Loading...
HomeMy WebLinkAboutContract 33384 COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, KBL II Partners, LTD., hereinafter called "Developer", desires to make certain improvements to Valley Brook Estates Phase 1, an addition to the City of Fort Worth, Texas; and WHEREAS, the said Developer has requested the City of Fort Worth, a municipal corporation of Tarrant and Denton Counties, Texas, hereinafter called "City", to do certain work in connection with said improvements. 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: I. 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, is hereby incorporated into this Community Facilities Contract as if copy herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder. B. The requirements of the Policy shall govern this Community Facilities Agreement, provided, however, that any conflict between the terms of this Community Facilities Agreement and the Policy shall be resolved in favor of this Agreement. C. Developer shall provide financial security in conformance with paragraph 6, Section II, of the Policy. D. Developer acknowledges that there shall be no reduction in the amount of financial security prior to project completion and acceptance by the City. E. The Developer shall award all contracts for the construction of community facilities in accordance with Section II, paragraph 7 of the Policy. 03-30-06 `3 : 09 1 N 1 v1TY F. The contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section II, of the Policy. G. 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, 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. H. Developer shall install or adjust all of the required utilities to serve the development or to construct the improvements required herein. I. In the event that City participation exceeds $25,000, Developer agrees that no street construction or storm drainage will begin prior to City Council approval of this Community Facilities Agreement. (Article 104.100, Ordinance 7234). J. Developer agrees that no lot shall be occupied under a certificate of occupancy until the improvements required herein have been constructed (Article 104.100, Ordinance 7234). K. Developer hereby releases and agrees to indemnify and hold the City harmless for any inadequacies in the preliminary plans, specifications and cost estimates supplied by the Developer for this contract. L. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer required to 2 CAT construct current and future improvements provided for in this agreement. M. Developer agrees to construct proposed improvements as shown on the exhibits attached hereto. The following exhibits are made a part hereof. Water (A)None; Sewer (A-1) None; Paving (B)Attached Stonn Drain (B-1) Attached; Street Lights and Signs (C) Attached. N. City shall not be responsible for any costs that may be incurred by Dev loper in the relocation of any utilities that are or may be in con ict with any of the community facilities to be installed hereunder. II. Street and Sto Drain Facilities A. The De eloper(s) agree to install or to cause to have installed, the street, storm drainage, street lighting, street name sign and other community facilities improvements shown as "current improvements" on the attached Exhibits B, B 1, and C. B. As shown below in the "Summary of Cost for Street and Storm Drain Facilities", the Developer shall fund its share of "current improvements" and shall pay to the City for its share of the cost of street, storm drainage, street lighting, street name signs as shown on the attached Exhibits B, B1, and C. The estimated total cost of current improvements and related support services specified in this agreement, including design, construction and inspection is estimated to 5834,700.97. u �� SUMMARY OF COST Valley Brook Estates Phase I Item Developer City Cost Total Cost Cost A. Construction $ - 1. Streets $566,862.98 $ 566,862.98 2. Storm Drainage $233,964.88 $ 233,964.88 3. Street Lights 4% Insp. Fee $1,440.00 $ 1,440.00 4. Street Name Signs $400.00 $ 400.00 B. Engineering Design $ - C. Construction Engineering and Management by DOE 4% $ 32,033.11 $ 32,033.11 TOTALS $ 834,700.97 $ - $ 834,700.97 Notes: 1. All Preliminary Plats filed after July 2000 will require sidewalks on all streets. 2. Developer's column for Item C represents four percent (4%) cost for construction inspection fees. The City will pay additional inspection fee over 4%. 3. City not preparing plans and specifications. 4 U `" 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, d said De eloper has executed this instrument in triplicate,at Fort Worth,Texas this theday of 2006. RECEIVED Approval Recommended: Transportation and Public.Work Department 14� Xr Robert Goode, P. E. Director it of Fo W h ENO M&C=REQUIRED Marc Ott Assistant City Manager (ATTEST: Marty Hendrix City Secretary Approved as to Form: KBL II PARTNERS, LTD., a Texas limited partnership Assi ty Attorney By: Lennar Texas Holding Company, a Texas corporation, General Partner ' ATTEST: DEVELOPER By: Corporate Secretary Steve Lenart,Vice President 5 CITY 2 C-^4U Uff 7 t;FIO HR' PH. PART B—PROPOSAL DEVELOPER AWARDED CONTRACTS This proposal must not be removed from this book of Contract Documents. TO: KBL II Partners, Ltd. c/o Goodwin and Marshall, Inc. 2405 Mustang Drive Grapevine, Texas 76051 PROPOSAL FOR: PROJECT NAME VALLEY BROOK PHASE 1 FILE NO. W-1770 D.O.E. NO: 5086 X NO. Includes the furnishing of all materials, except materials specified to be furnished by the City, equipment and labor for the installation of paving facilities and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: VALLEY BROOK, PHASE 1 Pursuant to the foregoing Notice to Bidders', the undersigned Bidder, having thoroughly examined the Contract Documents, including plans, special contract documents, the General Contract Documents and General Specifications for Water Department Projects, the General Contract Documents and General specifications for Transportation and Public works Projects, the site of the project and understanding the amount of work to be done, and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment and material except as specified to be furnished by the City, which is necessary to fully complete the work as provided in the Plans and Contract Documents and subject to the inspection and approval of the Director of the Department of Engineering of the City of Fort Worth, Texas; and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the work within the time stated and for the following sums: vu 17,16i B-1 Updated 05/16/2005 UNIT 1: PAVING IMPROVEMENTS ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) (D-No. refers to related items in the Part D Special Conditions:) 1. 7,350 S.Y. 6"Reinforced Concrete Pavement, For the Sum of $18.60 $I36,710.00 2. 12,891 S.Y. 7"Reinforced Concrete Pavement, For the Sum of $20.18 $260,140.38 3. 5,300 S.Y. 8"Crushed Stone Pavement, For the Sum of $7.70 $40,810.00 4. 7,829 S.Y. 6"Lime Stabilized Subgrade Preparation, For the Sum of $1.20 $9,394.80 5. 13,892 S.Y. 8"Lime Stabilized Subgrade Preparation, For the Sum of $1.40 $19,448.80 6. 5,753 S.Y. Compacted Subgrade Preparation, For the Sum of $0.50 $2,876.50 7. 326 Ton Hydrated Lime @ 30 Ib/ SY, For the Sum of $102.00 $33,252.00 8. 16 EA Barrier Free Ramps, For the Sum of $840.00 $13,440.00 B-2 Updated 05/16/2005 UNIT I: PAVING IMPROVEMENTS ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) (D-No. refers to related items in the Part D Special Conditions:) 9. 342 L.F. End of Road Barricade, For the Sum of $23.00 $7,866.00 10. 221 L.F. Saw Cut and Connect to Existing, For the Sum of $10.00 $2,210.00 11. 3,447 L.F. 4' Wide Concrete Sidewalk, For the Sum of $10.50 $36,193.50 12. 1 L.S. Pavement Markings, For the Sum of $2,188.00 $2,188.00 13. 1 L.S. Traffic Control During Paving Operations, For the Sum of $1,650.00 $1,650.00 14. 1 EA Flume Crossing Plate, For the sum of $683.00 $683.00 TOTAL AMOUNT BID PAVING $566,862.98 GRAND TOTAL AMOUNT BID $566,862.98 B-3 Updated 05/16/2005 Updated 05/16/2005 STANDARD FORM OF AGREEMENT THE STATE OF TEXAS § COUNTY OF TARRANT § THIS AGREEMENT, made and entered into this day of A.D. 2005, by and between of the County of and State of , acting through KBL II Partners, Ltd. thereunto duly authorized so to do, Party of the First Part, hereinafter termed DEVELOPER, and L.H. Lacy Construction, Ltd. of the City of Dallas , County of Dallas and state of Texas , Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First Part(DEVELOPER),and under the conditions expressed in the bonds bearing even date herewith,the said Party of the Second Part(CONTRACTOR),hereby agrees with the said Party of the First Part (DEVELOPER) to commence and complete the construction of certain improvements described as follows: Paving Facilities to serve Valley Brook, Phase I, in Fort Worth, Texas and all extra work in connection therewith, under the terms as stated in the General Conditions of the Agreement and at his(or their)own proper cost and expense to furnish all the materials,supplies, machinery, equipment,tools,superintendence, labor, insurance,and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto,and in accordance with the Notice to Contractors,General and Special Conditions of Agreement, Plans and other drawings and printed or written explanatory matter thereof, and the Specifications and addenda therefor, as prepared by Goodwin and Marshall,Inc.,2405 Mustang Drive,Grapevine,Texas 76051 Telephone No. 817- 329-4373 herein entitled the DEVELOPER'S ENGINEER, each of which has been identified by the CONTRACTOR and the DEVELOPER'S ENGINEER, together with the CONTRACTOR'S written Proposal, the General Conditions of the Agreement,and the Performance and Payment Bonds hereto attached: all of which are made a part hereof and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work within_( 10 )days after the date written notice and to substantially complete the same within working days after the date of the written notice to commence work, subject to such extensions of time as are provided by the General and Special Conditions. The DEVELOPER agrees to pay the CONTRACTOR in current funds the price or prices shown in the proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the contract. IN WITNESS WHEREOF,the parties to these presents have executed this Agreement in the year and day first above written. Page 1 of 2 of Standard Form of Agreement RECEIVED Updated 05/16/2005 KBL II Partners, Ltd. L.H. Lacy Construction, Ltd. a Texas limited partnership Party of the Second Part Party of the First Part (CONTRACTOR) (DEVELOPER) By: Lennar TexadHolding Company, By: a Texas corpor 'M, its General P er By: Steve Lenart, Vice President Name: Name: AT ATTEST: Name: Name: Updated 05/16/2005 Page 2 of 2 of Standard Form of Agreement � � ADDENDUM TO THE STANDARD FORM OF AGREEMENT ACKNOWLEDGMENT CLAUSE The Developer agrees to include in all construction contracts that it enters into for the completion of the Community Facilities the following: A. A statement that the City is not holding any security to quaranty payment for work performed on the Community Facilities; B. A statement that Valley Brook, Phase I is private property and that same may be subject to mechanic's and materialmen's liens; C. A requirement that the Contractor release the City from any claim that is related to any work on Valley Brook, Phase I; D. A requirement that the Contractor include in its Subcontracts the statements contained in (A), (B) and (C) above. The undersigned Contractor acknowledges the following statements as part of the Construction Contract, and that all Subcontractors shall be made aware of the same. KBL II Partners, Ltd. L. H. Lacy Construction, Ltd. a Texas partnership (CONTRACTOR) (Developer) By: Lennar Tex olding Company, A Texas corpo on, its General P r BY: BY: Steve Lenart, Vice President ATTEST: ATTEST--� Updated 0411112005 UNIT III: STORM DRAIN ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) 1. 8 EA 10' Curb Inlet, For the sum of $2,450.00 $19,600.00 2. 172 LF 21" Class III R.C.P., For the sum of $36.70 $6,312.40 3. 43 LF 24" Class III R.C.P., For the sum of $40.73 $1,751.39 4. 242 LF 27" Class III R.C.P., For the sum of $45.85 $11,095.70 5. 437 LF 30" Class III RCP, For the sum of $51.46 $22,488.02 6. 351 LF 6' x 3' R.C.B., For the sum of $166.67 $58,501.17 7. 162 LF 7' x 3' R.C.B., For the sum of $220.90 $35,785.80 8. 1 EA 30" and 27" Sloped End Headwall, For the sum of $1,700.00 $1,700.00 9. 1 EA 7' x 3' Wing Walls With Concrete Apron, For the sum of $2,950.00 $2,950.00 B-7 Updated 01 m �d.5- Jy UNIT III: STORM DRAIN ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 10. 1 EA 20° Skew 7' x 3' Wing Walls With Concrete Apron, For the sum of $3,200.00 $3,200.00 11. 2 EA 6' x 3' Wing Walls With Concrete Apron, For the sum of $8,250.00 $16,500.00 12. 4,232 SF Pilot Channel, For the sum of $6.75 $28,566.00 13. 1 EA 5' x 4' Junction Box With Riser, For the sum of $3,650.00 $3,650.00 14. 1 EA 7' x 4' Junction Box With Riser, For the sum of $3,700.00 $3,700.00 15. 156 LF 5' F-F Concrete Flume, For the sum of $42.00 $6,552.00 16. 126 SY 9"Gabion Mattress, For the sum of $81.50 $10,269.00 17. 1,407 LF Storm Drainage Trench Safety, For the sum of $0.20 $281.40 18. 9 EA Inlet Protection, For the sum of $118.00 $1,062.00 TOTAL AMOUNT BID STORM DRAIN $233,964.88 B-8 Updated 05/16/2005 UNIT III: STORM DRAIN ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT TOTAL AMOUNT BID WATER $233,151.97 TOTAL AMOUNT BID SEWER $179,306.50 TOTAL AMOUNT BID STORM DRAIN $233,964.88 BONDS $14,750.00 GRAND TOTAL AMOUNT BID $661,173.35 L La Upda STANDARD FORM OF AGREEMENT Updated 05/16/2005 THE STATE OF TEXAS § COUNTY OF TARRANT § THIS AGREEMENT, made and entered into this day of A.D. 2005, by and between of the County of and State of , acting through KBL II Partners, Ltd. thereunto duly authorized so to do, Party of the First Part, hereinafter termed DEVELOPER, and C.W. Young Construction L.P. of the City of Mansfield , County of Dallas and state of Texas , Parry of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First Part(DEVELOPER),and under the conditions expressed in the bonds bearing even date herewith,the said Party of the Second Part(CONTRACTOR),hereby agrees with the said Party of the First Part (DEVELOPER) to commence and complete the construction of certain improvements described as follows: Water, Sanitary Sewer, and Storm Drain Facilities to serve Valley Brook, Phase 1, in the City of Fort Worth, Texas and all extra work in connection therewith, under the terms as stated in the General Conditions of the Agreement and at his(or their)own proper cost and expense to furnish all the materials,supplies,machinery, equipment,tools,superintendence, labor, insurance,and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto,and in accordance with the Notice to Contractors,General and Special Conditions of Agreement,Plans and other drawings and printed or written explanatory matter thereof, and the Specifications and addenda therefor, as prepared by Goodwin and Marshall,Inc.,2405 Mustang Drive,Grapevine,Texas 76051 Telephone No. 817- 329-4373 herein entitled the DEVELOPER'S ENGINEER,each of which has been identified by the CONTRACTOR and the DEVELOPER'S ENGINEER, together with the CONTRACTOR'S written Proposal, the General Conditions of the Agreement,and the Performance and Payment Bonds hereto attached: all of which are made a part hereof and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work within _( 10 ) days after the date written notice and to substantially complete the sarne within working days after the date of the written notice to commence work, subject to such extensions of time as are provided by the General and Special Conditions. The DEVELOPER agrees to pay the CONTRACTOR in current funds the price or prices shown in the proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the contract. IN WITNESS WHEREOF,the parties to these presents have executed this Agreement in the year and day first above written. Page 1 of 2 of Standard Form of Agreement ElVED Updated 05/16/2005 KBL II Partners, Ltd. C.W. Yount;Construction, L.P. a Texas limited partnership Party of the Second Part Party of the First Part (CONTRACTOR) (DEVELOPER) By: Lennar TexavAlding Company, By: a Texas corpora o , its General r By: Steve Lenart, Vice President Name: Name: ATTEST: T: Name: Name: Updated 05/16/2005 Page 2 of 2 of Standard Form of Agreement ADDENDUM TO THE STANDARD FORM OF AGREEMENT ACKNOWLEDGMENT CLAUSE The Developer agrees to include in all construction contracts that it enters into for the completion of the Community Facilities the following: A. A statement that the City is not holding any security to quaranty payment for work performed on the Community Facilities; B. A statement that Valley Brook, Phase I is private property and that same may be subject to mechanic's and materialmen's liens; C. A requirement that the Contractor release the City from any claim that is related to any work on Valley Brook, Phase I; D. A requirement that the Contractor include in its Subcontracts the statements contained in (A), (B) and (C) above. The undersigned Contractor acknowledges the following statements as part of the Construction Contract, and that all Subcontractors shall be made aware of the same. KBL II Partners, Ltd. C.W. Young_Construction, L.P. a Texas partnership (CONTRACTOR) (Developer) By: Lennar Texa !ding Company, A Texas corpor , its General Pa BY: BY: Steve Lenart, Vice President ATTEST: ATTEST �— Updated 0411112005 I. STREET LIGHT COST ESTIMATE QUANTITY UNIT COST TOTAL COST INTERSECTIONS 2 EA $ 2, 000 $2, 000 . 00 MID-BLOCK RESIDENTIAL 10 EA $ 2, 000 $20, 000 . 00 CHANGE OF DIRECTION RESIDENTIAL 2 EA $ 2, 000 $4, 000 . 00 MID-BLOCK COLLECTOR 0 EA $ 2, 000 $0, 000 . 00 MID-BLOCK ARTERIAL PARKWAY 0 EA $ 2, 500 $0, 000 . 00 MID-BLOCK ARTERIAL MEDIAN 2 EA $ 2, 500 $10, 000 . 00 RELOCATE EXISTING LIGHT 0 EA $ 1, 500 $0, 000 . 00 Subtotal $00 ,000 .00 City` s Cost $00,000 .00 Developer' s Subtotal $00,000 .00 10% Contingency $0,000.00 Project Total $00,000 .00 Adjacent Developer's Cost $00,000 .00 Developer' s Cost $00 ,000 .00 4% Inspection Fee $1 ,440 .00 CFA CODE #2005138 DEVELOPER' S COST: $1,440 . 00 VALLEY BROOK ESTATES, PHASE I November 1, 2005 Fort Worth, Texas January 25, 2006 (REVISED 01/23/2006) PAGE I OF Exhibit C II . STREET LIGHTS WORK DESCRIPTION: 1. The Developer shall provide for the installation of streetlights at the approximate locations shown in Exhibit "C", immediately after final acceptance of the street construction, in accordance with engineering plans and specifications approved by the Transportation and Public Works Department. 2. Streetlights on residential and /or collector streets can be installed using overhead or underground conductors with the approval of the Director of Transportation and Public Works. 3. The City will install all the streetlights that use overhead or underground conductors on residential, and collector streets. The developer agrees to pay the city the amount shown below prior to the City starting its design efforts. 4 . Streetlights on arterial streets shall be installed with underground conduit and conductors. 5. The Developer agrees to dedicate all easements required for the installation and maintenance of the street lights and to provide for the installation of any electrical transformers required for the proper operation of the street lights 6. The estimated cost of this street light installation is detailed on page 1 of exhibit C and is summarized below, the street lights will remain the property of, and will be maintained by the City of Fort Worth. DEVELOPER' S COST: INSPECTION FEE $1 ,440.00 VALLEY BROOK ESTATES, PHASE I November 1, 2005 FORT WORTH, TEXAS (REVISED 01/23/2006) CFA CODE #2005138 Page II of Exhibit C III "STREETLIGHTS" INTERSECTIONS QUAIL VALLEY DR & VALLHAVEN WAY 1 QUAIL VALLEY DR & HAVEN LAKE 1 MID BLOCK VALLHAVEN WAY 3 HAVEN LAKE 3 QUAIL VALLEY DR 7 CHANGE OF DIRECTIONS HAVEN LAKE 2 VALLEY BROOK ESTATES, PHASE I Page III of Exhibit C IV STREET NAME SIGNS 1. The City of Fort Worth will install the street name signs upon final approval of the street construction. The street name signs will remain the property of, and will be maintained by, the City of Fort Worth. 2. The Developer will pay for the street name sign installations required for this development to the extent of $100.00 per intersection. This unit cost will be revised annually by the Department of Transportation and Public Works to reflect prevailing costs of materials and labor. 3. This development creates the following four (4) intersections at a cost to the Developer of $400.00: Quail Valley Dr & N Tarrant Pkwy Quail Valley Dr & Haven Lake Quail Valley Dr & Haven Valley Way Haven Valley Way & Haven Lake Valley Brook Estates, Phase I CFA code: 2005138 October 24, 2005 N WE J o w 0 a � m r S WALL- p z z `n o PRICE- >- r- KELLER © Uwi z = z o U) Z) U) HERITAGE TRACE KROGER a N PARK VISTA CIRCLE CrY Q a IITTTT�TTTTT�IIIII] � tIl11TIILLilli�, - j PHASE PHAS 3 FRANK r SHIVER ©JEC w 1. F N L 7YON " 3 �y HA SEI PHASE 2 Q RODEO SiRREL �L Y CUTTING HORSES 9� ARABIAN w Oy cot T 20 x T ARRANT N\LSON w Q ~ O t o 0J o J o WALL - RRCE CL = WATAUGA GTY LMAT :D 0- SUNDOWN VICIN1TY MAP N.T.S. -I VALLEY DJC &001T ESTATES PHASE H lLOCATIED IN GIF ]FORT W®RTHg TEXAS OWNEW)EVII.OPFD BY: �� NUMARFD BY: i a r '� GOO DWWO Homes,since 1954 HAJI. CML ENGINEERS—PLANNERS—SURVEYORS LENNAR HOMES OF TEXAS LAND AND CONSTRUCTION.LTD. � 2406 hkrlr�M Metro (we,Grapevine7)329-43 Ts�us 28061 1707 MAiTEX PLACE75063 BOULEVARD,SUITE 230 V.Y�l.�41®�Jli� ��� Metro(817)329-4373 FAXTRVING,46 T58IaS 73063 PHflI�E:469-597-5200 E9 FAX 46387-3221 9 E:\10152\pions\VolleyBrookPhl-CFA.pro Wed Nov 30 15: 16:21 2005 lrl C C C\1 N N cc N nes t/l Z S m > 0 � @ ri) z a: Lu 3 w z w o J L UN Cl LL Q > Arr vvAry A,y7�re - 3 \\ D ......... 3XrT N3AW 17 i W O Q Z Q Q Q j� Q: Q: QQ u W O Ln IA go. 1 = = O I PYyJ �I ON O a, ]de \ _ ® ® fig C) u� 0 0 Cv Et A J Ln z rn i• I P- o q Ii Z W ® ¢�2 d ® z §] v 3 w O N n • � .. a = s '' LL. G: U .' Qo�-�=:. . � .:- E •: _ gyp.' _ �. � •••_ t " y �o a C bf . ro UQ�,� eS:f'u'T'• I�-aTiaTi a-;T: T .ialaYepp ( . NTT7l a;: E :jaTa;aIxax;Z'Si:;. T , ^ c 4(1ih/ f0 0. a.. r. • •i In u it 1%!=:R �4'^;R'.i, l TTM TOT !z1 1 1! 1 w. q 1 1 U I I Q w 1 A I i ! ay Lu O O P�—^•I O � O Q ® 6) O „ ® v a (/j Oj 1 i ~ O J 8 -h Q - 0 Zil L, o ry W E _:: o bi 3 i ( tP m o + z ¢ � q z °1 i1G � 3 w O U O. LL ..... ..1 I ... .. . ` Y aj 1 > ITTT�TTTT T I 1 T17Tf�1:7T�_ r_ 31 CL st Ln i °�C�TT�1�17.T_1_-(T?_���T�-�j-�- � �._I.. _ ° �• � r_ ,_ __ 11 ITT If — '• I I`I^I�I`i•I�I��i���l � � �I-LI I i�l'I I I I I`I`I •�=_ '__- w �� I�yI� I�elele.a.R.ii• i + I � Gd 1 �.1 t ° ; ® � � � ca Pew ° ' IT � a �4 . ,. den w ; Wmag e ` 08 „