Loading...
HomeMy WebLinkAboutContract 34237. � , COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No.���] WHEREAS, CL Texas, L-P, hereinafter called "Developer", desires to make certain improvements to Bar C Ranch 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, Denton and Wise 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 and subsequently amended, is hereby incorporated into this Community Facilities 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. 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. V;r '� `11; � a5�71 zl, tS ? Bar C Ranch Ph 2 t� F. The contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section H, 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 damazes are caused, in whole or in part, by the allezed neelikence of the City of Fort Worth, its officers, servants, or emplovees. 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 Bar C Ranch Ph 2 2 to 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 I. 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 $277,999.92. Bar C Ranch Ph 2 3 SUMMARY OF COST Bar C Ranch Phase 2 Item Developer Cost A. Construction 1. Streets $227,772.00 2. Storm Drainage $33,210.00 3. Street Lights(Inspection Fee) $624.00 4. Street Name Signs $735.00 B. Engineering Design C. Construction Engineering and Management by DOE $ (4%) 10,439.28 D. Materials Testing by DOE $ (2%) 5,219.64 TOTALS 277,999.92 City Cost Total Cost $ - 227, 772.00 33,210.00 624.00 735.00 $ - $ 10,439.28 5,219.64 $ - 277, 999.92 Notes: 1. All Preliminary Plats filed after July 2000 will require sidewalks on all streets. 2. Developer's column for Item C represents four percent (4%) cost for construction inspection fees. The City will pay additional inspection fee over 4%. 3. City not preparing plans and specifications. 4. Developer's column for Item D represents two percent (2%) of paving and storm drain costs for materials testing. 5. Paid $64,799.70 for future improvements for Wagley Robertson Road using bond # 104693763. Bar C Ranch Ph 2 IN TESTIMONY WHEREOF, the City of Fort Worth has caused this instrument to be executed in triplicate 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 , 2006. Approval Recommended: NO M&C itEQUIIII:,B _ ATTEST: Marty Hendrix City Secretary Approve to Fnrm Assistant C� ATTEST: Corporate Secretary Bar C Ranch Ph 2 5 RECEIVED AUG 0 7- Transportation and Public Works Department Robert Goode, P. E. Director Marc Ott Assistant City Manager DEVELOPER CL Texas, L.P. A Texas limited partnership By: CL Texas I GP, LLC a Texas limited liability company, it's g eral partner 6,, By: Printed Name/Title t t CITY ,�, R,, BAR C RANCH PHASE 2 July 05, 2006 PAVING JITEM# DESCRIPTION QTY UNIT UNIT PRICE AMOUNT 1 6" LIME STABILIZED SUBGRADE 8,430 S.Y. $2.00 $16,860.00 2 LIME (30#/S.Y.) 127 TON 100.00 12,700.00 3 6" CONCRETE PAVING 7,880 S.Y. 23.00 181,240.00 4 CONCRETE STREET HEADER 116 L.F. 12.00 1,392.00 5 CONNECT TO EX. PAVEMENT 116 L.F. 5.00 580.00 6 REMOVE/HAUL OFF EX BARRICADES 116 L.F. 20.00 2,320.00 SAWCUT/REMOVE/HAUL OFF EXIST. CONC. 7 PAVEMENT 31 S.Y. 20.00 620.00 8 END OF ROAD BARRICADES 116 L.F. 10.00 1,160.00 9 SIDEWALK RAMPS 8 EA. 800.00 6,400.00 10 STORMWATER POLLUTION PREVENTION PLAN 1 L.S 500.00 500.00 11 CITY REQUIRED BONDS 1 L.S. 4,000.00 4,000.00 PAVING SUBTOTAL FOR STREET IMPROVEMENTS $227,772.001 PAVING ESCROW FOR WAGLEY-ROBERTSON FUTURE 110' ROW (360 LF OF 26' LANE) ITEM# DESCRIPTION QTY UNIT UNIT PRICE AMOUNT 1 UNCLASSIFIED EXCAVATION 1,500 C.Y. $3.50 $5,250.00 9 2 6" LIME STABILIZED SUBGRADE 1,080 S.Y. 2.25 2,430.00 2 HYDRATED LIME (27#/S.Y.) 15 TON 105.00 1,575.00 3 7" CONCRETE PAVING 1,040 S.Y. 25.00 26,000.00 4 SAWCUT/REMOVE/HAUL OFF EXIST. PAVEMENT 500 S.Y. 15.00 7,500.00 5 4'X4" SIDEWALK 360 L.F 14.00 5,040.00 6 TRAFFIC MARKINGS 360 L.F 2.00 720.00 7 STREET LIGHTS 2 EA 3,200.00 6,400.00 11SUBTOTAL FOR ESCROW $54,915.00 8 ENGINEERING & CONSTR SURVEYING 54,915 % 0.12 6,589.80 9 INSPECTION FEES 54,915 % 0.04 2,196.60 10 MATERIAL TESTING 54,915 % 0.02 1,098.30 IIESCROW FOR WAGLEY-ROBERTSON RD $64,799.70 SPEC I PAY I APPROXIMATE I DESCRIPTION OF ITEMS WITH BID ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS SECTION C - STORM DRAIN SYSTEM 440 1. 102 L.F. 21" Class III R.C. Pipe, Including Trench Excavation and Backfill, Complete in Place for the Sum of / f kv Dollars & 1� {� Cents per Linear Foot 440 2. 188 L.F. 24" Class III R.C. Pipe Including Trench Excavation and Backfill, Complete in Place for the Sum of Dollars & Cents per Linear Foot 440 3. 30 L.F. 27" Class III R.C. Pipe Including Trench Excavation and Backfill, Complete in Place for the Sum of V� Dollars & I ' /� (7 Cents per Linear Foot 525 4. 320 L.F. Trench Safety for the Sum of Dollars & (I� J Cents Per Linear Foot 444 5. 2 Ea. 15' Standard Curb Inlet, Complete in Place for the Sum of f W OCI Dollars & i N� Cents Each UNIT PRICE $ 40.60 AMOUNT BID $ �5 °° $ 8;Z/0. 60 $5500 $/1 $ 0 0 $ sz 00 $5, Ooo.00 $ �, W . w 1 444 6. 2 Ea. 10' Standard Curb Inlet, Complete in Place for the Sum of DU cal Dollars & N \i Cents Each $ a1 Q[7 $ f ab N:UOB\014397\Spec\014397.020.UTIL.doc B 9 i SPEC PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 444 7. 1 Ea. 4' Square Drop Inlet, Complete in Place for the Sum of / �F-" oc Dollars & lib Cents Each 8. 2 Ea. Standard 4' Square Manhole, Complete in Place for the Sum of —Ti 677 OV Sa rr -L Dollars & tJ0 Cents Each $�! 00p,DO $ (�j Xb, 00 444 9. 1 Ea. Convert Existing 4' Drop Inlet to 4' Square Manhole, Complete in Place for the Sum of C)V � IIOU.F-af ca, Dollars & Cents Each $ �� (,Y�t7, $ �, ffo D� 444 10. 2 Ea. Connect to Existing 36" RCP, Complete in Place for the Sum of --jC00 OUI\id NQrA Dollars & r0) Cents Each $QMM $ V00,00 ,,41410 11. 1 Ea. Connect to Existing 27" RCP, Complete in Place the Sum of ``for ��- a(A t,(A C4 Dollars & (� Cents Each 00 S.P. 12. 1 L.S. Storm Water Pollution Prevention Maintenance for the sum of k � & Dollars �R7 Cents per Lump -Sum $ 5 oD oo $ , O0 SECTION C - - - STORM DRAIN SYSTEM I $ 33,d 10. °O N:VOB\014397\Spec\014397.020.UTIL.doc B10 SUMMARY Section A Water Section B — Sanitary Sewer jSection C — Storm Drain GRAND TOTAL $ 93.°g36, - °a $ l l (o . SaO. 0 U 06 N:UOB\014397\Spec\014397.020.UT1L.doc B 11 RECEIVED AUG I`I Fy 2006 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. The Bidder agrees to begin construction within 5 (five) calendar days after issue of the work order, and to complete the contract within 40 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 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. X B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. N:UOB\014397\Spec\OI4397.020.UTIL.doc B 12 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, sy: llc{ y C'oY1 a--s-e r- Tit1e �� `4'�S 1 cl,P v-)4 Address O. 0 K P54L--4 9- ke 1)kEll �—T�C 7�1jq (Seal) Telephone: O 1 % — 5 S —/ %L/3 Date: Lo l 9 / D tP N:VOB\014397\Spec\014397.020.UTIL.doc B 13 RECEIVEP, MEM PART B — PROPOSAL (This Proposal must not be removed from this book of Contract Documents) TO: FORESTAR REAL ESTATE GROUP PROPOSAL FOR: PROJECT NAME: BAR C RANCH PHASE 2 D.O.E. NO.: 5336 X NO.: X-18816 Includes the furnishing of all materials (except as 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: Bar C Ranch Phase 2 Pursuant to the foregoing "Notice to Bidders," including plans, special contract documents, and the General Contract Documents and General Specifications for Water Department 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 inspection and approval of the Director of the City Water Department 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: (Furnish and install, including all appurtenant work, complete in place, the following items. D-No. refers to related items in Part D of the Special Conditions): N:UOB\014397\Spec\014397.020.PAV.doc B 1 SPEC PAY I APPROXIMATE I DESCRIPTION OF ITEMS WITH BID ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PART A —STREETS 210 1. 8,430 S.Y 212 2. 127 TON 314 3. 7,880 S.Y. 4. 116 L.F 6" Lime Stabilized Subgrade (Includes Preparation of Subgrade), complete in place for the sum of -T-wo Dollar & �40 Cents per Square Yard Lime for Subgrade (30#/S.Y.) complete e in 1place for the sum of akL&N 1(6 Dollars & N'o Cents per Ton 6", 3,000psi Reinforced Concrete Pavement (Includes Joint Sealer and 7" STD Attached Concrete Curb), complete in place for the sum of 1 I I yDM I - Dollars & NO Cents per Sq. Yard Connect to Existing Pavement, Complete in place for the sum of I U'0__ Dollars & UNIT I AMOUNT PRICE BID r).0a $ /1v1660 va 1w.01) $ la, -700• 00$ a3 °a$ 191F2�D°$ N 10 Cents per Linear Foot l a, 0vaD $ 1 ! a $ 5. 116 L.F. Remove and Haul Off Existing Street Barricade !� Dollars & IJ l� Cents per Linear Foot Jr`b 6. 116 L.F. End of Road Barricades, complete in place for the sum of I,I�Q►'1� �I Dollars & N Ob DO Cents per Linear Foot b. $ N:VOB\014397\Spec\014397.020.PAV.doc B 2 SPEC PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT 4 AMOUNT ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 7. 31 S.Y. Sawcut, Remove and Haul Off Existing Concrete Pavement, complete in place for the sum of �LUQ►'1-� Dollars & Cents per Square Yard �d D�$ 0 $ 8. 116 L.F. Standard Concrete Street Header, complete in place for the sum of 74 } Dollars & No Cents per Linear Foot `D , U,7$ 4/60 00 $ 9. 8 Ea. Barrier Free Ramps, complete in place for the sum of i�ur1�OA Dollars & N� Cents per Each $ 00 $ 10. 1 L.S. Storm Water Pollution Prevention Maintenance Q. CL NDollars & N Cents per Lump Sum J�b,OG $ �� $ 11. 1 L.S. City Required Bonds (Payment, Performance, and Maintenance Bonds) �-O,j Dollars & Cents per Lump Sum �,4DaU $ 1f,D00 �v$ TOTAL PART A — STREETS --- =a- $ aa7, -71a GRAND TOTAL $ as -7, -7 --7a." N:UOB\014397\Spcc\014397.020. PA V.doc B3 RECEIVED 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. The Bidder agrees to begin construction within 5 calendar days after issue of the work order, and to complete the contract within -.?— 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 a 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 majority owner is in the State of Texas. N:UOB\014397\Spec\014397.020.PAV.doc B 4 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, u n By: e I i c �e Address C) ISL-fL4K i , U) ti-c a--vi -tYL Telephone: 317 -S 34 —/ -7L( 3 (Seal) Date: C) lot, N:VOB\014397\Spec\014397.020.PAV.doc B 5 III STREETLIGHTS I. STREETLIGHTS COST ESTIMATE: QUANTITY UNIT COST TOTAL COST INTERSECTIONS 3 EA $ 2,600 $7,800.00 MID -BLOCK RESIDENTIAL 3 EA $ 2,600 $7,800.00 CHANGE OF DIRECTION RESIDENTIAL 0 EA $ 2,600 $00,000.00 MID -BLOCK COLLECTOR 0 EA $ 2,600 $00,000.00 MID -BLOCK ARTERIAL 0 EA $ 3,200 $00,000.00 MID -BLOCK ARTERIAL MEDIAN 0 EA $ 3,200 $00,000.00 RELOCATE EXISTING LIGHT 0 EA $ 1,650 $00,000.00 Subtotal $15,600.00 City's Cost $00,000.00 Developer's Subtotal $00,000.00 4% Inspection fee $0,000.00 Project Total $00,000.00 Adjacent Developer's Cost $00.000.00 Developer's Cost $15,600.00 DEVELOPERS COST: $15,600.00 CFA CODE # 2006067 Bar C Ranch, Phase it Fort Worth, Texas June 14, 2006 PAGE 1 OF EXHIBIT "C" II. STREETLIGHTS 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 of Fort Worth will install all the streetlights 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 streetlight installation is detailed on page (1) of exhibit "C" and is summarized below. The streetlights will remain the property of, and will be maintained by the City of Fort Worth. DEVELOPERS COST: $15,600.00 June 12, 2006 CFA CODE # 2006067 Bar C Ranch, Phase II PAGE 2 OF EXHIBIT "C" III. STREETLIGHTS LOCATIONS: INTERSECTIONS: Branding Iron Tr & Wildwest Dr Branding Iron Tr & Red Moon Tr Branding Iron Tr & Blue Sky Lane MID -BLOCK: Branding Iron Tr CFA CODE # 2006067 Bar C Ranch, Phase II 3 PAGE 3 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 $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 three (3) intersections at a cost to the Developer of $735.00: Branding Iron Tr & Blue Sky Lane Branding Iron Tr & Red Moon Tr Branding Iron Tr & Wildwest Dr (Note: Branding Iron Tr & Wyoming Dr has street name signs from the previous phase 1) Bar C Ranch, Phase II CFA code: 2006067 June 12, 2006 W \ I In I �• I\ i lN' 0' \ ® HARMON ROAD 3 9 \ PROJECT Z. LOCATION o ___FORT WORTH CITY LIMI SAGINAW CITY LIMIT / BAILEY BOSWELL BOSWELL 0) I B SAGINAW Q ,F '0 NOT TO SCALE DGN=g:\Job\ 014397\civ\Phase II\CFA.dgn LOCATION MAP BAR C RANCH PHASE II Carter Burgess CARTER R BURGESS, INC. 777 MAIN STREET FORT WORTH, TX 76102 (8171 73560W PAGE 1 OF 6 N .....:....:.........:....;.......... ....-............... SCALES 1" = 300' I � � - ------r- :--•1 P08L IC ,OPEN SPACE tor IT. BLOCK I MYMC RIVER num i - - W a 7 6 05 J 7 1 TI T2 ?� 0 TS 76 27 Ta� 30 JI JT 33 34 JS `36 37 JB 39 40 41 \ �/ N B W ON \ 10 11 IT IJ 14 IS 16 17 IE 290 Jo 3 6 37 , ,p 7 0 0 21 TT TJ 24 TS T6 T7 Ta 29 Jo 31 JT JJ 34 J5 — 1 : ..... .......... i i i i t.. i 1 1 � 1 1 ::.. ......._.... . I I / II LEGEND ESCROW OF 26' ROADWAY IS I DEWALKW I NHULT. STREETS i 1 0' ROW EXHIBIT 'B' PROP. 29' B/ B K1111A BAR C RANCH ROADWAY/ 50' ROW PHASE II FIROP. 4' S I DEWALK ............•"'••••••••••'. (BY HOMEBUILDER) PROP. 4' S I DEWALK Carter-= Burgess ("BY DEVELOPER) CARTER & BURGESS, INC. .LIMITS OF PROJECT — — — — — — — 777 MmN STREET FORTW0ftT"H,TX76102 PROJECT NO. 014397.020.001.0630 DGN=g+\Job\ 014397\clv\Phose II\CFA.dgn PAGE 4 OF 6 LEGEND PROP. STORM DRAIN LINE PROP. INLET PROP. MANHOLE PROP. HEADWALL EXIST. STORM DRAIN LINE LIMITS OF PROJECT �1 : ,.....:....:.....: ....:..........:..... ...... SCALE 1 _ _ _ 1 1 \ MmCi A�TRA4'� XO \ 0 \ 1 EXIST i7"RCP e e T �� e O t J 7�_I � � �71 a 7J � � 7s M zT 7e 79 . Jo J/ J7TTSJ . �+ Js �Ja JT � Ja Js �o �/, g• e��'�/'� /'\+ O� I�, � _'�1_ $• .7EX151'RC EXHIBIT 'B-1' BAR C RANCH PHASE II 300' Carter- Burgess CARTER & BURGESS, INC. 777 MAN STREET FORT WORTH, TX 76102 (M71736-9 W PROJECT NO. 014397.020.001.0630 DGN=g1\Job\ 014397\civ\Phase II\CFA.dgn PAGE 5 OF 6 UNISIC OPEN SPA, ID7 Hr. d.00B a' I O� a Oi r� 3 LEGEND PROP. SINGLE STREET LIGHT 1....... .:....................:..... .... .. SCALE 1 - 300 1 � � - - - - Mxsrtc PIVER TRAM ` --� ----- -- --. -- g ----, o.Q J 1 11121.7211 —IN 1B I J7 �J JITJS�J7 B�7�65I N J1JB J9 —I_O 5 5 o \\ C Ir Lb 0 11 17 I IJ 0 15 16 =I IB — 28 J 3l 111 177�J 24 75 16 7=7J,--. / J� JJ JI JS J6 J7 \ , �I L L\\V ' t ............ T. I LIT -] ....__.._ I ..... EXIST. SINGLE STREET LIGHT O (ON -STEEL POLE WITH STREET AND STOP SIGNS ATTACHED) PROP. STREET SIGN EXIST. STREET SIGN[ LIMITS OF PROJECT A A STREET LIGHTS EXHIBIT 'C' BAR C RANCH PHASE II Carter Burgess CARTER & BURGESS, INC. 777 MAIN STREET FORT WORTH. TX 76102 (917) 735-MM PROJECT NO. 014397.020.001.0630 OGN=gI\job\ 014397\civ\Phase II\CFA.dgn PAGE 6 Of 6