Loading...
HomeMy WebLinkAboutContract 33567 COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No WHEREAS, D.R. Horton — Texas, Ltd., hereinafter called "Developer", desires to make certain improvements to Emerald Park, Phase Three, 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. The Developer shall award all contracts for the construction of community facilities in accordance with Section II, paragraph 7 of the Policy. E. The contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section II, of the 05-02-06 P'?4 . P.01i0Y. �� v�in! i�VtJ l CFA REVISED FORMAT WITH 4% -phasb 3 . MUNI �L�� !fl �.a F. 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 damazes are caused, in whole or in part, by the allezed new-likence of the City of Fort Worth, its officers, servants, or employees. G. Developer shall install or adjust all of the required utilities to serve the development or to construct the improvements required herein. H. 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). I. 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). J. 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. K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer required to construct current and future improvements provided for in this agreement. CFA REVISED FORMAT WITH 4% -phas6 3 29 Water(A)None; Sewer (A-1)None; Paving (B) attached; Storm Drain (13- 1) attached; Street Lights and Signs (C) attached. II. Street and Storm Drain Facilities A. The Developer(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, B1, 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 $1,307,972.20. cn CFA REVISED FORMAT WITH 4% -phasl 3 SUMMARY OF COST Emerald Park Phase 3 Item Developer City Cost Total Cost Cost A. Construction $ - 1. Streets $609,923.50 609,923.50 2. Storm Drainage $604,569.00 604,569.00 3. Street Lights $44,000.00 44,000.00 4. Street Name Signs $900.00 900.00 B. Engineering Design $ C. Construction Engineering and Management by DOE $ $ (4%) 48,579.70 48,579.70 TOTALS 1,307,972.20 $ - 1,307,972.20 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 and materials testing. The City will pay additional inspection fee over 4%. 3. City not preparing plans and specifications. CFA REVISED FORMAT WITH 4% -phask 3 CITY RWlJU'UUl, I� ��e 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 triplicate, at Fort Worth, Texas this the day of ,:IZJL]L , 2001 Approval Recommended: Transportation and Public Works Department Robert Goode, P. E. Director City ni NO M&C REQUIRED Marc Ott Assistant City Manager r J ATTEST: Marty Hendrix City Secretary RECEIVED Approve s to Form: As 'stant C. y A rney ATTEST: DEVELOPER D.R. Horton—Texas, Ltd. By: D.R. Horton, Inc.—its Auth. Agent S By: Corporate Secretary Don E. Allen —Assistant Secretary ORK IL CFA REVISED FORMAT WITH 4% - phast 3 Mar 21 06 09:30aP o01/oto Conatser Collstfuctlon TX. LP (FOX)817 534 A556 6021 MRR-?D-2D06t1M10H) ti:2D yCss 'f .PART B—PROPOSAL nEV.;1,OPER AWARllED CONl'itACTS This proposal trust not be reme ved from this book of Contract Documents, TO: DR Horton-Texas Ltd. - PROPOSAL FOR: PROJEC,'NAME Emerald Park Phase Three WATER:'ROXCTNO.P164-060164015430 SEWER PROJECT NO.P 174-070174013425 FILE NO.W-1772 X NO, 17106 .Includes the furnishing of all materials,except materials specified to k fumishcd by the. City, equipment and labor for,it ie installation of water, sanitary sewer and storm drain systems and street improvcments and all necessary appurtenances and incidental work to provide a.complete and serviceat le project designated Gs: R herald Perk Phasc Three Pursuant to the foregoing Notice to Bidders',the undersigned Bidder,having thoroughly examined the Contract Docutneits, including plans; special contract documents, the General..Contract Domunents and General-Specifications-for Wafer"Department Projects, the General Contract Documents and General specifications fai Transportation and Public works Projects,the site of,be 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 ss 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 nad approval of the Director of the Department of Engineering of the City of FortW attb,Texas;and binds himself upon acceptance of this Proposal to execute a contract and furnish an.approved.Performance Bond, Payment Bond, Maintenance Bond, and ;uch other bonds, if any, as may be required by the Contract Documents for the perfcrming and completing of the said work. Contractor proposes to do the work within the time stated and for the following sums: B-1 W1YY -Hr-IRAIP Mar 21 06 08:318 P 009!020 MRR_zp-20�6tMON) 17:26 Conatser Construction TX. LP (FRX)817 536 4556 'UNIT III:STORM DRAIN PROPOSAL SCHEDULE Item Quant Prices in Figures ity No. &Unit Description &Price In Words Total Unit. TOTAL 1.. 97 LF Install 3-9'xT 1)re-Cast Reinforced concrete box per constrlctidn plans,Complete and in place for the s�lm of ve tira^'ffrfd/ $ /,/DP.do $ /0(0, 700.40 dollars and,_,_, 440 cents per linear foot 2. 347 Install 48 inch Class III Reinforced concrete. LF pipe per constroction plans,including bends and wyes,complete and in place for the sum of s /11-00On 39, Y05 oa. dollars and cents leer linear foot 3. 358 LF Install 42 Inch Class It) Reinforced concrete , Pipe per construit. on plans.including bends,wyes anc plug,complete and in place for the sun i of $. .. 1do.00 $ 3S, e00 ttti dollars and,_ 1! cents pr;r linear foot 4. 352 LF Install 36 inch Cls ss III Reinforced concrete pipe,per construction plans including bends and wyes,compicte and In place for the sum of 1 $ 73.,do 3 .25, 96.00 dollars and cents pe.linear toot 13-9 vIMvjW� �t �, C ' i!"fl. YELL, Mar 21 06 06: 31a MAR-20-2006(04) 17;24 Conatser Construction 1X. LP (FRX)BI1 534 4556 P. QiO(020 PROPOSAL SCHEDULE Item Quant Prices in Figures ity No. $ Unit Description&Price In Words Total Unit TOTAL 5. 277 LF Install 30 inch CGiss III Reinforced concrete pipe per construe:tion plans, including bends and wyes, complete and in place for the sum of $ Ss.aO $ /6, 066.00 dollars and �e { cents per linear foot 6. ( 46 LF Install 27 inch Class Ill Reinforced concrete pipe per construi.tion plans,including bends and wyes,complete and in place for the sum of — Fp�d�t $ '.DO $ a,2otoo dollars and ,tea cents lr er linear foot 7. 1186 Install 24 inch Class III Reinforced concrete LF pipe per constru,:tion plans,including bends and wyes,comp etc and in place for the sum of 00 $ y9 812.co dollars and .ve cents ler linear foot 8. 375 LF Install 21 inch C ass III Reinforced concrete pipe per constru:tion plans,including bends and wyes, complete and in place for the sum of $ 35.00 $ dollars and "A cents tier linear foot B-10 Mar 21 06 06: 31a MAR-20-2006(MON) 17;2Q Conatser Construction TX. LP (FAX)81T 536 4555 P 0111020 PROPOSAL SCHEDULE Item Quant Prices in Figures ity No. &Unit Descri tics&Price In Words Total Unit TOTAL 9. 16 EA 10 foot std curb iiilet.per S-SD2 of the city std.,complete and in place for the sum of: dollars and -ya $ /,9op.00 $ 30,yoo.00 cents p:r each 10. 4 EA 15 foot curb inlet per S-SDI and S-SD2 of the city std.,complete and in place for the sum of: dollars and cents p a each 11. 6 EA 4 foot square manhole,per SS07 of the city std.,complete ar d in place for the sum of: dollars nd •10 $ jop o.00 $ JO, X o o•a o cents per each 12. 4 EA 5 foot square me nhole,per S-SD8 of the city std.,complete aril in place for the sum of: dollars and—L $ 2,640 00 $ /0 'Y40 .00 cents per each 13. 2 EA Install concrete zipron vertical headwall for i 24"pipe,per city std S-SD12, complete and in place for the sum of: /zao.00 $ .7,yov.u U dollars and ,ve cents F er each B-II FY, WORK ����, Mar 21 06 08:32a p 0}2/024 Conatser Construction tX. LP (fRX)817 538 1556 PROPOSAL_SCHEDULE Item Quant Prices in Figures Ity No. Unit Description Price In Words Total Unit TOTAL. 14. 1 EA Install safety end 4:1 sloping headwall for 48"pipe,per snt 32 and TxDot std setp-CD, sht 44,complete and in place for the sum of: - dollars and_ cents per each i5. . 2 EA Instail modified parallel wing walls for 3-9'x 7'box,per sht;15 and TxDOT std PW,sht i 43,'complete acrd in place for the sum of ! 71]irf�, Anusandh km ,J $ 13,.2SO.o0 $ 26, S00.00 dollars and_ Na cents Ser each 16 3420 Install Type R d y rip rap w/Type 2 Filter SY Fabric per TxDOT item 432,complete and in place for the sur n of $ IS3, 9Ad•DO dollars and 4 cents-;eccubtc yard 17 710 Install concrete L tip Rap per TxDOT item SY 432,.complete and in-place for the sum of dollars and $ SS 0 a $ 39, 650.00 cants p:r square yard 1 R". 1Q,500 Install Curlex III Hanket,seeding and SY fertilizer for chant tel,complete and in place for the sum of Ay 2 $ .�o $ 9, YSo.o a dollars and____dZ„Cjg cents pev sq are yard Mar 21 06 06: 328 P 013!02'0 1 MAR-20-2606(M0N) 11: 25 Conatser ConstruCtjon il(. LP (FflX)811 530 8556 PROPOSALSCNEDULE item Quant Prices in rigures ity No. &unit Descri lion & Price In Words Total Unit TOTAL 19. 6 EA Rock'Derm per erosion control plan, complete and ii i place for fthe sum of doliars.and .. ...N /40.04 - , cents ger each 20. 1 LS Maintain Erosioii Control devices during.all Utility'construction;complete.and in place for the sum of Ong tho,&sa $ 4000.00 $ 1,000.00 dollars and • . 0 cents er lump sum 21. 1 ! Trench safety lot depths over 5 feet, } complete and In i rlaee for the sum of FQ j&CtheuS n.tj dollars and ,�,s $ Y Oi)a.o a S cents pi Ir lump sum 22, 3019 Trench Excavatio i and backfill for storm LP drains, complete,►nd in place for the sum of dollars and MV $ 3.60 $ Q 097-0a cents perAimp sum TOTAL AMOUNT BID $,� O.y .��� 00 B-13 Mar 21 06 08: 32a (FRX)D17 53A 6556 P.O1 dID20 MAR-.20-ZD46(MOti) 17;25 Conatser Construction IX, LP UNIT IV:PAVING IMPROVEMENTS. PROPOSAL SCHEDULE item Quant Prices in Figures itY No. & Unit Descri tion &Price In Words Total Unit TOTAL 1. 25,353 6'Lime Stabile ed Subgrade Preparation, SY _conipfete and In place forthe sum of: On e dollars and,';�t v� ;,re- nts per square yard $ 16s, $ y/, SY6.70 2. 381 Hydrated Lune I or Subgrade(30#1SY) tons complete and in place for the sum of: A&% 'EY Cia & dollars and ,va cents par ton $ $ 37, 33.d-oo 3. IZ706 6"Reinforced ccnerete pavement Including SY r monol(thic cwb.complete and in place for the sum of: $ 5o $•ZYT 767.ae dollars and____•j' v _ - cents par s uare yard . 4. 11,255 7"Reinforced concrete pavement including SY 7'mon6lithic curb,cornplete'and in place for the sum of: $ �3G,.37G.dd dollars and n/o cents per square yard 5. 205 LF Type iii Barricade,per detail sheet S-M12 of the city stds.,corr plete and in place for the sum of: /o o.oc dollars and vo cents pe•linear foot r B-14 Mar 21 06 08: 32aP X1511)20 RR-20-2flOb(MON) 11:25 Conatser [onstructlon TX. LP (FRX)817 538 1555 M , PROPOSAL SCHEDULE Item Quant Prices in'Figures ity No. Unit Destion&Price In Words Total Unit TOTAL 6_ 144 LF Concrete strecet.header,per detail on sheet 37, complete ind in place for the sum of: doliars-an a z, 8dP 00. -, • cents.per linear foot 7. 2899 Pavement markings,buttons and striping as LF shown on sht 16,17,16,complete and in place for the sum of One $ /,00 $ 2, to 00 dollars and ,v6 cents,3er linear foot 8. 1260 4'wide concrete sidewalk(41hickness) LF complete and in place for the sum of: dollars and_::_ 4.o - S $0 0 $ /0,d 80:o 0 cents per linear foot 9. 26 EA Barrier free ramp,per S-M14 of the city std., complete and In!dace for the suf, rn.o �Aell dollars en „e4 $ _ �oo.00 $ '70,8,00.09 c8nts ptir each. 10. 5 EA Remove existing ttarricade, complete and in place for the sum )f.- dollars f:dollars and Qv is S0:©p $ .2SO.o o cents pas-each B`15 r Mar 21 06 08: 33a P 016/Oi'_0 MAR 20 20UbtttOK> 17 25 Conatser Construction 1X, LP (FAX)BIT 53a 6556 PROPOSAL SCHEDULE Item Quant _ Prices in Figures ity No. & Unit Descrip tion&Price In Words Total Unit TOTAL 11 1 LS Maintain Erosi,>n Control Devices during paving constru;tion, complete and in place for the sum oft �ht "lIOLjSarr� $ �� 600-00 / 000-00' dollars and_ cets per lump sum 12 23,WA Perform testing for lime subgrade and SY concrete per Item D-39.of.the Special Provisions,corn plete and in place for.the sum of: ' dollars and -M. cents liar kvniS sum TOTAL AMOUNT BID $� a B-1G Mar 21 06 08: 33a MRR-.?0-2006(M0N) IT:?5 Conatser Construction TX, LP (FRX)817 534 8556 P 011/D20 TOTAL AMOUNT BID WATER S 3D59 -2-00 TOTAL AMOUNT BID SEWER S 5 4 y 70 TOTAL AMOUNT BID STORM DRAIN $ (n D y S/o _ 00 TOTAL AMOUNT B1D PAVINC; 60 GRAND TOTAL AMOUNT B1.0 S Z17-,1.372 ZO B-17 Mar 21 06 oe:33ap 0181020 ARR-.20-2406(MON) 1i: 25 Conatser Constsuttion TX. LP (FRX?E17 53t 4556 PART B -PROPOSAL(Cont.) Auer acceptance of this Propasal, the undersigned will execute the fonnal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the-faithful p:rforr=ce of the Contract. The attached bid security, if required is to become the prop aty of the,Developer. The undersigned bidder cesttiied that lie bas obtained at least orle set,-of the General Contract Documents and Ger eral Specifications for Water Department Projects dated January 1, 1978, and that he :aas read and thoroughly understands-all the requirements and conditions of those Genual Documents and the specific Contract Documents and. appurtemuit_plaits." The successful bidder shall be required to perform the work in accord with the following publications, both of which_are. incorporated herein and trade a part hereof forall purposes: 1. The General-Contract' Documents and General Specif1-cutions for Water Degartihent Priljects dated January 1,1978,which may be pumbased from the Water Department 2. The Standard S iccifications for Street and Storm Drain Construction which stay be purchased from the Department of Transportation & Public Wor1c.S. . n.-undeisigned'assures drat its employees and applicants for employment. d..thosc of any Tabor organizatioro� subi:oni rae(ois;or cmploymestit agency.in either furnishing or referring employee applicants to the undersigned -are not discriminated against as prohibited by the terms of City hdinance No.7278 as amended by City Ordinance No. 7400. l he Bidder agrees to begin cot,struction within calendar days after issue of the work order, and to complete fire contract within _ working days after beginning construction as set fordi in the wt item work order to be furnished by the Owner. (Complete A or B be low,as applicable:) A.The principal place ol'business of our company is in the State of Nonresident bidders i i the State of ,our principal place of business,are required to be percent lower than resident bidders by state law. A copy 3f the statute is attached. Non resident bidders in the State of ,out principal place of business,are iot required to underbid resident bidders. B•l8 Mar 21 06 08: 34a p plq/fl2p MHR-tU-2Uilti{�U�ii 17:26 Conatser Construction IX. LP (FkX)lill 534 6556 _ ( 13."Tbe principal place ofbusiness of aur company or our parent company or majority owner is i:1 the State of Texas. BA9 � :� , YEN. Mar 21 06 08: 34aP 020/020 MRR _2D_2pp6(MON) 17:26 Conatser Construction iK. LP (FHX)817 538 6556 I(we)acknowledge receipt of'.ho following addenda to the plans and specifications,all of die provisions and requiremi:nts of which have been taken into_consideration on propagation of the foregoing b I: Addendum No. 1 (Initials) Addendum No.3(Initials) Addendum No.2(Initials) Addettdum No,4(initials) Respectfully submitted, S�etL�S�r rontfr .� 7X.t .p BY: Mark Pam ee-Presldnnt W Title 'e—W-UM 19 Croup,Inc,G.P. Address f?0. TeX IS441 EQC{ .lertl��, 7G1�9 Telephone: _$�7��`i-)�y,3 Date: re 20 B-20 I. STREET LIGHT COST ESTIMATE QUANTITY UNIT COST TOTAL COST INTERSECTIONS 12 EA $ 2, 000 $24, 000. 00 MID-BLOCK RESIDENTIAL 7 EA $ 2, 000 $14, 000. 00 CHANGE OF DIRECTION RESIDENTIAL 1 EA $ 2, 000 $2, 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 0 EA $ 2, 500 $0, 000. 00 RELOCATE EXISTING LIGHT 0 EA $ 11500 $0, 000. 00 Subtotal $40,000. 00 City' s Cost $00,000.00 Developer' s Subtotal $40,000.00 10% Contingency $4,400.00 Project Total $44,000.00 Adjacent Developer's Cost $00,000.00 Developer' s Cost $44,000.00 2% Inspection Fee $00,000.00 CFA CODE #2005124 DEVELOPER' S COST: $44,000 .00 EMERALD PARK, PHASE III September 24, 2005 Fort Worth, Texas September 26, 2005 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: $44,000.00 EMERALD PARK, PHASE III September 24, 2005 FORT WORTH, TEXAS CFA CODE 2005124 Page II of Exhibit C III "STREETLIGHTS" INTERSECTIONS HAWKS LANDING RD & WAGLEY ROBERTSON RD 1 HAWKS LANDING RD & IRISH GLEN TRL 1 HAWKS LANDING RD & WILD IVY RD 1 HAWKS LANDING RD & MIDDLEGLEN RD 1 HAWKS LANDING RD & BRAEMOOR RD 1 HAWKS LANDING RD & ERINMOOR CT 1 HAWKS LANDING RD & VALDENA CT 1 HAWKS LANDING RD & OXCART DR 1 IRISH GLEN TRL & DEVONTREE DR 1 IRISH GLEN TRL & WENLOCK CIR 1 DEVONTREE DR & MIDDLEGLEN RD 1 MIDDLEGLEN RD & WEXFORD CT 1 MID- BLOCK WAGLEY ROBERTSON RD 2 HAWKS LANDING RD 1 IRISH GLEN TRL 2 MIDDLEGLEN RD 1 BRAEMOOR RD 1 CHANGE OF DIRECTIONS WEXFORD CT 1 EMERALD PARK, PHASE III 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 nine (9) intersections at a cost to the Developer of$900.00: Hawks Landing Rd & Wagley Robertson Rd Hawks Landing Rd & Braemoor Dr Hawks Landing Rd & Oxcart Dr Hawks Landing Rd & Middleglen Rd Hawks Landing Rd &Irish Glen Tr Wexford Ct & Middleglen Rd Devontree Tr & Middleglen Rd Devontree Tr & Irish Glen Tr Wenlock Cir & Irish Glen Tr Emerald Park, Phase III CFA code: 2005124 September 22, 2005 81 BLUE MOUND ROAD 0 0 28 z it a Project o Location B/ 2 U F�ssi! WEST BONDS RANCH ROAD A 'm m x * VICINITY MAP NOT TO SCALE MAPSCO 19 & 20 FINAL PLAT FINAL PLA T EMERALD PARK PHASE THREE AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS BEING 31.542 ACRES OF LAND SITUATED IN THE HENRY ROBERTSON SURVEY, A- 1259 OWNER 143 RESIDENTIAL LOTS D.R. HORTON TEXAS, LTD. 2 COMMON LOTS 4500 MERCANTILE PLAZA DRIVE THE PRECEDING TO BE KNOWN AS. SUITE 104 LOTS 11 THRU 27, BLOCK 7; LOTS 20 THRU 22, BLOCK 8, LOTS 28 THRU 65, BLOCK.9; LOTS 11 THRU 19, BLOCK 10 FORT WORTH, TEXAS 76137 LOTS 1 THRU 20, BLOCK 11; LOTS 1 THRU 10, BLOCK 12 Phone (682) 647-3350 LOTS 1 THRU 11, BLOCK 13 (LOT 6 BEING PARK AREA) LOTS 2 THRU 37, BLOCK 14 (LOT 14 BEING PARK AREA) DATE: 8-12-05 m m a PROJECT #: 1978-3-1 EMERALD PARK DRAWN BY s uLEs PHASE THREE mycoskie mcir^is associates civil engineering surveying �s^gape arc CHECKED BY- T. BELCHER PLAT INFORMATION 2 0 0 e a t a r l i n 8 1 7 n SHEET NO. 1 OF 6 f a x: 8 1 7 2 7 8 •,a :SS��ilf a Mar 24 OG 02: 03P VA,V CATTLE YARDS INC. LU FORT MWIN F—TJ 2 .1 4 a 91111�07y 04's I I a ra EMERALD PARK ME 51 FUTURE PHASE Ni vp to to I 17 so Fj It At 41 45 4w v Iff w to I. At IS 0 19 X mo of N QR OC 3 12 22 loll F EMERALD PARK to PHASE ONEto as 13 EMERALD PARK PHASE TWO LEGEND 4' WDE SIDEWALK (1260 L.,:-. BY DEVELOPER) 28' B—B PAVEMENT, 7" COVC., 110' ROW F77777771300 0 150 -300 600 29" B—B PAVEMENT, 7" COVC., 50' RDW I I I I I LLLJ41' B—B PAVEMENT, 7" C011C., 60° ROW 1 inch = 300 ft. DATE: 8-12-05 PROJECT 1978-3-1 HMEWALD PARK m, m.a DRAWN BY. S. LILES PLEASE THI?H.E mycoskie.minnis-I associates civil angln—Wg—eying]WdSCape aichkeckffe planning PAVEMENT 200 tast abram CHECKED BY- T BEL CHER EXHIBIT "B" arli I I t.�.. 7 6 0 1 D .11 69-1671 SHEET NO. 2 OF 6 IGK: 617-274-5757 VAN CATTLE YARDS INC. ~ FORT R VII ET.L FAR OMITS a EMERALD PARK Q HAWKS FUTURE PHASE cr_ tioti� m WEXFORD COUR \ Z Z \ J • m \ o � 4i 0E a EMERALD PARK PHASE ONE EMERALD PARK PHASE TWO 300 0 150 300 600 1 inch = 300 ft. DA TE. 8-12-05 m m a PROJECT '. 1978-3-1 EMERALD PARK DRAWN BY S. LILES PHASE THREE mycoskie �p,��rtes civil engineering su ey�i Ilepuyn planning STORM DRAIN v - `[ CHECKED BY: T. BELCHER s° ay��pq^1%b? "R'o is r"`, EXHIBIT B-1 c r I I n 9 e n�V`�Nx4e�Itk��U ti 8 1 7—1p�,79 t ii.!�.tr)�7�I U� Q SHEET NO: 3 OF 6 fax: 17�bT4, �1 U�� VAN CATTLE YARDS INC. FORT KWTH ETJ. FART KWTH CITY LIMITS ko EMERALD PARK � O HAWKS LAND/N OAD F TURE PHASE z _ CS cc CC cc • wEx W a 3 00 �z o 0C4i a EMERALD PARK PHASE ONE EMERALD PARK PHASE TWO LEGEND 300 0 150 300 600 p SIGNS 111 * STREET LIGHTS 1 inch = 300 ft. DATE: 8-12-05 m m a PROJECT #: 1978-3-1 EMERALD PARK DRAWN BY S. LILES PHASE THREE mycoskie mcinnis associates civil engineering surveying landscape architecture planning CHECKED BY: T. BELCHER STREET LIGHTS 2 0 0 east a D r a m EXHIBIT "C" artIngtcn, texas 76010 817-469-1671 SHEET NO: 4 OF 6 fox: 817-274-8757