Loading...
HomeMy WebLinkAboutContract 42799COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 4t'Th 1G� WHEREAS, the undersigned "Developer" desires to make certain improvements (refer to the name of the project at the bottom of the page) an addition to the City of Fort Worth, Texas; and WHEREAS, the said Developer has requested the City of Fort Worth, a home -rule municipal corporation situated in Tarrant, Denton, Parker, and Wise Counties, Texas, hereinafter called "City", to do certain work in connection with said improvements. Developer Information: Developer Company Name: D.R. Horton — Texas, Ltd. Authorized Signatory: Don E. Allen Title: Assistant Secretary Project Name: Tehama Ridge Phase 5B Project Location: Intersection of Harmon Road and Golden Triangle Boulevard Additional Streets: Plat Case No.: PP-005-031/ FP 011-042 Mapsco: 21N, 21P Council District: 2 To be completed by staff:• Received by: ci [k' A CFA• 2011-053 DOE: 6713 1 Plat Name: Tehama Ridge City Project No:01783 Date: 1 1 3 1 3-- e (c)-- OFFICIAL RECORD CITY SECRETARY I FTo WORTH, TX 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: 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 from time to time via a Mayor and Council Communication adopted by the City Council of the City of Fort Worth, is hereby incorporated into this Community Facilities Agreement ('CFA') as if copied herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. B. Developer shall provide financial security in conformance with paragraph 6, Section II, of the Policy and recognizes that there shall be no reduction in the collateral until the Project has been completed and the City has officially accepted the infrastructure. Developer further acknowledges that said process requires the contractor to submit an Affidavit of Bills paid signed by its contractor and Consent of Surety signed by its surety to ensure the contractor has paid the sub -contractor and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full for all the services provided under this contract. C. Developer agrees to cause the construction of the improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City -approved construction plans specifications and cost estimates provided for the Project and the exhibits attached hereto. D. The following checked exhibits are made a part hereof: Water (A) X Sewer (A-1) Paving (B) X , Storm Drain (B-1) X_, Street Lights & Signs (C) X_. E. The Developer shall award all contracts for the construction of community facilities in accordance with Section II, paragraph 7 of the Policy and the contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section II, of the Policy. Combined CFA final Sept 12, 2008 2 F. For all infrastructure included in this Agreement for which the Developer awards construction contract(s), Developer agrees to the following i. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to meet City's requirements for being insured, licensed and bonded to do work in public streets and/or prequalified to perform water/waste water construction as the case may be. ii. To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent (100%) of the contract price of the infrastructure, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the infrastructure for a period of two (2) years insuring the maintenance and repair of the constructed infrastructure during the term of the maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253, Texas Government Code. iii. To require the contractor(s) it hires to perform the construction work contemplated herein to provide insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer -awarded infrastructure construction contracts. The City shall be named as additional insured on all insurance required by said documents and same will be evidenced on the ACORD Certificate of Insurance supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours notice to the City's Construction Services Division of intent to commence construction so that City inspection personnel will be available; and to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces, and not to install or relocate any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. v. To require its contractor to have fully executed contract documents submitted to the City to schedule a Pre -Construction Meeting. The 3 submittal should occur no less than 10 working days prior to the desired date of the meeting. No construction will commence without a City - issued Notice to Proceed to the Developer's contractor. vi. To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. G. Developer agrees to provide, at its expense, all engineering drawings and documents necessary to construct the improvements required by this Agreement. H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the improvements required herein. I. 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. J. Developer hereby releases and agrees to indemnify, defend and hold the City harmless for any inadequacies in the preliminary plans, specifications and cost estimates supplied by the Developer for this Agreement. K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer and required for the construction of the current and future improvements provided for by this Agreement. L 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 aniuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Combined CFA final Sept 12, 2008 4 Fort Worth, its officers, servants, or employees. M. Developer will further require its contractors to indemnify, defend and hold harmless the City, its officers, agents and employees from and against any and all claims, suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from, or in any way connected with, the construction of the infrastructure contemplated herein, whether or not such injuries, death or damages are caused, in whole or in part. by the alleged negligence of the City of Fort Worth. its officers. servants, or employees. Further, Developer will require its contractors to indemnify, and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and construct the improvements in a good and workmanlike manner, free from defects, in conformance with the Policy, and in accordance with all plans and specifications and shall cause to be executed and delivered to the City an indemnity agreement from such contractors on a form to be promulgated by the City. N. Upon completion of all work associated with the construction of the infrastructure and improvements, Developer will assign to the City a non- exclusive right to enforce the contracts entered into by the Developer with its contractor along with an assignment of all warranties given by the contractor, whether express or implied. Further, Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. O. Inspection and material testing fees are required as follows: i. Developer shall pay in cash water and wastewater inspection fees and material testing fees equal to two percent (2%) for a total of 4% of the developer's share of the total construction cost as stated in the construction contract. ii. Developer shall pay in cash paving and storm drain inspection fees equal to four percent (4%) and material testing fees equal to two percent (2%) for a total of 6% of the developer's share of the total construction cost as stated in the construction contract. 5 iii. Developer shall pay in cash the total cost of streetlights or if the city is not installing the streetlights, inspection fees equal to four percent (4%) of the developer's share of the streetlight construction cost as stated in the construction contract. iv. Developer shall pay in cash the total cost of street signs. P. COMPLETION WITHIN 2 YEARS i. The City's obligation to participate (exclusive of front foot charges) in the cost of the community facilities shall terminate if the facilities are not completed within two (2) years; provided, however, if construction of the community facilities has started within the two year period, the developer may request that the CFA be extended for one year. If the community facilities are not completed within such extension period, there will be no further obligation of the City to participate. City participation in a CFA shall be subject to the availability of City funds and approval by the Fort Worth City Council. ii. Nothing contained herein is intended to limit the Developer's obligations under the Policy, this Agreement, its financial guarantee, its agreement with its contractor or other related agreements. iii. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the construction of the community facilities if at the end of two (2) years from the date of this Agreement the community facilities have not been completed and accepted. iv. The City may utilize the Developer's financial guarantee to cause the completion of the construction of the community facilities or to cause the payment of costs for construction of same before the expiration of two (2) years if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction, the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement. Combined CFA final Sept 12, 2008 6 Cost Summary Sheet Project Name. Tehama Ridge Phase 5B CFA No.: 2011-053 DOE No.:6713 An Engineer's Estimate of Probable Cost is acceptable. However, the construction contract price will ultimately determine the amount of CFA fees and financial guarantee. The bid price and any additional CFA payments will be required prior to scheduling a pre -construction meeting. An itemized estimate corresponding to each project -specific exhibit is required to support the following information. Items A. Water and Sewer Construction 1. Water Construction 2. Sewer Construction Water and Sewer Construction Total B. TPW Construction 1. Street 2. Storm Drain 3. Street Lights Installed by Developer TPW Construction Cost Sub -Total Total Construction Cost (excluding the fees): Construction Fees: C. Water/Sewer Inspection Fee (2%) D. Water/Sewer Material Testing Fee (2%) Sub -Total for Water Construction Fees E. TPW Inspection Fee (4%) F. TPW Material Testing (2%) G. Street Light Inspsection Cost H. Street Signs Installation Cost Sub -Total for TPW Construction Fees Total Construction Fees: Financial Guarantee Options, choose one Bond = 100% Completion Agreement = 100% / Holds Plat Cash Escrow Water/Sanitary Sewer= 125% Cash Escrow Paving/Storm Drain r= 125% Letter of Credit = 125% w/2vr expiration period Developer's Cost 110,125.61 73,496.45 183,622.06 295,866.68 58,005.20 30,879.90 384,751.78 568,373.84 3,672.44 3,672.44 7,344.88 14,154.88 7,077.44 1,235.20 735.00 23,202.51 30,547.39 Amount 568,373.84 568,373.84 229,527.58 480,939.73 710, 467.30 Choice (ck one) t/ IN TESTIMONY WHEREOF, the City of Fort Worth has caused this instrument to be executed in quadruplicate in its name and on its behalf by its Assistant City Manager, attested by its City Secretary, with the corporate seal of the City affixed, and said Developer has 0012 executed this instrument in quadruplicate, at Fort Worth, Texas this LU day of ,1 f iJfl \1aJ(l , 20 k1/4 t . CITY OF FORT WORTH - Recommended by: Water Department a � Wendy Chi-Ba Development al, EMBA, P.E. ngineering Manager Approve o Forn1 & Legality: Douglas W. Black Assistant City Attorney M&C No.: 4,14- Date: Sfity Secretary ATTEST: Signature (Print) Name: /t/ rk Transportation & Public Works Department Dou Director Li, W. Wiersig, PE Approved by City Manager 's Office Fernando Costa Assistant City Manager 4Tt 94 'fai 0000 ? 00 rt V0 4o nee co tiaO n0 00 0000000 ,'`.y nitittXAIS DEVELOPER: D R Horton —Texas, Ltd. a Texas Limited Partnership By its Authorized Agent D.R. Horton, Inc. Sig hture Print Name: Don E Allen Title: Assistant Secretary OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Combined CFA final Sept 12, 2008 8 Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment X Location Map X Exhibit A: Water Improvements X Water Estimate X Exhibit A-1: Sewer Improvements X Sewer Estimate X Exhibit B: Paving Improvements X Paving Estimate X Exhibit B-1: Storm Drain Improvements X Storm Drain Estimate X Exhibit C: Street Lights and Signs Improvements X Street Lights and Signs Estimate (Remainder of Page Intentionally Left Blank) 9 COUNTRY u 1 BAYNE z u _uJ 0 r > m GOLDEN TRIANGI F By I VD l PROJECT LOCATION 7 — Allan Cemetery GOLDEN HEIGHTS 0 a1 z 0 KELLER ——HTL'K5 30LDEC T FT I AN HERITAGE TRACE PARKWAY 2 LOCATION MAP 1 EHAMA RIDGE PHASE V-B I \ J i1 f NOT TO SCALE JACO JACOBS ENGINEERING GROUP INC. 777 MAIN STREET FORT WORTH, TX 76102 (817) 735-6000 PROJECT NO. WFXK9500 & 013544.060. 1.0001 DGN=g:\job\ 013544\cfv\ 3544p5B_cfa.dgn PAGE 1 OF 6 JACOBS ENGINEERING GROUP, INC. 777 MAIN STREET, FORT WORTH, TEXAS 76102 PHONE NO. (817) 735-6000 PRELIMINARY OPINION OF PROBABLE COST: Tehama Ridge Phase VB City of Fort Worth 64 Lots 12.3 Acres WARM PROJECT NO.: FILE NAME: Tehama Ridge DATE: PREPARED FOR: SUMMARY OF CONSTRUCTION COSTS WATER DISTRIBUTION SYSTEM SANITARY SEWER COLLECTION SYSTEM PAVING IMPROVEMENTS STORM DRAIN IMPROVEMENTS SUBTOTAL CONSTRUCTION COSTS 111 MISCELLANEOUS COSTS CITY INSPECTION FEE (2%) WATER & SANITARY SEWER CITY INSPECTION FEE (4%) PAVING AND DRAINAGE CITY MATERIALS TESTING FEE (2%) WATER & SANITARY SEWER CITY MATERIALS TESTING FEE (2%) PAVING & DRAINAGE STREET LIGHTS & SIGNS (SUBTOTAL MISC. COSTS SUMMARY: ONSITE CONSTRUCTION COSTS MISCELLANEOUS COSTS CONTINGENCIES (10%) NET PROJECT COSTS $10,567 PER LOT 013544 VB Cost Estimate 12/1/11 D.R. Horton 121,463 73,496 300,917 58,005 $553,882 $3,899.20 $14,356.88 $3,899.20 $7,178.44 $31,615 I $60,94 J 553,882 60,949 61,483 $676,313 I $55,034 PER ACRE G:\JOB\013544\CIV\Phase 5B\CFA\Tehama Ridge VB CFA Costs 20111201.xIs:Final CFA Costs 20111201 1 1 JACOBS ENGINEERING GROUP, INC. 777 MAIN STREET, FORT WORTH, TEXAS 76102 PHONE NO. (817) 735-6000 PRELIMINARY OPINION OF PROBABLE COST: Tehama Ridge Phase VB City of Fort Worth 64 Lots 12.3 Acres PROJECT NO.: 013544 FILE NAME: Tehama Ridge VB Cost Estimate DATE: 12/1/11 PREPARED FOR: D.R. Horton WATER DISTRIBUTION SYSTEM Iltem No. DESCRIPTION 1 8" Water Main 2 8" Gate Valve & Box 3 Std. Fire Hydrant Assembly 4 1' Services w/Meter Box & Tap 5 1" Tap to Main with Concrete Meter Box 6 1" Irrigation Service 7 1" Tap to Main with Concrete Meter Box 8 Connect to Existing 8" Water 9 Trench Safety 10 Cast Iron Fittings 11 City Required Bonds TOTAL - WATER DISTRIBUTION SYSTEM Item No. DESCRIPTION 1 8" Sewer Main (SDR-35) 2 8" Sewer Main (SDR-26) 3 8" Sewer Main (SDR-26) w/Stabilization 4 4' Diameter Manhole 5 Extra Vertical Depth of Manhole (>6') 6 4" Sewer Service (SDR-35) & Tap 7 4" Sewer Service (SDR-26) & Tap 8 Service Tap to Sewer Main 9 Connect to Existing Sanitary Sewer 10 Trench Safety 11 Vacuum Test for Manholes 12 TV Inspection of Sanitary Sewer 13 Clay Dam (TOTAL - SANITARY SEWER COLLECTION SYSTEM 1 QTY UNITI PRICE 2,722 L.F. 17.57 4 Ea 1,079.91 2 Ea 3,250.13 1,929 L.F. 8.77 74 1 Ea 327.68 10 1 L.F. 38.73 1 1 Ea 327.68 4 1 Ea 403.47 2,722 1 L.F. 0.50 1.1 I Ton 6,022.40 1 1 L.S. 11,337.80 SANITARY SEWER COLLECTION SYSTEM QTY UNIT 978 L.F. 441 L.F. 40 L.F. 7 Ea 8 V.F. 720 L.F. 1,129 L.F. 74 Ea 2 Ea. 1,459 L.F. 7 Ea 1,459 L.F. 2 Ea PRICE 12.58 13.90 27.29 2,333.46 236.96 8.21 9.99 216.88 135.39 0.50 137.91 0.23 100.78 AMOUNTI 47,825.54 4,319.64 6,500.26 16,917.33 24, 248.32 387.30 327.68 1,613.88 1,361.00 6,624.64 11,337.80 $121,463.41 AMOUNT 12,303.24 6,129.90 1,091.60 16,334.22 1,895.68 5,911.20 11,278.71 16, 049.12 270.78 729.50 965.37 335.57 201.56 $73,496.45 G:\JOB\013544\CIV\Phase 5B\CFA\Tehama Ridge VB CFA Costs 20111201.xls:Final CFA Costs 20111201 JACOBS ENGINEERING GROUP, INC. 777 MAIN STREET, FORT WORTH, TEXAS 76102 PHONE NO. (817) 735 6000 PRELIMINARY OPINION OF PROBABLE COST: PROJECT NO.: 013544 Tehama Ridge Phase VB FILE NAME: Tehama Ridge VB Cost Estimate City of Fort Worth DATE: 12/1/11 64 Lots PREPARED FOR: D.R. Horton 12.3 Acres Iltem No. DESCRIPTION 1 2 6' R.0 Street Pavement w/7" Curb* 8" Lime Stabilized Subgrade 3 Hydrated Ltme(42#/SY) 4 4 Wide Sidewalk 5 Barrier Free Ramps (ADA) 6 Remove End of Road Barricade 7 City Required Bonds (TOTAL - PAVING IMPROVEMENTS (ITEM# !DESCRIPTION 1 30" RCP 2 24" RCP 3 21" RCP 4 30" Headwall 5 115' Std. Curb Inlet 6 110' Std. Curb Inlet 7 14' Std. Square Manhole 8 118" Thick Rock Rip Rap 9 !Trench Safety TOTAL - STORM DRAINAGE SYSTEM PAVING IMPROVEMENTS QTYI UNITS 8,745 S.Y. 9,044 S.Y. 190 Ton 2,771 S.F. 4 Ea. 1 4 1 Ea. 1 1 L.S. 1 5,050.00 STORM DRAINAGE SYSTEM Item No.1DESCRIPTION 1 2 3 4 7 8 QTY UNIT 174 406 59 1 2 4 2 40 639 L.F. L.F. L.F. Ea. Ea. Ea. Ea. S.Y. L.F. PRICE 26 28 2.31 157.22 3.52 898.03 484.65 PRICE' 44 97 34 74 30 90 3,449.80 3,003.26 1 3,728.88 1 3,946.57 1 41.71 1 0.50 1 STREET LIGHTS & STREET SIGNS Type D25-6 Pole & Arm 1 1/4" Open Cut Conduit Cable #10 Insulated Stranded Type 4 Concrete Foundation Luminaire Head, Type 3 w/drop glass Street Signs TOTAL - STREET LIGHTS MAE AMOUNT 229 818.60 20 891.64 29 871.80 9 753.92 1 3 592 12 1 938.60 5 050.00 $300 916.68 AMOUNT; 7,824 78 14,104 44 1,823 10 3,449.80 6,006.52 14, 915.52 7,893.14 1,668.40 319.50 t - $58,005.201 QTYIUNITI PRICE' 9 Ea. 1,373 55 417 L.F. 10.23 1,251 L.F. 0.68 9 Ea. 1,235.66 9 1 Ea. 253.38 1 3 1 Ea. 245.00 1 AMOUNT 12,361.95 4,265 91 850.68 11,120.94 2,280.42 735.00 $31,614.90 G:\JOB\013544\CIV\Phase 5B\CFA\Tehama Ridge VB CFA Costs 20111201.x!s:Final CFA Costs 20111201 EXISTING TEHAMA RIDGE PHASE 48 DOE #6104 FILE 4W--2079 40Q„ C)� / \ /, 27 / 33 PROPOSED WATER LINES ARE 8" UNLESS OTHERWISE INDICATED LEGEND PROP. WATER LINE PROP. GATE VALVE PROP. FIRE HYDRANT EXIST. WATER LINE EXIST. GATE VALVE EXIST. FIRE HYDRANT LIMITS OF PROJECT EXAIITJNG TEHAMA RIDGE PHASE 4B DOE #6104 FRE .fW-2079 21 23 9 /0 8- W-22 _ _ 22 21 20 12 /9 PUTURE TEHAMA RIDGE PHASE 5C l3 O /1 SCALES 1" = 300' LOT 38X, BLACK 9 FUTURE PUBLIC PARK 22.488 ACRES WATER EXHIBIT 'A' 1JHAMA RIDGE PHASE V-B JACO JACOBS ENGINEERING GROUP INC. 777 MAIN STREET FORT WORTH, TX 76102 (817) 735-6000 DGN=g:\job\ 013544\civ\ 3544p58_cfo.dgn PROJECT NO. WFXK9500 & 013544. 060. i. 0001 PAGE 2 OF 6 PROPOSED SEWER LINES ARE 8" UNLESS OTHERWISE INDICATED LEG=\ D PROP, SANITARY SEWER PROP. MANHOLE EXIST, SANITARY SEWER EXIST, MANHOLE LIMITS OF PROJECT 33 EXISTING TEHAMA RIDGE PHASE 4B DOE #6104 FEE *W-2079 4. 4,49 • /" 27 EXHISTING TEHAMA RIDGE PHASE 4B DOE #6104 FEE dW-2079. 23 /\N 21 \d. 9 22 10 21 8" SS 8"SS 20 /2 l9 13 SCALE: 1" = 300' EXIST 8"SS DOE #6531 FEE #W-2I40 LOT 38X, BLOCK 9 FUTURE PUBLIC PARK 72.488 ACRES SANITARY SEWER EXHIBIT 'A-1' 1'EHAMA RIDGE PHASE V-B JACOBS JACOBS ENGINEERING GROUP INC. 777 MAIN STREET FORT WORTH, TX 76102 (817) 735-6000 PROJECT NO. WFXK9500 Ex 013544. 060. 1.0001 DGN=g:\job\ 013544\civ\ 3544p5B_cfa.dgn PAGE 3 OF 6 L AGE.\3 PROP, 29' B/B ROADWAY/ 50' ROW PROP. 4' SIDEWALK (BY DEVELOPER) PROP. 4' S I DEWALK (BY HOMEBUILDER) LIMITS OF PROJECT 33 c‘ M\\\\ EXISTING TEHAMA RIDGE PHASE 4B DOE 06104 FILE 4kW-2079 11 O0 4,4 27 EXISSTING TEHAMA RIDGE PHASE 4B DOE ";6104 FILE IW-2079 9 10 FUTURE ,-TEHAMA RTGE PHASE:5C 23 22 21 11 20 /2 /9 SCALE: 1" = 300' LOT 38X, BLOCK 9 FUTURE PUBLIC PARK 22.488 ACRES STREETS EXHIBIT 'B' 1'EHAMA RIDGE PHASE V-B JACOBS JACOBS ENGINEERING GROUP INC. 777 MAIN STREET FORT WORTH, TX 76102 (817) 735-6000 PROJECT N0. WFXK9500 & 013544. 060. 1.0001 DGN=g:\job\ 013544\civ\ 3544p5B_cfc.dgn PAGE 4 OF 6 / 33 LEGE\3 PROP, STORM DRAIN LINE PROP, INLET PROP. MANHOLE PROP. HEADWALL EXIST, STORM DRAIN LINE LIMITS OF PROJECT EXISTING TEHAMA RIDGE - PHASE 4B DOE #6104 FILE #W-2079 C EXIST STORM DRAIN TEHAMA PHASE 4 • / 21 EK IISTING TEHAMA RIDGE PHASE 4B DOE 46104 FILE #W--2079 23 9 22 10 21 20 12 19 13 SCALE: 1" = 300' LOT 38X, BLOCK 9 FUTURE PUBLIC PARK 72488 ACRES STORM DRAIN EXHIBIT 'B-1' 'I EHAMA RIDGE PHASE V-B 30" HDWL JACOBS JACOBS ENGINEERING GROUP INC. 777 MAIN STREET FORT WORTH, TX 76102 (817) 735-6000 PROJECT NO. WFXK9500 & 013544. 060. 1. 0001 DGN=g:\job\ 013544\civ\ 3544p5B_cfa.dgn PAGE 5 OF 6 _EGE\D PROP, SINGLE STREET LIGHT EXIST. SINGLE STREET LIGHT (ON STEEL POLE WITH STREET AND STOP SIGNS ATTACHED) PROP. STREET SIGN EXIST. STREET SIGN LIMITS OF PROJECT 33 P EXISTING TEHAMA RIDGE PHASE 4B DOE #6104 FILE #W-2079 0 A 27 EXEIISTING TEHAMA RIDGE PHASE 4B DOE, #6104 FILE #W-2079 23 9 22 /0 0-__ 21 20 12 /9 . 'Y'EHAMA RIDGE PHASE:SC l3 SCALE: 1" = 300' LOT 38X,BLOCK 9 FUTURE PUBLIC PARK 22488 ACRES STREET LIGHTS EXHIBIT 'C' LHAMA RIDGE PHASE V-B JACOBS JACOBS ENGINEERING GROUP INC. 777 MAIN STREET FORT WORTH, TX 76102 (817) 735-6000 PROJECT NO. WFXK9500 & 013544. 060. 1.0001 DGN=g:\job\__013544\civ\ 3544p5B_cto.dgn PAGE 6 OF 6