Loading...
HomeMy WebLinkAboutContract 34240I COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, SMRP, LTD., hereinafter called "Developer", desires to make certain improvements to Boswell Ranch , 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: That said Developer, acting herein by and through Randy Pack, its duly authorized General Partner, and the City, acting herein by and through Marc Ott, its duly authorized Assistant City Manager, for and in consideration of the covenants and conditions contained herein, 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. New CFA 4% and Utilities Final.doc 1 J 1 V�if�Jl, r •ri J i;� E. The contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section II, of the Policy. 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 iniuries, death or damazes are caused, in whole or in Part, by the allezed neelizence of the Citv 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 New CFA 4% and Utilities Final.doc 2 Water (A) None; Sewer (A-1) None; Paving (B) attached, Storm Drain (B- 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. 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, 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 $833,845.92. Item Developer City Cost Total Cost Cost A. Construction $ - 1. Streets $329,482.00 329,482.00 2. Storm Drainage $441,666.00 441,666.00 3. Street Lights $30,800.00 30,800.00 4. Street Name Signs $1,000.00 1,000.00 B. Engineering Design $ - C. Construction Engineering and Management by DOE $ $ (4%) 30,845.92 30,845.92 TOTALS 822,793.92 $ - 833,793.92 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 and materials testing. The City will pay additional inspection fee over 4%. 3. City not preparing plans and specifications. 4. Paid $74,792.50 for Bowman Roberts Road and $37,497.86 for Bailey Boswell Road future improvements. New CFA 4% and Utilities Final.doc 3 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 eve'o er has executed this instrument in triplicate, at Fort Worth, Texas this the kday of . 200 Approval Recommended: ATTEST: f\V b "t Marty Hendrix City Secretary Appro s to Form: Assist t ty Attorney ATTEST: Corporate Secretary New CFA 4% and Utilities Final.doc 4 Transportation and Public Works Department Robert Goode, P. E. Director City 0tyo rt 7 Marc Ott Assistant City Manager DEVELOPER: SMRP,Ltd. By: WPP, Inc. Its General PaFtiwr By: i _ Rand k, Wresident CITY OF FORT WORTH, BOSWELL RANCH TP/W CFA PAVING ASSESSMENTS PAGE 1 OF 1 Item No. Description of Items 80 MNANBOBEBTS PAVING IMPROVEMENTS ASSESSMENT - EXHIBIT "A" 1 6" Conc. Paving 2 6" Lime Stabilization 3 Hydrated Lime 4 6" Conc. Curb S 4' Sidewalk w/ ADA Ramps (Bowman Roberts Road) 6 4" CONCRETE SIDEWALK Subtotal - Paving- 7 36" RCP Storm Drain Pipe 8 10' Recessed Inlet 9 21" RCP Storm Drain Pipe (Inlet Leads) Subtotal - Drainage: 1/2 Storm Drainage PAVING IMPROVEMENTS ASSESSMENT -Bowman Roberts: BA/LEY- BOSWELL PAVING IMPROVEMENTS ASSESSMENT - EXHIBIT "B" 1 7" Conc. Paving 2 6" Lime Stabilization 3 Hydrated Lime 4 6" Conc. Curb 5 4' Sidewalk w/ ADA Ramps (Bowman Roberts Road) 6 4" CONCRETE SIDEWALK Subtotal - Paving: 7 8 10' Recessed Inlet 9 21" RCP Storm Drain Pipe (Inlet Leads) Subtotal - Drainage: PAVING IMPROVEMENTS ASSESSMENT - Bailey Boswell: 0324001-CFA-AssessmentCkyNces.x1s Unit Unit Qty Price Total SY 2,000 $22.00 $44,000.00 SY 2,100 $2.2S $4,725.00 TN 31.5 $105.00 $3,307.50 LF 870 $2.00 $1,740.00 EA 2 $350.00 $700.00 LF 860 $14.00 $12,040.00 $66,512.50 LF 165 $64.00 $10,S60.00 EA 2 $2,200.00 $4,400.00 LF 40 $40.00 $1,600.00 $16,560.00 1$8,280.00 $74,792.50 SY 849 $25.00 $21,225.00 SY 911 $2.25 $2,049.75 TN 14 $10S.00 $1,470.00 LF 240 $2.20 $528.00 EA 2 $350.00 $700.00 LF 230 $14.00 $3,220.00 $29,192.75 EA LF 2 $2,200.00 $4,400.00 40 $40.00 $1,600.00 1$6,000.00 I $35,192.75 7 TOTAL A3=33l icnT: $109,985.25 r CITY OF FORT WORTH, ROSWELL RANCH TP/W CIA PAGE 1 OF 2 Item No. Description of Items ISTREET LIOVEMENTS - EXHIBIT "A" II STRE 12 STREET SIGNS STREDT LIGHT IMPROVEMENTS: I (DRAINAGE rn KKu1wgENTS - EXHIBR "111" 11 SD Trench al ry 12 24' Class III RCP 13 36' Class III RCP 14 21. Chris "I RCP S 54' Gass 1I1 RCP 6 72' Class Ill RCP 17 24' RCP HW 18 7Z RCP HW 19 4. Wye Inlet 10 Construction Stakirrtr I I i Trench Bacifill Testrnp 112 15 Stnd. Curt inlet 113 IV Sind. Curb Inlet 114 48' Class lit RCP 115 36' Safety End Treatments 116 6x6 Junction Box 117 8x6 Junction Box 118 48' TVoe B HW I I 1 I DRAINAGE It ift)1104INITS: I DRAINAGE 4%ErtiW&IN A FEE: H Unit I Qty I Unit Price EA 14 1$2,2DO.00 LS 1 $1,000.00 LF LF LF LF LF LF EA EA EA LS LS EA EA LF EA EA EA EA 3094 $1.00 100 $44.00 973 $64.00 300 $40.00 160 $135.00 939 $220.00 4 $2,300.00 2 $5,500.00 2 $1,300.00 1 $3,000.00 1 $5,000.00 4 $3,200.00 2 $2,200.00 622 $110.00 2 $1,300.00 2 $2,600.00 1 $4,500.00 1 $3,000.00 Total 1$30,800.00 $1,000.00 $ 31, 800.00 I I $3,094.00 $4,400.00 $62,272.00 $12,000.00 $21,600.00 $206,580.00 $9`200.00 $1 1,000.00 $2,600.00 $3,000.00 $5,000.00 $12,800.00 $4,400.00 $68,420.00 $2,600.00 $5,200.00 $4,500.00 $3,000.00 $441,666.00 1 i 7,b6b.64 U'Su+'a PROPOSAL TO: BOSWELL RANCH SMRP LTD. Mr. Randy Pack Includes the furnishing of all materials, except materials specified to be furnished by the City, equipment and labor for the installation of water and sanitary sewer facilities and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: Pursuant to the foregoing "Notice to Bidders", the undersigned Bidder, having thoroughly examined the Contract Documents, including Plans, Special Contract Documents, the General Specifications, 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, to wit: PAVING IMPROVEMENTS BOSWELL RANCH Phase I The following are bid items required for the referenced project(s). Furnish and install, including all appurtenant work, complete and in place, the following items: PAVING IMPROVEMENTS ITEM APPROX NO, QUAN 1. 4,655 LF 2, 15,060 SY PAVING IMPROVEMENTS DESCRIPTION OF ITEMS WITH UNIT PRICE TOTAL PRICE BID PRICES WRITTEN IN WORDS BLADE & SHAPE CROWN Per Linear Foot: N/A Dollar and Twentv One Cents $ .21 $ 977.55 6" CONCRETE PAVING Per Square Yard: Seventeen Dollars and five Cents $ 17.05 $ 256,773.00 ITEM APPROX DESCRIPTION OF ITEMS WITH UNIT PRICE TOTAL PRICE NO. QUAN 910 PRICES WRITTEN IN WORDS 3. 16,080 SY 6" LIME STABILIZED SUBGRADE Per Square Yard: One Dollar and Five Cents $ 1.05 $ 16,884.00 4. 258 TON HYDRATED LIME FOR SUBGRADE (30#/SY) Per Ton: Eighty Five Dollars and Zero Cents $ 85.00 $ 21,930.00 5. 8,715 LF 7" CONCRETE CURB Per Linear Foot: One Dollar and Zero Cents $ 1.00 $ 8.715.00 6. 2 EA TIE INTO EXIST. PAVEMENT Per Each Two Hundred Fiftv Dollars and Zero Cents $ 250.00 $ 500.00 7. 20 EA ADJUST SANITARY SEWER MANHOLE Per Each: One Hundred Dollars and Zero Cents $ 100.00 $ 2,000.00 8. 16 EA ADJUST GATE VALVES Per Each: Fiftv Dollars and Zero Cents $ 50.00 $ 800.00 PAVING IMPROVEMENTS ITEM. APPROX DESCRIPTION OF ITEMS WITH UNIT PRICE TOTAL PRICE NO. QUAN BID PRICES WRITTEN IN WORDS 9. 4 EA HEADER Per Each: One Hundred Seventy Five Dollars and Zero Cents $ 175.00 $ 700.00 10. 4 EA BARRICADE Per Each: One Thousand Two Hundred Dollars and Zero Cents $ 1,200.00 $ 4,800.00 11. 1 LS MAINTAIN EROSION CONTROL Per Lump Sum: One Hundred Seventv Seven Dollars and Forty Five Cents $ 177.45 $ 177.45 12, 1 LS CONSTRUCTION STAKING Per Lump Sum: Five Thousand Five Hundred Dollars and Zero Cents $ 5,500.00 $ 5,500.00 13. 1 LS MATERIALS TESTING (BUDGET COST+ 10%) Per Lump Sum: Five Thousand Six Hundred Dollars and Zero Cents $ 5,600.00 $ 5,600.00 14. 165 SY ASPHALT TRANSITION Per Square Yard: Twenty Five Dollars and Zero Cents $ 25.00 $ 4,125.00 TOTAL AMOUNT PAVING IMPROVEMENTS $ 329,482.00 Bonding Cost to be included in price bid. PROPOSAL (cont.) The Contractor shall comply with City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices. The undersigned agrees to complete all work covered by these contract documents within Working Days from and after the date for commencing work as set forth in the written Work Order to be issued by the Owner, and to pay not less than the "Prevailing Wage Rates for Street, Drainage and Utility Construction" as established by the City of Fort Worth, Texas. Within ten (10) days of receipt of notice of acceptance of this bid, the undersigned will execute the formal contract and will deliver an approved Surety Bond for the faithful performance of this contract 44e zdaehe4 Jr.Hu ,)K ki L iw out,, vf allai o (0 is to ii- 11 IC VI I.I., ALuV Receipt is acknowledged of the following addenda: Addendum No. 1 (Initials) Addendum No. 2 (Initials) Addendum No. 3 (Initials) Addendum No .4 (Initials) Respectfully Submitted, Q riln u A V- Jrj i2G—:QV C. By: Add ss: 4IrZ �i. i�lut�u e lz.. �13 2Tr) ic—<R�! •74 1043 (SEAL) Telephone: f31 -1 i 3 5 - t boo Date: I. STREET LIGHT COST ESTIMATE INTERSECTIONS MID -BLOCK RESIDENTIAL CHANGE OF DIRECTION RESIDENTIAL MID -BLOCK COLLECTOR MID -BLOCK ARTERIAL PARKWAY MID -BLOCK ARTERIAL MEDIAN RELOCATE EXISTING LIGHT QUANTITY UNIT COST TOTAL COST 10 EA $ 2,000 $20,000.00 3 EA $ 2,000 $6,000.00 1 EA $ 2,000 $2,000.00 0 EA $ 2,000 $0,000.00 0 EA $ 2,500 $0,000.00 0 EA $ 2,500 $0,000.00 0 EA $ 1,500 $0,000.00 Subtotal City's Cost Developer's Subtotal 10% Contingencies Project Total Adjacent Developer's Cost Developer's Cost 2% Inspection Fee ,DEVELOPER'S COST: $30,800.00 BOSWELL RANCH, PHASE I April 26, 2004 Fort Worth, Texas PAGE I OF Exhibit C $28,000.00 $00,000.00 $28,000.00 $2,800.00 $30,800.00 $0,000.00 $30,800.00 $0,00.00 October 15, 2004 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 it's design efforts. 4. Streetlights on arterial streets shall be installed with underground conduit and conductors. S. 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: $30,800.00 BOSWELL RANCH, PHASE I April 26, 2004 FORT WORTH, TEXAS Page II of Exhibit C "STREET LIGHTS" INTERSECTIONS HALTOM BAILEY BOSWELL & STREET A 1 BOWMAN ROBERTS RD & STREET M 1 STREET M & STREET L 1 STREET K & STREET M 1 STREET J & STREET M 1 STREET L & STREET K 1 STREET J & STREET L 1 STREET A & STREET N 1 STREET A & STREET L 1 STREET A & STREET O 1 MID -BLOCK STREET J 1 STREET K 1 STREET L 1 CHANGE OF DIRECTIONS STREET L 1 BOSWELL RANCH, PHASE I 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 ten (10) intersections at a cost to the Developer of $1,000.00: (streets on exhibit are not named) Boswell Ranch, Phase 1 CFA code: 2004044 Date: April 21, 2004 'IX STATE FM H'Wy --No. 1220 N A WE -S PARK DR HALTOM - BAILEY - BOSWELL PROJECT --SITE 11 )o, AZLE AVEI`��9 \ .ti0 LOCATION MAP _ HALTOM BAILEY B05WELL ROAD (I 10' R.O:W.) �Sao3i I , I I J 2 8 3 1 I� � sz.�s• I--f _ _ 4 5ov I Iw P 6 �I I 15 14II II Iml-- J N �cI J6aao 9 d 10 III �—I------ =' 12 25 26 _ user " IR of 13 I --- --�` `23 �m 24 I I 25 --� III� 26 L l--- 27 I'� 1 )I - 26 29 j1�II 30 3132 I I ilo.m• ----_------- - N 17 I IB I 19 I 20 1521 I 22 J 23 I 24 125 I 26 I •� 27 - ; 22-„ ==�829 `26 II I I - Irrr '1 nl 2 I t l In J 21 1.1 2 I ."20 3 -.. I; 30 1 I I- 31 1 —"• -� I I a 16 I 15 i 14 I 13 I^_ 12 I 11 I 10 19 I B 17 I 6 15 I 4 I^ 3 12 11 ,- BLOC FORT WORTH CITY LIMITS PROPOSED STREET PAVING EXHIBIT "B" STREET PAVING FOR BOSWELL RANCH PHASE 1 CID GORDON S. SWIFT CONSULTING ENGINEER INC. ;I 13 T- 7 I I T- 7 40' CURB & GUTTER 14 I 151 1' 161 17 I 181 191 201 211 221 231 241 25 I 26�— '' CONCRETE ROADWAY 27 � / \ ----. 28 20' T _fir/ -- -� 2 40' ROADWAY ---� � , 23 22 - 1 � - 22 ; 1 29 uj/ 24 25 21 20 2 I 3 I I I 30 31 60' ROW ---I-- 26 19 --- ©.J ►, 1,I-11CT]1�fIG 32- -- 27-SP Jam _+ -� I x 33 u✓ H I I I I I 28 I I 17 0 6 I I —/ W - ----- -- 17-1 I(/ CD 34 -- --- ----- �� �----- 16 m 7 I I ----1-'------ 35 I� Q F 30 I I I - 15 ---I -- 8 I I - 15 --{- -S J SIC�EWALK '� r CD -- --- 31 14------- 36 I I 32 I I 13 10 I I I I 37 / 33 12 11 12 I 11 M 38 / 2-10' IF � T- T �- � T- l -T- -T- I -T- ISIDE!JVALKr � 165 LF 16 I 15 I 14 I 13 I 12 I 11 I 10 I 9 I 6 I 7 I 6 I 5 I 4 !RAMP 2 I 1 i EXHIBIT BOWMAN ROBERTS ROAD IMPROVEMENTS I s, FOR B O S WE LL RANCH PHASE 1 I Y INLETS LEADS 36" SD GORDON S. SWIFT CONSULTING ENGINEER INC. N 2-10' INLETS W E 2-21" LEADS S 165 LF 36" SD HALTOM BAILEY BOSWELL ROAD (I I O' R.O.W.) ------ ----�- -�,- ---i----------- I I �o I Rw I ► 1 � 4' SIDEWALK 12 IN 13'' i }--oi — I ASSESSMENT 2 - - - J - - �60.03' i 1-- - - o Iq 1 3 I I-------� CD I I = 52.75' � I �--I----------� 12 IN 13 1 I �+—120.00'— I ' I 1 5 I i I I Iw 1 YTI I U I I ----- 7 - 15 14 I 5b+— — —, I I I I ! CD PROPOSED STREET PAVING EXHIBIT "B" BAILEY—BOSWELL ROAD DRAINAGE IMPoRBOVEMENTS BOSWELL RANCH PHASE 1 GORDON S. SWIFT CONSULTING ENGINEER INC. I -..I z w _J Li } m v O z m 0 0 z W J <L hALTOM BAILEY B05WELL ROAD (I 10 R.O.W.) v- t _ Fl i 13 x 2 rJ _ ----- t 12 i 13 t--- t 5 _J a i IO 2 I 1 I �._----1 I 25 26 - 13 wfv ---� 14 I 15 -la 16 I 17 I 18 I 19 I 20 36* RCPJ_J-J_J_J_- 22 �54.2 23 i a 22 l 24 ED I 21 ti EX IBIT 'b-1" DRAINAGE LAYOUT FOR BOSWELL RANCH PHASE 1 GORDON SWIFT CONSULTING SIN INC. 54' M4U " 23) 24 I 25 1 26 / 27 --—__-— - � 22 29 2J21 9 --_ --28 30 3I _-- III,IWLLNJ 2 --0- I u�_'----A 4 32W-__m 1 Lj __ _1I is 33 17 6 �'- I 7 i 17 6 34 8 II 16 I - 75-- 0--- �� - IS --�._ 8__ ! 31 I _15 .. I _ 8__J I T I 36 -_13 37 13 10" I I 3312 Il — 3B 12I1I ILO, I-TI-T-I'T7T-r 16 I 15 I 14 i 13I 12 I Il I 10 19 I 8 I 7 6 5 4 I 3 I 2 I 1 ILO5_1 _ I I I J_ I I I -1- L I I .� FORT VORTM CITY LIMITS N W E S -EXHIBIT DRAINAGE LAYOUT FOR BOSWEII RANCH PHASE 1 ^G ORD ON S. SWIFT J CONSULTING ENGINEER INC. MAC-TOM-MLEN' B05WELt SAD (I I (Y R.o.w.) lz � 131 __uwt• I L— J 2 I — - 1 3 - 12 i 1311 �•-.. _ �. E__�-_�q 1• 1 6 of I A� JI 15i' 1.1 1 1 1 7 —j- a 1 9 1gg I 2 I -11 l2 1 i -7-7 -_---lU'rl1E. T---r -t--=i- I�' I 14 i5 16 17 18 19 I 20 11 21 I 221 23 I 24 25 26 /,a 1 27 �= 20' BLDO L[NE xmL� •�.. -oy 1 r$ 23 lR I 22 I'1 1 22 1 , I � 1,1 1 it � 29 ?I j 24 1 1 1 1 ilum" II 1 i'L -- _ 1 I 1 21 1'I _ 2 I221 1.1 1 I 1� I 30 of -1 25 3 1 I_ 11 I I - 31 I 26 19 I'1 4 — _ a i 1,1 1 r 3 27 3 1 � 18 II 5 1� tY 1 ICI 2e ut I'IW lil I 50 r 1 I I I I 17 0 1'p 6 34 I I,I� 1 16 ,I'I 7 1 I 16 1'I� 7 -_.1 �1 - I 29 c II'' 1 tI40P 11 1 1 11 itum'o.—. 1 35 1 30 1 I I$ l5 I'I B I I tS Iq 8 I 1 1''--- I , _ 31 I -'14I'I 9 I I" I,I 1 I 36 "-1 I I 1� � •—" ;1 32 1'I 1+^.t I 121 37 i- '`----- I I 1 1 - 13 - I'1 IO 17it ( i ( 13 I't 10 r I I 1 1,1 t1601• 1� I II ugplt �--• T 1 33-t.. _S ��1 IsINE Id I L 38 . 16 I 15 i 14 I 1j12 1 It i 10 19 I 9 I 7' 6 1 5 1 4 I^ 3 I 2 I 1 I- PORT WORTH CITY LIMITS EXHIBIT "C STREET LIGHT & STREET LIGHT SIGN LAYOUT FOR ® STREET AND STOP SIGN BOSWEU RANCH PHASE 1 GORDON S. SWIFT CONSULTING ENGINEER INC.