Loading...
HomeMy WebLinkAboutContract 33776 COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 39,�n/(If WHEREAS, Pulte Homes of Texas L.P., hereinafter called "Developer", desires to make certain improvements to Vista Meadow North Phase II, 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 Policy. 20060717cfa.doc I CITY Sm�1HAPY 07-19-06 All :57 IN ��� ����' u�a�o 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 dama.aes are caused, in whole or in part, by the alleged negligence 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. 20060717cfa.doc 2 L. 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 Storm Drain(B-1) Attached; Street Lights and Signs (C) Attached. M. 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. Il. 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 $531,767.21. Vista Meadows North Phase II-Newer CFA 4% and Utilities 10 03 05.doc SUMMARY OF COST Vista Meadows North Phase It Item Developer City Cost Total Cost Cost A. Construction $ - 1. Streets $375,937.20 375,937.20 2. Storm Drainage $132,850.50 132,850.50 3. Street Lights $2,028.00 2,028.00 4. Street Name Signs $600.00 600.00 B. Engineering Design $ C. Construction Engineering and Management by DOE $ $ (4%) 20,351.51 20,351.51 TOTALS 531,767.21 $ - 531,767.21 Notes: 1. All Preliminary Plats filed after July 2000 will require sidewalks on all streets. The developer is responsible for installation of sidewalk and a separate financial guarantee is required in the form of a bond or check for the cost of the sidewalk. 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. Vista Meadows North Phase II-Newer CFA 4% and Utilities 10 03 05.doc 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, ai a said Develo e has executed is instrument in triplicate,at Fort Worth,Texas this the hay of Approval Recommended: Transportation and Public Works Department Robert Goode,P. E. Director 7( ityf Fo W h Marc Ott NO M&C REQUIRED Assistant City Manager ATTEST: DEVELOPER: AA1 Pulte Homes of Texas,L.P. Marty Hendrix A Texas Limited Partnership City Secretary Approv s to Fo By: PN I, Inc. A Nevada Corporation j Its General Partner As 'start ty ttorney ATTEST: By: Title. n Corporate Secretary Vista Meadows North Phase II-Newer CFA 4%and Utilities 10 03 05.doc qqpp�p�% �1?N 1/% PART B—PROPOSAL DEVELOPER AWARDED CONTRACTS This proposal must not be removed from this book of Contract Documents. TO: Pulte Homes of Texas,L.P. PROPOSAL FOR: VISTA MEADOWS NORTH PHASE Il FILE NO.W-1282 Includes the furnishing of all materials, except materials specified to be furnished by the City, equipment and labor for the installation of Street Improvements and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: VISTA MEADOWS NORTH PHASE 11 Pursuant to the foregoing'Notice to Bidders', the undersigned Bidder,having thoroughly examined the Contract Documents, including plans, special contract documents, and 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: j N:\JOB\010722\SPEC\010722B.020.doc B-1 Updated 0 � ray �, w�,�lp FT, pO)Ryfl, UK. 1 UNIT I:PAVING IMPROVMENTS ITEM APPROX. DESCRIPTION OF ITEMS-WITH BID UNIT TOTAL NO. QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT 1 14,388 S.Y. 6"Reinforced Concrete Pavement w/7"curb, Per Square Yard r Twenty Dollars& Fifty Cents $20.50 $294,954.00 2. 14,821 S.Y. 6'Lime Stabilized Subgrade(Includes Preparation of subgrade), Per Square Yard: Two Dollars& Ten Cents $2.10 $31,124.10 3. 222 Tons Lime for subgrade(30lbs/SY), Per Ton: Ninety Nine Dollars& No Cents $99.00 21,978.00 4. 123 S.Y. 4'Wide Sidewalk, Per Square Yard Thirty Five Dollars& Seventy Cents $35.70 $4,391.10 S. 12 Ea. ADA Sidewalk Ramps, Per Each: I Eight Hundred Dollars& No Cents $800.00 $9,600.00 ! 6 1 End of Road Barricade, Per Each: One Thousand Fifty Dollars& No Cents $1,050.00 $1,050.00 7. 1 L.S. Adjust Sanitary Sewer Manhole to proposed Grade, Per Lump Sum: Two Thousand Nine Hundred Dollars& I No Cents $2,900.00 $2,900.00 i i ;I N:UOBW10722tSPECW107225.020.doc B-2 Updated 05/16/2005 i t 8. 3 Ea. Remove Exist End of Road Barricade, Per Each: Four Hundred Eighty Dollars& No Cents $480.00 $1,440.00 9. l L.S. Storm Water Management and Maintenance Per Lump Sum: Two Thousand Two Hundred Dollars& No Cents $2,200.00 $2,200.00 10. 1 L.S. Payment&Performance Bond Including 2od year Maintenance I Per Lump Sum: Six Thousand Three Hundred Dollars& No Cents $6,300.00 $6,300.00 TOTAL AMOUNT BID PAVING $ 375.937.20 i TL I j � 4 1 I I I r j N:UOB\010722\SPEC\010722B.020.doc B-3 Updated 05/16/2005 i PART B-PROPOSAL(Cont.) After acceptance of this Proposal,the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance .of the Contract. The attached bid security, if required is to become the property of the Developer. The undersigned bidder certified that he has obtained at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The successful bidder shall be required to perform the work in accord with the following publications,both of which-are incorporated herein and made a part hereof for all purposes: 1. The General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, which may be purchased from the Water Department. 2. The Standard Specifications for Street and Storm Drain Construction which may be purchased,from the Department of Transportation &Public Works. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. 3 The time of completion is an essential element of the contract. C7-7.9 in Part C-General jConditions.and 19, 20, 21 in Special Provisions will govern the liquidated damages and incentives for this project. The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete the contract within 50 calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. (Complete A or B below,as applicable:) A. The principal place of business of our company is in the State of Nonresident bidders in the State of , our principal place of business,are required to be percent lower than resident bidders j by state law. A copy of the statute is attached. i Non resident bidders in the State of ,our principal place of business,are not required to underbid resident bidders. �CvIAi�I iE01 a.Y N:VOB\010722\SPEC1010722B.020.doc B-4 �,��y 3 Updated 05/1W005 i I(we) acknowledge receipt of the following addenda to the plans and specifications,all of the provisions and requirements of which have been taken into consideration on preparation of the foregoing bid: Addendum No. 1 (Initials) Addendum No. 3 (Initials) Addendum No. 2(Initials) Addendum No.4 (Initials) Respectfully submitted, i By: Title Address 6831 ASH STREET FRISCO, TX 75034 P.O. BOX 957 FRISCO. TX 75034 Telephone: 9 22--3-3,5 —ZQLJ (Seal) Date: i C IV 1Y iff f N:\JOB\010722\SPEC\010722B.020.doc B-5 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 (Furnish and install,including all appurtenant work,complete in place,the following items) i ITEM APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL NO. QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT 1. 34 L.F. 39"Class III R.C.Pipe Including Trench Excavation and Backfill, Per Linear Foot: One Hundred Eighteen Dollars& No Cents ,$118.00 $4,012.00 2. 759 L.F. 30"Class III R.C.Pipe Including Trench Excavation and Backfill, Per Linear Foot: Seventy Five Dollars& No Cents $75.00 $56,925.00 3. 113 L.F. 27"Class Ill R.C.Pipe Including Trench Excavation and Backfill, Per Linear Foot: Sixty Seven Dollars& No Cents $67.00 $7,571.00 1 4. 284 L.F. 24"Class III R.C.Pipe,including trench j excavation and backfill, Per Linear Foot: Fifty Six Dollars& No Cents $56.00 $15,904.00 5. 4 Ea. 10' Standard Curb Inlet, Per Each: Two Thousand Three Hundred Twenty Five Dollars& No Cents $2,325.00 $9,300.00 6. 202 L.F. 8' X 1' X 6"Reinforced Concrete Flume, Per Linear Foot: Seventy Eight Dollars& Seventy Five Cents $78.7 N:XJOB1010722\SPEC\010722A.020.doc B-8 ITEM APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL NO. QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT 7. 8 L.F. ''/s"ThickDiamond Grid Galvanized Steel Plate Per Linear Foot Ninety Nine Dollars& Seventy Five Cents $99.75 $798.00 8. 3 Ea. 4'Square Manhole, Per Each: Three Thousand I One Hundred Fifty Dollars& No Cents $3,150.00 $9,450.00 9. 1 Ea Sloping Headwall, 39", Per Each One Thousand Three Hundred Seventy Five Dollars& No Cents $1,375.00 $1,375.00 10. 1 Ea. Sloping Headwall,30", Per Each One Thousand Four Hundred TwentjFive Dollars& No Cents $1,425.00 $1,425.00 11. 148 S.Y. Rock Rubble Rip Rap(Light) Per Square Yard: SjM Eight Dollars& No Cents $68.00 $10,064.00 41.4,0 12. �s392� L.F. Trench Safety, Per Linear Foot: No Dollars& 1rl'.en Ten Cents $0.10 $9839' 131 A, ✓v SS TOTAL AMOUNT BID STORM DRAIN i i N:UOBIOI07221SPEC1010722A.020.doc &9 Updated 05/16/2005 i TOTAL AMOUNT BID WATER $ 0 TOTAL AMOUNT BID SEWER $ 169,495.60 l 3'2 g'lA SO TOTAL AMOUNT BID STORM DRAIN $ 13, , x'187 foR3.2.� GRAND TOTAL AMOUNT BID $�6- j I j i i i r i i I i i j cliff Z,171���XEY N:UOB1010722XSPECN010722A.020.doc B-10 Updated 05/16/2005 1 PART B-PROPOSAL(Cont.) After acceptance of this Proposal,the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful. performance of the Contract. The attached bid security, if required is to become the property of the Developer. The undersigned bidder certified that he has obtained at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The successful bidder shall be required to perform the work in accord with the following publications,both of which are incorporated herein and made a part hereof for all purposes: 1. The General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978,which may be purchased from the Water Department. 2. The Standard Specifications for Street and Storm Drain Construction which may be purchased from the Department of Transportation &Public Works. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City i Ordinance No. 7278 as amended by City Ordinance No.7400. The time of completion is an essential element of the contract. C7-7.9 in Part C-General Conditions and D-74, D-75, D-76 in Part D Special Conditions will govern the liquidated damages and incentives for this project. I The Bidder agrees to begin construction within 10 calendar days after issue of the work order,and to complete the contract within 29 calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. (Complete A or B below, as applicable:) A. The principal place of business of our company is in the State of �. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non resident bidders in the State of , our principal place of business,are not required to underbid resident bidders. ! B.The principal place of business of our company or our parent company or N:\JOB\010722\SPEC\010722A.020.doc B-t 1 Updated 05/16/2005 I(we) acknowledge receipt of the following addenda to the plans and specifications,all of the 71 provisions and requirements of which have been taken into consideration on preparation of the foregoing bid: Addendum No. 1 (Initials) Addendum No. 3 (Initials) Addendum No. 2(Initials) Addendum No.4(Initials) Respectfully submitted, I i By: TV, I , r Address I i j n Telephone: dTz��M-q ! (Seal) Date: j 3 12 F9 N:\JOB\010722\SPEC\010722A.020.doc B-12 Uplated 05/16/2005 III. STREET LIGHTS: 1 . STREET LIGHT COST ESTIMATE QUANTITY UNIT COST TOTAL COST INTERSECTIONS 6 EA $ 01000 $00, 000. 00 MID-BLOCK RESIDENTIAL 1 EA $ 0, 000 $00, 000. 00 CHANGE OF DIRECTION RESIDENTIAL 6 EA $ 01000 $00, 000. 00 MID-BLOCK COLLECTOR 0 EA $ 0, 000 $ --0-- MID-BLOCK ARTERIAL PARKWAY 0 EA $ 0, 000 $ --0— MID-BLOCK ARTERIAL MEDIAN 0 EA $ 0, 000 $ __0__ RELOCATE EXISTING LIGHT 0 EA $ 0, 000 $ --0-- 0 (200 watt lights) x $7 . 05 (per light) x 24 months = $00,000. 00 13 (100 watt lights) x $6. 50 (per light) x 24 months = $2,028 . 00 Total: $00,000. 00 The Street Lights will be installed by TRI County Electric Cooperative the developers initial 24- month power charge will be $2,028 .00 After the initial 24-month power charge the City of Fort Worth, WILL ASSUME THE POWER COST. (REVISED 10 -01 - 2005) CFA CODE #2005119 VISTA MEADOWS NORTH, PHASE II SEPTEMBER 10, 2005 Fort Worth, Texas October 3, 2005 PAGE I OF EXHIBIT C 2. 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. 3 . Streetlights on arterial streets shall be installed with underground conduit and conductors . 4 . The Developer shall provide for the installation of a 2-inch schedule 40 PVC conduit at a depth not less than 30 inches and at least 18-inch behind the curb, "clear from all other utilities". 5 . The Developer shall provide for the installation of a 2-inch schedule 40 PVC conduit between streetlights proposed for installation and the power source to become operational . 6. A 3-inch schedule 80 PVC conduit is required when crossing streets at a depth not less than 30 inches, unless indicated otherwise on the plans concrete pull boxes shall be provided at the crossing points. 7 . The developer shall pay the initial two year power cost to TRI- COUNTY ELECTRIC COOPERATIVE, after the initial two year cost the City of Fort Worth, will assume the power cost. 8 . The developer or their contractor shall contact City' s street light division 48 hours prior to starting any installation of conduit and/or streetlights at (817) 871-6596 to insure proper inspection of work. TOTAL DEVELOPER' S COST $2,028.00 VISTA MEADOWS NORTH, PHASE II SEPTEMBER 10, 2005 Fort Worth, Texas February 14, 2005 (REVISED 10-01-2005) PAGE II OF EXHIBIT C CFA CODE #2005119 ri, Gam v'� r.�'vuJ�J "STREET LIGHTS" INTERSECTIONS SHELDON TRAIL & DONNIS DR 1 SHELDON TRAIL & NETTIE ST 1 JAYLIN ST & NETTIE ST 1 JAYLIN ST & DONNIS DR 1 JAYLIN ST & TADPOLE DR 1 DONNIS DR & INDY DR 1 MID BLOCK NETTIE ST 1 CHANGE OF DIRECTIONS MNETTIE ST 1 DONNIS CT 2 DONNIS DR 2 TADPOLE DR 1 (REVISED 10-01-2005) VISTA MEADOWS NORTH, PHASE II 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 $1.00.00 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 six (6) intersections at a cost to the Developer of$600.00: Jaylin St & Nettie St Jaylin St & Donnis Dr Jaylin St &Tadpole Dr Sheldon Tr & Nettie St Sheldon Tr & Donnis Dr Indy Dr & Donnis Dr Vista Meadows North, Phase II CFA code: 2005119 September 10, 2005 RECE, V ED BLUEp o FORT WORTH MOUND z o RD. E cr = o = x Li UN m FORT WORTH COUN crz 0 � U_lx.. J D O O Q Ir FORT WORTH K LER HIC S Z U KELLER HICKS zcr 3 0 a FORT WORTH GOLDEN TRIANGLE L _ ❑ FM 1709 g ENGOLDEN TRIANGLE BLVD. FM 1709 COUNTY HE HTS PROJECT FORT WORTH LOCATION U Q RAY WHITE KELLER ' a r C UN w J F- HE IT GE TRAC WALL-PRICE KELLER Kwym FORT WORTH JOr v J `"r _ KISD �5 m U z w li Q J zo m FORT WORTH Fd Q W Z O N EL Z Z) 0 o KE ER oN KISD � 0 0 3 m _ WALL �T PRICE l�) NORTH TARRANT P KWAY } . a o NOT TO SCALE 3 LOCATION MAP VISTA MEADOWS NORTH PHASE II Carter Burgess CARTER & BURGESS,INC. 777 MNN STREET FORT WORTH,TX 76102 (817)735-CCM PROJECT NO. 010722.010.1.0001 N rPRIVATE OPEN SPACE 1 7 3 f O e ' ' SCALEe l" = 200' e 1r s • 0 S • f0 6 � 11 ,.• J INbY J' Is JPO l l z _.. DRIVE 13 J-0 �I • �� Pl • If q. © • 1e .• • y S • ' `6 - T7 • •� • • IS Q _ J? •• J6 - PJ •• � 16 13 •• IS Is O9 aS Io f •• ' 44 __....._. ••••• 4 7r �._,.26 O /J 0 9 ••� fT t • • 16 ••• f1 fJ _..._ :7 a .• a, • �3 �• 40 � Pe 7 17 y ?7 ' b O P8 I'-- 1. 30 S le • 39 3/ f YD Q • 37 30 v� 24 3"3 2T -- -"" 3534 JJ J? PJ �34 I• 1 P3�— JAN IIN STRI ET ' Q t 3 + s e 7p - 4 70 LEGEND PROP. 29' B/B ROADWAY/50' ROW PROP. 41' B/B STREETS ROADWAY/50' ROW EXHIBIT 'B' PROP. 4' SIDEWALK ( BY HOMEBU I LDER) VISTA MEADOWS NORTH PROP. 4' S I DEWALK PHASE II ( BY DEVELOPER) LIMITS OF PROJECT Cmrftr I, s CARTER d BURGESS,INC. 777 AKIN SIMIT ralr4m 16=P71735- 76 PROJECT NO. 010T22.010.1.0001 nru....�1....� nt ntor..t,.�.,nn..T loo rnfti Ann PAGE 4 Of 6 EXIST 30"RCP N _____ 30.. lel 30" HDWL O 6 7 B 2 3 q 5 9 39" DWL� 39.1O S 5 SCALE1 1" = 200' X1' 6"F UME — 0 1 to, 6 It / 77 3 I IINbY 17 18 12 z DRIVE 19 \ \ 13 IX / 4 30" I 70 cn 2/ 14 49 s 14, 22 15 O 6 A 47 12 I6 46 \ 17 24 13 3 0 \ 45 Is O9 25 10 14 l 27" 24" °4 26 9 © 151 , 41 42 O 2716 24" 41 ° 43 e 0' f/] 40 42X 28 7 /7 27 I 6 18 I 39 O 28 30 5 19 38 29 ( ) o' 26 31 4 20 A 37 30 32 3 21 36 31 25 33 2 22 A I I 24 I 35 34 33 32 23 34 I t - 1 23 I JA IN S ET jA 22 0 3 4 5 6 7 8 O IO 11 12 /3 14 15 I (~ 20 4 LEGEND PROP. STORM DRAIN LINE PROP. INLET T PROP. MANHOLE PROP. HEADWALL STORM DRAIN 0 EXIST. STORM DRAIN LINE EXHIBIT 'B—1' LIMITS OF PROJECT — ——' VISTA MEADOWS NORTH PHASE II Carter Burgess CARTER & BURGESS,INC. 777 MNN STREET FORT WORTH,TX 76102 (81 7) 775-6000 PROJECT NO. 010722.010.1.0001 N-n.\ I nM M n797\rt I v\nh-2\722 1­fn_rinn PAGE 5 OF 6 N fIX PRIVATE OPEN SPACE1 2 3 4 5 SCALER 1" = 200' 0 9 5 10 DONNIS CT. 6 17 18 12 O z A 19 \ \ 13 / 4 J INDY I . Fp'yy DRIVE 'F O 21 20 S /4 •q A 98 O 1 22 `� 15 sq O 47 2 /6 A 23 1 46 /7 24 /3 \ 8 45 O25 E-1 10 14 - 44 76 y O /5 • 2 42 P O 27 8 16 4/ v 43 40 �2 0 2� 7 11 27 J9 28 29 6 18 O JO i 19 �y 38 29 ay 26 31 4 20 A 37 30 32 3 21 36 3/ 25 33 2 22 I A I 24 �I I 35 34 33 32 A J4 23 lei 14 / 2J • �- -, A JAYLIN STREET O 22 �I a O 2/ J 4 If ]�' Il 12 13 /4 ,5 I 20 4 A 0 0 A LEGEND PROP. SINGLE STREET LIGHT EXIST. SINGLE STREET LIGHT 0 ( ON STEEL POLE WITH STREET AND STOP SIGNS ATTACHED) PROP. STREET SIGN STREET LIGHTS EXIST. STREET SIGN A EXHIBIT 'C' LIMITS OF PROJECT ——- VISTA MEADOWS NORTH PHASE II Carter Burgess CARTER & BURGESS,INC. 777 AWN STREET FORT WORTH,TX 76102 (817)735-6000 PROJECT NO. 010T22.010.1.0001 I=ge\)ob\ 01 0T22\c 1 v\phase2\T221 cfa,dgn PAnP A nP A