10 0 a 1 20 14. VOEM I P17 5 4 3 2 1 a 19 w 18 12 PO AN TNI uj t 6 5 4 3 2 1 =W 17 11 0 16 U MATCHLINE SEE THIS SHEET BOWMAN ROBERTS ROAD INSTALL STOP SIGN 0 LEGEND ON EXISTING POLE THE VILLAGES OF EAGLE o STOP SIGN & STREET NAME BLADE p ' STREET LIGHT TO INCLUDE 0 W/ POLE & FOUNDATION STREET NAME BLADE MOUNTAIN- PHASE III 3 rn RIGHT TURN / LEFT TURN SIGN X LIMITS OF PROJECT _ _ JACOBS® STREET SIGNS 777 MAIN STREET i" FOUNDATION STOP SIGN W/ POLE & o EXHIBIT �C�� FORT WORTH, TX 76102 PHONE 817-735-6000