Loading...
HomeMy WebLinkAboutContract 49861 CrrY SECRETARY CONTRACT NO. Developer and Project Information Cover Sheet: Governmental Entity/ISD Name: Fort Worth Independent School District Address, State,Zip Code: 2821 Cullen St., Fort Worth,TX 76107 Phone &Email: 817-815-9700, gary.griffith@fwisd.org Authorized Signatory,Title: Dr. Kent Paredes Scribner, Superintendent of Schools Project Name and Brief Scarborough—Handley Athletic Field , Paving& Street Lights Description: Project Location: 6201 C. Craig St. Plat Case Number: FP-16-074 Plat Name: Scarborough—Handley Field Mapsco: F80 Council District: 5 City Project Number: 100789 CFA Number: 2017-119 DOE Number: None To be completed staff.: Received by: Date:_ 3 4 5 6 ,8 0 RECEIVED N OCT 3 0 2011 ^' CITY OF FORT WORTH o CITY SECRETARY S8 �9 V City of Fort Worth,Texas OFFICIAL RECORD Governmental Entity/ISD Community Facilities Agreement CITY SECRETARY CFA Official Release Date:09.22.2016 FT.WORTH,TX Page 1 of 11 GOVERNMENTAL ENTITY/ISD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, the undersigned Governmental Entity ("Developer") desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Scarborough — Handley Athletic Field ("Project") within the City 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 Improvements and 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 or by providing written certification from the Developer's Chief Financial Officer(or equivalent position regardless of title) that the Developer(governmental entity) has appropriated sufficient funds to pay its contractor for all work to be performed under this Agreement. Developer recognizes that there shall be no reduction in the any financial security held by the City until the Project has been City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 09.22.2016 Page 2 of 11 completed and the City has officially accepted the Improvements. Developer further acknowledges that the said acceptance process requires the Developer's contractor(s) to submit an affidavit of bills paid signed by its contractor and consent of surety signed by its surety to ensure the contractor has paid any sub-contractors and suppliers in full. Additionally, the contractor must also provide in writing that the contractor has been paid in full by Developer for all the services provided under their contract. C. Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City-approved construction plans, specifications and cost estimates provided for the Project and the exhibits attached hereto. D. The following checked exhibits describe the Improvements and are incorporated herein: Water (A) ❑, Sewer (A-1) ®, Paving (B) ❑, Storm Drain (B-1) ®, Street Lights & Signs (C). E. If there is City financial participation in the Project, the Developer shall award all contracts for the construction of the Improvements in accordance with Section II, paragraph 7 of the Policy, subject to any limitations in Texas Local Government Code Chapter 212, Subchapter, or under statutes governing Developer's award of public works contracts. The contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section II, of the Policy. F. For all 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 streets and/or to perform water/waste water construction as the case may be. ii. To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent (100%) of the contract price of the Improvements, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the Improvements valid 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 City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 09.22.2016 Page 3 of 11 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 at least 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 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, 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 contemplated herein. I. City shall not be responsible for any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date:09.22.2016 Page 4 of 11 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, 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 nemlijgence 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 damaizes are caused, in whole or in part, by the alle,-ed neQlikence of the City of Fort Worth, its officers, servants, or employees. Further, Developer will require its contractors to indemnify, and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and construct the improvements in a good and workmanlike manner,free from defects, in conformance with the Policy, and in accordance with all plans and specifications. City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 09.22.2016 Page 5of11 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 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 construction of same before the expiration of two (2) years if the Developer breaches this Agreement, City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 09.22.2016 Page 6 of 11 becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction, the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement. Q. Developer acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not boycott Israel;and(2) will not boycott Israel during the term of the contract. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 09.22.2016 Page 7 of 11 Cost Summary Sheet Project Name: Scarborough—Handley Athletic Field CFA No.: 2017-119 DOE No.: 100789 An Engineer's Estimate of Probable Cost is acceptable. However, the construction contract price will ultimately determine the amount of CFA fees and financial guarantee. The bid price and any additional CFA payments will be required prior to scheduling a pre-construction meeting. An itemized estimate corresponding to each project-specific exhibit is required to support the following information. Items Developer's Cost A. Water and Sewer Construction 1. Water Construction $ 2.Sewer Construction $ Water and Sewer Construction Total $ - B. TPW Construction 1.Street $ 53,116.67 2.Storm Drain $ - 3.Street Lights Installed by Developer $ 85,866.00 TPW Construction Cost Total $ 138,982.67 Total Construction Cost(excluding the fees): $ 138,982.67 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ - D. Water/Sewer Material Testing Fee(2%) $ Sub-Total for Water Construction Fees $ - E. TPW Inspection Fee(4%) $ 2,124.67 F. TPW Material Testing(2%) $ 1,062.33 G. Street Light Inspsection Cost $ 3,434.64 H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 6,621.64 Total Construction Fees: $ 6,621.64 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 138,982.67 Completion Agreement=100%/Holds Plat $ 138,982.67 Cash Escrow Water/Sanitary Sewer=125% $ - Cash Escrow Paving/Storm Drain=125% $ 173,728.34 Letter of Credit=125%w/2yr expiration period $ 173,728.34 Statement of Appropriated Fundin For Governmental Entit /ISDs ONLY x City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 09.22.2016 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 DEVELOPE Fort Worth ndep School District Jesus J. Chapa Assistant City Manager Name: Dr. Kent aredes Scribner Title: Superintendent of Schools Date: Date: /-6 //-z / [ Recommended by: I /—.1-1 t f �T ATTEST: (Only if required by Developer) Wendy Chi-Babulal, EMBA, P.E. Development Engineering Manager Signature Water Department Name: <Name> Lj. LJ Douglas . Wiersig, P.E. Director Transportation & Public Works Department Approved as to Form & Legality: ATTEST: f O� FORT�o, Richard A. McCracken Assistant City Attorney Mary J. Kky4er f M&C No. �� City Secretary 1 7FXA5 Date: City of Fort Worth,Texas OFFICIAL RECORD Governmental Entity/ISD Community Facilities Agreement CITY SECRETARY CFA Official Release Date: 09.22.2016 FT.WORTH,TX Page 9 of 11 Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. —4., a',A� Die: 0 11 JAI Janie S. Morales Development Manager ' 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 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 Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 09.22.2016 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Governmental Entity/ISD Community Facilities Agreement City Project No. 100789 None City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 09.22.2016 Page 11 of 11 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Specification Unit of No. Description Section No. Measure Bid Quantity Unit Price Bid Value UNIT IV: AVING IMPR VEM NT 1 0241.1300 Remove Conc Curb&Gutter 0241 15 LF 34 $44.12 $1,500.08 2 0241.0401 Remove Concrete Drive 0241 13 SF 165 $21.21 $3,499.65 3 0241.1100 Remove Asphalt Pvmt 0241 15 SY 76 $19.74 $1,500.24 4 0241.0500 Remove Fence 0241 13 LF 35 $21.42 $749.70 5 3213.0401 6"Concrete Driveway 32 13 20 SF 165 $8.00 $1,320.00 6 3216.0101 6"Conc Curb and Gutter 32 16 13 LF 192 $39.00 $7,488.00 7 3213.0301 4"Conc Sidewalk 32 13 20 SF 2790 $6.20 $17,298.00 8 3213.0311 4"Conc Sidewalk,Adjacent to Curb 32 13 20 SF 2395 $6.20 $14,849.00 9 3213.0501 Barrier Free Ramp,Type R-1 32 13 20 EA 1 $1,500.00 $1,500.00 10 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, 32 01 17 SY Residential 11 $20.00 $220.00 11 3471.0001 Traffic Control 34 7113 M_ O 1 $500.00 $500.00 12 3231.0123 6'Chain Link,Aluminum 32 31 13 LF 35 $20.00 $700.00 13 3305.0107 Manhole Adjustment,Minor 33 05 14 EA_ 1 $750.00 $750.00 14 3291.0100 Topsoil 3291 19 CY 25 $4.00 $100.00 15 3292.0100 Block Sod Placement 32 92 13 SY 628 $1.50 $942.00 16 3441.4110 Remove and Reinstall Sign Panel and Post 3441 30 EA 1 $100.00 $100.00 17 3441.4004 Fumish/Install Alum Sign Ex.Pole Mount 3441 30 EA 1 $100.00 $100.00 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNITIV:PAVING IMPROVEMENTS! $53,116.67 Y OF FORT WORTH STANDARD CONSTRUCTION SPECLICATION DOCUMENTS NTS-DEVELOPER AWARDED PROJECTS F-V.-Sep(-bn I.2015 701744-24_00 42 43_Bid Prop-d-FINAL 1)1142 43 DAP-BID PROPOSAL Page i of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit of Bid Quantity Unit Price Bid Value No. Section No. Measure UNIT V:STREET LIGHTING IMPROVEMENTS 1 2605.3012 2"CONDT PVC SCH 80(B) 26 05 33 LF 1730 $6.00 $10,380.00 2 3441.1410 NO 10 INSULATED ELEC CONDR 3441 10 LF 1650 $0.97 $1,600.50 3 3441.1408 NO 6 INUSLATED ELEC CONDR 3441 10 LF 5190 $1.50 $7,785.00 4 2605.0111 ELEC SERV PED 26 05 00 EA 1 $3,800.00 $3,800.00 5 3441.3002 RDWY ILLUM ASSMBLY TY 8,LUM.ARM 3441 20 EA 5 SUPPORTSL2 $1,100.00 $5,500.00 6 3441.3002 RDWY ILLUM ASSMBLY TY 18,LUM.ARM 3441 20 EA 4 SUPPORT SLI $1,100.00 $4,400.00 7 3441.3002 WOOD POLE ARM SI-3 3441 20 EA 5 $400.00 $2,000.00 8 3441.3201 LED LIGHTING FIXTURE 3441 20 EA 14 $2,200.00 $30,800.00 9 2605.0122 INSTALL ELEC SERV POLE MNT 26 05 00 EA 1 $800.50 $800.50 10 2605.2101 CONDUIT BOX 26 05 33 EA 12 $1,400.00 $16,800.00 2605.0131 Salvage Electrical Equipment 2605 10 (4)WOOD POWER 11 LS POLE AND MOUNTED STREETLIGHTS $400.00 $1,600.00 12 2605.0131 Salvage Electrical Equipment 26 05 10 LS (2)WOOD MID-SPAN POLE $200.00 $400.00 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT V:STREET LIGHTING IMPROVEMENTS $85,866.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCA'FION DOCI7MENTS-DEVELOPER AWARDED PROJECTS kn'm V—,,.Sept—bcr I.2015 2017-0g-24_1X1 4213_Bid P,.I—l_F7NAL 00 42 43 DAP-BID PROPOSAL Page 7 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Iteml Specification Unit of Description Bid Quantity Unit Price Bid Value No. � Section No. Measure Bid Summary UNIT I:WATER IMPROVEMENTS UNIT II:SANITARY SEWER IMPROVEMENTS UNIT III:DRAINAGE IMPROVEMENTS UNIT IV:PAVING IMPROVEMENTS $53,116.67 UNIT V:STREET LIGHTING IMPROVEMENTS $85,866.00 UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS Total Construction Bi $138,982.67 Contractor agrees to complete WORK for FINAL ACCEPTANCE within calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. Signed ' ' '`" ` Date October 7, 2017 Printed Name Daniel F. Pepe Title Project Manager Company Tegrity Contractors END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Farm Venioa September 1.2013 2017-08-24_00 42 43_Bid Prupwdl FINAL docomffv Map LAM ETH z S RGES CO Qn MEADOWBROOKLj> w L c� u E LL U z a HIGHT WE Cl) zz a � w , NOR A cc ¢ w CI �- m C Y w z Z J Q dr PROJECT LOCATION Q -� 0 Q Q D O CY N PURI GTON Q a w U a a- U u GREE LEE >- c RE NL E a GR EE Handle. w VAN NATTAPark z BEAT BEATY BEATY i W w o W of )ALL = CRAIG 2 Q � w LdZ 2 ccn w Cc N r ccn O _¢ z w z p U ROUT \ o Oq<4gS mi J CNOR N o o HIETT ION Li ZE I GRA D KING t w SE ENE + + r TA NT COUNTY N + HART MAPSCO F80-E VICINITY MAP (NOT TO SCALE) Q c m a N SCARBOROUGH-HANDLEY ATHLETIC ti FIELD IMPROVEMENTS m 6100 WESTERN PLACE, SUITE 1001 CFA EXHIBITS FORT WORTH, TX 76107 817.412.7155 LOT 1, BLOCK 1 Pacheco Koch TX REG. ENGINEERING FIRM F-469 SCARBOROUGH-HANDLEY FIELD " TX REG. SURVEYING FIRM LS-10008001 LOCATED IN THE CITY OF FORT WORTH, TEXAS DRAWN BY CHECKED BY SCALE DATE ✓OB NUMBER SARAH G. JENNINGS SURVEY, ABSTRACT NO. 843 POS CSC NOT TO SCALE 08/23/2017 3582-15.384 TARRANT COUNTY, TEXAS CL DWG FILE! 3582 -15.384_EXHIBII 6 50 100 200 PROPOSED CONCRETE SIDEWALK GRAPHIC SCALE IN FEET PROPOSED CONCRETE BEA TY STREET CURB & GUTTER a PROPOSED 5'-CONCRETE SIDEWALK PROPOSED CURB RAMP LL I I � II J F_ �i FORT WORTH INDEPENDENT SCHOOL DISTRICT x y� (VOL. 1777, PG. 487) w I I (FILED: MARCH 12, 1946) ,x I PROPOSED 5' CONCRETE SIDEWALK PROPOSED PARTIAL DRIVE REPLACEMENT � I II II a CRAIG STREET SCARBOROUGH-HANDLEY ATHLETIC FIELD IMPROVEMENTS 6100 WESTERN PLACE, SUITE 1001 CFA EXHIBITS APacheco Koch FORT WORTH, TX 76107 817.412.7155 1 LOT 1, BLOCK 1 TX REG. ENGINEERING FIRM F-469 SCARBOROUGH-HANDLEY FIELD TX REG. SURVEYING FIRM LS-10008001 LOCATED IN THE CITY OF FORT WORTH, TEXAS DRAWN BY I CHECKED BY SCALE DATE ✓OB NUMBER SARAH G. JENNINGS SURVEY, ABSTRACT NO. 843 a POS CSC 1"=100' 08/23/2017 3582-15.384 TARRANT COUNTY, TEXAS DWG FILE: 3582-15.384-EXHIBIT (�MM(MLtdnn n ML� LSln�WO o 0� "B"="= 37WEE7 'L OON73 50 100 200 GRAPHIC SCALE IN FEET 77 BEATY STREET 77 7, 1,Li OPOSED PUBLIC STREET LIGHT _=j I I PROPOSED PUBLIC STREET LIGHT L� FORT WORTH INDEPENDENT SCHOOL DISTRICT I ` (VOL. 1777, PG. 487) r' (FILED: MARCH 12, 1946) 'I I PROPOSED UNDERGROUND ELECTRICAL CONDUIT (TYP.) I I � W � m I � •• Fes. h � ' PROPOSED PA I I STREET CRA IG STREET SCARBOROUGH-HANDLEY ATHLETIC FIELD IMPROVEMENTS 6100 WESTERN PLACE, SUITE 1001 CFA EXHIBITS FORT WORTH, TX 76107 817.412.7156 LOT 1, BLOCK 1 Pacheco Koch TX REG. ENGINEERING FIRM F-469 SCARBOROUGH-HANDLEY FIELD TX REG. SURVEYING FIRM LS-10008001 LOCATED IN THE CITY OF FORT WORTH, TEXAS DRAWN ar CHECKED er SCALE DA JOB NUMBER SARAH G. JENNINGS SURVEY, ABSTRACT NO. 843 N POS CSC 1"=100' 08/23/2017 3582-15.384 TARRANT COUNTY, TEXAS IL DWG I ;_E: 3z,8:?-15.384_EXHIBII