Loading...
HomeMy WebLinkAboutContract 34232COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary ~�� COUNTY OF TARRANT § Contract No.3LWOr►�— WHEREAS, SJ Rainbow Ridge Development, L.P., hereinafter called "Developer", desires to make certain improvements to Rainbow Ridge Addition — Phase 2, 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. l;,i U l,F 012D 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 Citv 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 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 Storm Drain (B-1) Attached; Street Lights and Signs (C) Attached. N. 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. 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, 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, B11 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 $728,743.43. 3 SUMMARY OF COST Rainbow Ridge Addition Phase 2 Item Developer Cost A. Construction 1. Streets $465,074.80 2. Storm Drainage $198,991.00 3. Street Lights $36,400.00 4. Street Name Signs $1,715.00 B. Engineering Design C. Construction Engineering and Management by DOE $ (4%) 26,562.63 D. Materials Testing by DOE $ (2%) 13,281.32 TOTALS 728,743.43 $ City Cost Total Cost $ 465, 074.80 198, 991.00 36,400.00 1,715.00 26,562.63 728,743.43 Notes: 1. All Preliminary Plats filed after July 2000 will require sidewalks on all streets. The developer is responsible for installation of sidewalk. 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. Developer's column for Item D represents two percent (2%) of paving and storm drain costs for materials testing. 5. Provided escrow agreement in the amount of $132,677.84 for Poynter Street future improvements. 0 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, arld said Developer has executed this instrument in triplicate, at Fort Worth, Texas this the � day of 200� Approval Recommended: Transportation and Public Works Department Robert Goode, P. E. Director City of rt Marc Ott NO M&C REQUIRED Assistant City Manager ,ATTEST: � )C\. axlz 1� Marty Hendrix City Secretary ATTEST: Corporate Secretary DEVELOPER By: SJ Rainbow Ri e Development, L.P. a Texas Limit A rtnership By: SJ idge, LLC its Ge artner 200223830 CFA REVISED FORMAT WITH 4%.doc wkins UNIT II: STORM DRAIN IMTROVEMENTS (Furnish and install, including all appurtenant work, complete in place, the following items.) PAY APPROX. DESCRIPTION OF ITEMS ITEM QUANTITY WITH BID PRICES WRITTEN IN 'WORDS 1. 90 LF 21-inch storm drain pipe (Class III RCP) (complete in place with trench excavation and trench compaction) Fortv Five Dollars and Zero Cents per LF $ 2. 161 LF 24-inch storm drain pipe (Class III RCP) (complete in place with trench excavation and trench compaction) Fiftv Five Dollars and Zero Cents per LF $ 3. 69 LF 36-inch storm drain pipe (Class III RCP) (complete in place with trench excavation and trench compaction) Seventv Five Dollars and Zero Cents per LF $ 4. 147 LF 3' x 2' Reinforced box culvert (complete in place with trench excavation and trench compaction) One Hundred Ten Dollars and Zero Cents per LF $ 5. 400 LF 4' x 2' Reinforced box culvert (complete in place with trench excavation and trench compaction) One Hundred Twentv Five Dollars and Zero Cents per LF $ 6. 142 LF 7' x 2' Reinforced box culvert (complete in place with trench excavation and trench compaction) Two Hundred Thirtv Dollars and Zero Cents per LF $ 7. 6 EA 10-foot curb inlet (complete in place) Two Thousand Dollars and Zero Cents per EA $ 8. 1 EA 15-foot curb inlet (complete in place) Three Thousand Dollars and Zero Cents per EA $ B-6 UNIT TOTAL VALUE VALUE 45.00 $ 4,050.00 55.00 $ 8,855.00 75.00 $ 5,175.00 110.00 $ 16,170.00 125.00 $ 50,000.00 230.00 $ 32,660.00 2,000.00 $ 12,000.00 3,000.00 $ 3,000.00 Updated 05/16/2005 UNIT II: STORM DRAIN IMPROVEMENTS PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE _9. 1 EA 20-foot curb inlet (complete in place) . Three Thousand Eight Hundred Dollars and Zero Cents per EA $ 3,800.00 $ 3,800.00 10. 2 EA 4-foot square storm drain manhole (complete in place) One Thousand Eight Hundred Dollars and Zero Cents per EA $ 1,800.00 $ 3,600.00 11. 1 EA 36-inch Type "A" sloped headwall (complete in place) One Thousand Nine Hundred Dollars and Zero Cents per EA $ 1,900.00 $ 1,900.00 12. 1 EA 4' x 2' Type "A' sloped headwall (complete in place) Two Thousand Four Hundred Dollars and Zero Cents per EA $ 2,400.00 $ 2,400.00 13, 2 EA 7' x 2' Type "A' sloped headwall (complete in place) Four Thousand Two Hundred Dollars and Zero Cents per EA $ 4,200.00 $ 8,400.00 14. 1 EA 7' x 2' Type "B" headwall (complete in place) Three Thousand Nine Hundred Dollars and Zero Cents per EA $ 3,900.00 $ 3,900.00 15. 1 EA Remove existing 36" headwall (complete in place) Seven Hundred Fifty Dollars and Zero Cents per EA $ 750.00 $ 750.00 16. 241 SY 12" — 18" rock rubble rip -rap (adjacent to storm drain outfalls only) (complete in place) Sixtv Dollars and Zero Cents per SY $ 60.00 $ . 14,460.00. 17. 370 SY 18" — 24" rock rubble rip -rap (no grout) (adjacent to storm drain outfalls only) (complete in place) Sixtv Five Dollars and Zero Cents per SY $ 65.00 $ 24,050.00 B-7IJ v L t•. I1 0 PAY APPROX. DESCRIPTION OF ITEMS ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS 18. 209 LF French drain (complete in place) Twelve Dollars and Zero Cents per LF $ 19. 1,010 LF Trench safety One Dollars and Zero Cents per LF $ 20. 1,010 LF Trench bacldill density testing Zero Dollars and Thirtv Cents per LF $ TOTAL AMOUNT BID — STORM DRAIN IMPROVEMENTS UNIT. TOTAL VALUE VALUE 12.00 $ 2,508.00 1.00 $ 1,010.00 0.30 $ 303.00 $ 198,991.00 B-8 2U Update 05h095 UNIT II: PAVING IMPROVEMENTS PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE 1. 17,765 SY 6-inch lime stabilized subgrade One Dollars and Ninetv Five Cents per SY $ 1.95 $ 34,641.75 2. 266 TN Lime Q 301bs./SY Ninety Nine Dollars and Zero Cents per TN $ 99.00 $ 26,334.00 3. 17,219 SY 6-inch concrete pavement (complete in place with silicone joint sealing and 7-inch curb) Twentv One Dollars and Ninetv Five Cents per SY $ 21.95 $ 377,957.05 4. 6 EA Street Barricade as shown on City of Fort Worth Standard Details (complete in place) Five Hundred Dollars and Zero Cents per EA $ 500.00 $ 3,000.00 5. 100 SY 12" - 18" rock rubble rip -rap (adjacent to roadways only) (complete in place) Sixty Dollars and Zero Cents. per SY $ 60.00 $ 6,000.00 6. 496 SY 4-inch sidewalk (open area adjacent to City of Fort Worth Park only) (complete in place) Twentv Seven Dollars and Zero Cents per SY $ 27.00 $ 13,392.00 7. 1 EA ADA ramps (complete in place) Seven Hundred Fiftv Dollars and Zero Cents per EA $ 750.00 $ 750.00 8. 1 LS Pavement testing Three Thousand Dollars and Zero Cents per LS $ 3,000.00 $ 3,000.00 TOTAL AMOUNT $ID - PAVING IMPROVEMENTS $ 465,074A0 B-9 Updated 05/16/2005 TOTAL AMOUNT BID WATER $ 187.880.00 TOTAL AMOUNT BID SANITARY SEWER $ 147.827.10 TOTAL AMOUNT BID STORM DRAIN $ 198.991.00 TOTAL AMOUNT BID PAVING $ 465,074.80 GRAND TOTAL AMOUNT BID $ 999.772.90 B-10 Updated 05/16/2005 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 faithfdl 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. The Bidder agrees to begin construction within _L0 calendar days after issue of the work order, and to complete the contract within I0 working 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 tp 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-I1 Updat d 01�6%2005' i B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. B-12 Updated 05/16/2005 RECLIVED 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: Conatser Construction TX, LP Mark Pannas Title: Vice President of Conatser Manazement Groun. Inc.. LP Address: 5327 Wichita Street Fort Worth. Texas 76119 Telephone: 817-534-1743 (Seal) Date: /1yl, 6 By execution of these contract documents, the Contractor agrees to the following: A. The Contractor hereby acknowledges and accepts the fact that the City of Fort Worth is not holding any security to guarantee any payment for work performed on the proposed community facilities improvements associated with this project. B. The Contractor acknowledges and agrees that the project Property is private property and that same may be subject to mechanic's and materialmen's liens. C. The Contractor agrees to release the City of Fort Worth from any claim that is related to the project Property. D. The Contractor agrees to include in any and all Contract Documents with subcontractors, for work related to this project, the same three statements above preceding this sentence. B-13 Updated 05/16/2005 Rx Date/Time JAN-20-2006(FRI) 09:51 Jan.20. 2006 9:14AM ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST ITEM DESCRIPTION I QTY/UNITI I PRICE 1. STORM DRAIN 1 112 - 7 barrel 8'x4' RCB 2 TXDOT Multiple barrel Headwall 3 Handrail 4 18" - 24" rock rubble rip -rap SUBTOTAL II. PAVING 1 6" Lime Stabilized Subgrade 2 Lime Q 30lbs/sy 3 6-inch concrete pavement(complete In place with, silicone joint sealing and 7-inch curb) 4 4' sidewalks SUBTOTAL 1101AL I'kOUABLE CONSTRUCTION ('O$1 35 LF $ 2,250.00 $ 1 EA $ 22,000.00 $ 80 LF $ 75.00 $ 250 SY $ 50.00 $ 494 SY $ 1.95 $ 7 TN $ 99.00 $ 481 SY $ 21.95 $ 99 SY $ 27.00 $ is P. 003 No.0269 P. 3 AMOUNT I 78,760.00 22,000.00 4,500.00 12,500.00 117,750.00 963.30 733.59 10,557.95 2,673.00 14 927.84 132,677.84 2002239-10 OPDC-Esaaw )&012C JWM.xls Page 1 o1 1 I. STREET LIGHT COST ESTIMATE INTERSECTIONS MID -BLOCK RESIDENTIAL CHANGE OF DIRECTION RESIDENTIAL MID -BLOCK COLLECTOR MID -BLOCK ARTERIAL MID -BLOCK ARTERIAL MEDIAN RELOCATE EXISTING LIGHT ( Revised on 01/25/2006 ) CFA CODE #2005173 QUANTITY UNIT COST TOTAL COST 6 EA $ 2,600 $15,600.00 7 EA $ 2,600 $18,200.00 1 EA $ 2,600 $2,600.00 0 EA $ 2,600 $00,000.00 0 EA $ 3,000 $00,000.00 0 EA $ 3,000 $00,000.00 0 EA $ 1,500 $00,000.00 Subtotal $36,400.00 City's Cost $00,000.00 Developer's Subtotal $36,400.00 10% Contingencies $00,000.00 Project Total $36,400.00 Adjacent Developer's Cost $00.000.00 Developer's Cost $36,400.00 DEVELOPERS COST: $36,400.00 RAINBOW RIDGE, PHASE II January 12, 2006 Fort Worth, Texas January 26, 2006 PAGE I OF EXHIBIT "C" II STREET LIGHTS WORK DESCRIPTION: 1. The Developer shall provide for the installation of street lights 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 of Fort Worth will install all the street lights that use overhead or underground conductors on residential, and collector streets. The developer agrees to pay the City of Fort Worth the amount shown below prior to the City starting its design efforts, at the option of the developer and at their expense they may purchase the poles, fixtures, and mast arms from the City in order to assure compliance with city material standards 4. Street lights on arterial streets shall be installed with underground 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 operations of the street light system 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 January 12, 2006 DEVELOPERS COST: $36,400.00 RAINBOW RIDGE, PHASE II (Revised on 01/25/2006) CFA CODE #2005173 PAGE II OF EXHIBIT Etc is III "STREET LIGHTS" INTERSECTIONS MONTEGO BAY WAY & POYNTER ST 1 POYNTER ST & GUYANA RD 1 POYNTER ST & ABACO WAY 1 POYNTER ST & CURACAO DR 1 CURACAO DR & ARUBA IN 1 GUYANA RD & ABACO WAY 1 MID BLOCK CURACAO DR 4 ABACO WAY 3 CHANGE OF DIRECTIONS GUYANA RD 1 RAINBOW RIDGE, PHASE II PAGE III OF EXHIBIT "C't Iv STREET NAME SIGNS 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 $245.00 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 seven (7) intersections at a cost to the Developer of $1,715.00: Poynter St & Montego Bay Way Poynter St & Guyana Rd Poynter St & Abaco Way Poynter St & Curacao Dr Aruba Lane & Curacao Dr Guyana Rd & Curacao Dr Guyana Rd & Abaco Way Rainbow Ridge Addition, Phase II CFA code: 2005173 January 12, 2005 J� r� U Ln 0� 0 PROJECT' LOCATION z rr S m w J U O J kw^ Z u w RIDGE zo 0 RIDG -j C z ' = 3 I ul z w RGtiRING FORK i�i > j C) = J SCHOOL Sf H LL 731 OptAR Sp GS Cyr POINT N SAP z 0 1 Z — - U -j Z 3 ix CD SYCAMORE Z- _ STRIP - r AIRPORT z - l HARVEST h4DON Y DAHLIA I COLDSTREAM I r y CUNNINGH l T31 1 � WORTH 5 Y D: n a \ NORTH CROWLEY CLEBURNE VICINITY MAP RAINBOW RIDGE ADDITION r PHASE II --"- IV-1 lbw toLIVr-0 Dunaway Engineers nts Planners Associates, L.P. Surveyors I o Landscape Architects 1501 Merrimac Circle, Suite 100, Fort Worth, TX 76107 Tel: (617) 335-1121, Fax: (617) 335-7437 REMAINDER FUTURE RISINGER CORPORATION —N VOLUME 14676. PAGE 92 36' F—F 6" D.R.T.C.T. PA V1NG SCALE: 1" = 300' PROPOSED 28' F—F 6" .! RI Dorn �' i I i " PAVING � Ja SE r . Do se " I r PROPOSED :411r,1 G�:­ yaad 36' F—F 6" PA WNG " a , ! ! , • 4' SIDEWALK TYPICAL PROPOSED , K ' �4' SIDEWALK I L meet n r .r . i � i i maerr� n ° _ C4mmm l ._—.-t aforr Capra! tto�d .. I r e •u — --__ -PROPOSED PROPOSED 28' F—F 6 • w� I- !, I, ., ! 40' F—F - PAVING 6" PAVING • n - - r—'-- WSJ RAINBOW RIDGE DEVELOPMENT LPG _ CROWLEY I.S.D. j ;:! • - --- :'/ VOLUME 10150, - ^ VgL4ME 15136., PAGEI 1.18 , D.R.T.C.T. = . !' PAGE 1227 i - 8J RA/NBOIti I R/bGE—'-- Ja ' I _ I i D.R.T.C.T. i - DEVE'COPMEI�T P , I o ' ***punaway Engineers Planners 6" IN/C!( PANNC EXHIBIT "B" � s°"'a,ors Associates, L.P. Landscape Architects PA VING PLAN 1501 Merrimac Circle, Site 100, Fort Worth, Tx 76107 RAINBOW RIDGE ADDITION — PHASE 11 Tel: (817) 335-1121, Fax: (817) 335-7437 PROPOSED EARTHEN FUTURE 7-8'X4' _N- 1 CHANNEL RCB CULVERTS 0 \ \ REMAINDER — — — -� PROPOSED O` RISINGER CORPORATION = \ 4 X2' SLOPED E \ VOLUME 14676, PAGE 92 _ \ D.R.T.C.T. HEADWALL SCALE: 1" = 300' N PROPOSED 36' PR OS 1 \ SLOPED HEADWALL UR INL T PRCPO.TED 4r 2' \ \� � 4C6 PROPOSED 10' In PROPOSED 36' R 0 SE 21 ., `«°�'+ ., CURB INLETS LO RCP „ '° N--I I - i ---- n .. RE AINDER O - I I 'RISINCERMCORPORATION r` / es PROPOSED VOLUME 14676, PACE 92 a >er 7X2' SLOPED D.R.T.C.T. ,: O ED 24" ` k HEADWALL a I I r a II rQ,a R r0 � 10 R P a � _ rC L � a a r��r a —• 171 �-PROPOSED 20' CURB INLET C 3i7 I a Q r. Q Q "• J PROPOSED 15' — L S . , r ! a URB INLET ,r O \' OYP RI DO) H E I ��� �o ea d > — — „ '1dA PROPOSED ° I FEARTHEN LL \� >e <' „ I ,. CHANNEL OP S PR 0 ED RCS i. PROPOSED c� " POP SED „ INLETS >i P 10' R CURB 2�f2 _SLOPEQ �— - Cnl 4tr Q HEADWALL— at..,.r. Jle' w.y 0. I —T 7 x 2 PROPOSED 3k 2'- _. - -- HEADWALL a I P. RCB ...I-PRO00,50 _.. I SJ OAINAOW gIDGE DEVELOPMENT - I ---- C`._ , n1 aavn :-- �.�IVOLUM1161.35�_I?'A .146- CROWLEY I.S.D.O n r D.R.T.C.T —� VOLUME 10150, _ PAGE 1227-- ;- D.R.T.C.T. I i i _ I "r rnr I Cn1j7 ,. -,� � Punawa �] Engineers EXHIBIT "B-1 " ,/�/ Planners GIPOSEO STORM LUNA/N &INLET STORM DRAIN SYSTEM Associates, L.P. Landscape ad crape Architects ® EXIS77NG STORM DRAIN & INLET RAINBOW RIDGE ADDITION - PHASE II 1501 Merrimac Circle, Suite 100, Fort Worth, Tx 76107 O Tel: (617) 335-1121. Fax: (617) 335-7437 1]. MCCART—RISINGER L.P. COUNTY CLERKS DOCUMENT NO. D204331963 D.R. T.C.T. FUTURE —N- 36' F—F 6" PA SCALE: 1" = 300' I MCCART—RISINGER LP. COUNTY CLERKS DOCUMENT NO. D204331963 D.R.T.C.T. '--FUTURE \\\� 4' SIDEWALK " N pv %i �f l)fj/ " SE,I 1 � '�., r:mr Fatare GQ as Rafe •aa " _...... . f .aa ff � f / Fatr r Cup —Rd SJ RAINBOW RIDGE DEVELOPMEBT LP t f CROP& I.S.D.n —._ .... . EY '; • ,( ,, VOLUME ill PAGE 118 I VOLUME 10150, —. _.._ D.R,T.CJ, �; , _ PAGE 1227 i; SJ RAlN90W RIDL>< f a ' i I D.R.T.C.T. kY1L 6, AGE 8 DE4£LOPMENT LP " n ....... , ... VOLUME D.R. JI� , &Dunawa LEGIl Erpmears ® 6" 1H/dC PA NNC �0� EXHIBIT "B— IA " 4V Associates, L. �' FUTURE PAYING PLAN LandscapaArchdade 1501 Merlirlae alcle, Sude ioo, Furl worth, Tx 76107 RAINBOW RIDGE ADDITION — PHASE If Tel: (SIT) 33&1121. Fax (SIT) 3357437 L EGEND: ® PROPOSED STORM DRAIN & INLET EXIS77NO STDRU DRAIN & INLET ram, EXHIBIT "B-1 B " FUTURE STORM DRAIN SYSTEM RAINBOW RIDGE ADDITION - PHASE If FUTURE 7-8 X4 RC8 CULVERTS Dunawace y Planners •� Planners `► Associates, L.P. Laap ry cape Architects 1501 tMaimec Grde, Suite 100, Fat Worth, TX 76107 Tel: (817) 335-1121, Far (817) 335-7437 —N— SCALE: 1" = 300' MCCART—RISINGER L.P. COUNTY CLERKS DOCUMENT NO. D204331963 D.R.T.C.T. "wr,z..ov�..,Mr T �_.z/