Loading...
HomeMy WebLinkAboutContract 42097COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. gat) c'l T` WHEREAS, the undersigned "Developer" desires to make certain improvements (refer to the name of the project at the bottom of the page) to 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: A-S 104 Timberland Town Center, L.P. Authorized Signatory: Jay K. Sears Title: Manager of A-S 104, L.C., General Partner Project Name: The Shops at Timberland Crossing Water, Sewer & Drainage Improvements Project Location: NEC of North Beach Street and Timberland Boulevard Additional Streets: N/A Plat Case No.: FP-011-003 Plat Name: The Shops at Timberland Crossing Mapsco: 22B Council District: 2 City Project No: 01721 To be completed by staff Received by( Date: CFA: 2011-027 DOE: 6673 OFFICIAL RECORD CITY SECRETARY Fri:, WORTH, TX 08-05-1 1 A10:37 IN 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" or `Agreement') as if copied herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obhgations hereunder and to cause all contractors hired by Developer to comply with the Policy in connection with the work perforrned 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 it to submit an Affidavit of Bills Paid signed by its contractor to ensure the contractor has paid the sub -contractors 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 its 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) X , Paving (B) , Storm Drain (B-1) X , Drainage Channel (B-3) 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 Combined CFA final Sept 12, 2008 2 administered in conformance with paragraph 8, Section II, of the Policy. 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 3 submitted to the City to schedule a Pre -Construction Meeting. The 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. The City agrees that Winkelmann & Associates, Inc. may serve as the engineer in connection with the preparation of the plans for the Project. 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. Developer covenants and agrees to, and by these presents does hereby, assign to the City on a non-exclusive and non -recourse basis the concurrent right to pursue, in conjunction with Developer, all claims held by Developer to seek indemnification or defense from any of its consultants, contractors, or subcontractors with respect to any 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 Developer or its contractors, subcontractors, officers, agents Combined CFA final Sept 12, 2008 4 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 or its contractors, sub -contractors, officers, agents 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 inluries, 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 hainrless 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 foinr 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 equal to two percent (2%) 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. P. COMPLETION WITHIN I YEAR i. 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. ii. 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 one 0) yea' from the date of this Agreement the community facilities have not been completed and accepted. iii. "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 one (1) year 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 CIA final Sept 12, 2008 6 Cost Summary Sheet Project Name: The Shops at Timberland Crossing CFA No.: 2011-027 DOE No.: 6673 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. Storm Drain 2. Drainage Channel 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/ 1 yr expiration period Developer's Cost 25,279.50 60,364.93 85,644.43 38,517.00 64,010.25 102,527.25 188,171.68 1,712.89 1,712.89 3,425.78 4,101.09 2,050.55 6,151.64 9,577.41 Choice Amount (ck one) 188,171.68 188,171.68 107,055.54 128,159.06 235,214.60 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 executed this instrument in uadru licate at Fort Worth, Texas this _ $ day p of PIOU* ,2011. CITY OF FORT WORTH - Recommended by: Water Department Transportation & Public Works Department Wendy Chi-Babulal, EMBA, P.E DougW. Wiersig, P.E Development Engineering Manager Approved as to Fonn & Legality: • Marf teit6 at- cia Wise Sr. Assistant City Attorney ATTEST: Marty Hendrix City Secretary DEVELOPER: • Az'0.0 Fiat: tg ,(\ Q 0 A-S 104 TIMBERLAND TOWN CE By: A-S 104 By: Name: Jay K. Sears Title: Manager C., General Partner • Director Approved by City Manager's Office asonwinko4 Fernando Costa Assistant City Manager ea ilor 0130 lth Q� 0 o� a to o 0 04. gi ©00 ice Q-octittlag .era NO M&C REQUIRED 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 ra r S. r C r ►1 Location Map Exhibit A: Water Improvements Water Estimate Exhibit A-1: Sewer Improvements Sewer Estimate Exhibit B: Paving Improvements Paving Estimate Exhibit B-1: Storm Drain Improvements Storm Drain Estimate Exhibit B-3: Drainage Channel Improvements Drainage Channel Estimate (Remainder of Page Intentionally Left Blank) 9 THE S 0 TIMBERLAND_- WESTRIDGE ALTA VISTA ti .65 KELLER-HASLET MAPSCO 22—B 8c C N.T.S. CFA VI CI OPS AT T V \I B TY ALA V TIMBERLAND SUNSET SUNSET A D CAYLDR NORTH CAYLIJR \D C.POSSI\G NORTHEAST CORNER TIMBERLAND BLVD. 8c NORTH BEACH ST. DOE #XXXX, CITY PROJECT NO. 01 721 J. CHIRINO SURVEY, ABSTRACT NO. 265 FORT WORTH, TEXAS EXHIBIT 1 Item No. 1 2 3 4 5 6 7 8 9 10 11 12 THE SHOPS AT TIMBERLAND CROSSING DOE NO. 6673 CITY PROJ. NO. 01721 EXHIBIT A - WATER ICPMS Bid # 00618 00616 00745 00749 Description Pipe-Pressure-8 Inch — Install Pipe-Pressure-6 Inch — Install Valve-6 Inch -Gate Valve w/Box — Install Valve-8 Inch -Gate Valve w/Box — Install Water Service-8 Inch -Tap to 21 Inch Main — Install Water Service-4 Inch -Tap to Main Install Water Service-4 Inch — Install 00550 'Meter Box -Class A — Install 00553 'Meter Box -Class B — Install 00220 (Pipe Fitting — Install 00546 (Fire Hydrant — Install 00372 'Trench Safety System 5 Foot Depth — Install Unit LF LF EA EA EA EA LF EA EA TN EA LF i Unit Price $ 23.00 $ 19.00 $ 850.00 $ 1,100.00 $ 3,700.00 $ 2,650.00 $ 17 00 $ 150 00 $ 300 00 $ 5,500 00 $ 2,500 00 $ 1000 GRAND TOTAL, Printed 6/28/2011 Grand Totals Quantity 40.00 60.50 3.00 1.00 1.00 1.00 5.00 8.00 7.00 0.35 3.00 40.00 Amount I $ 920.00 $ 1,149.50 $ 2,550.00 $ 1,100.00 $ 3,700.00 $ 2,650.00 $ 85.00 $ 1,200 00 $ 2,100.00 $ 1,925.00 $ 7,500.00 $ 400.00 $25,279.50 PROPOSED 21"x TAPPING SLEEVE & VALVE PROPOSED 4" TAP • PROPOSED CLASS A METER BOX FOR 1' IRRIGATION Q LU U 07 00 O 0 U O z a]J n a' a_ � � Q o om z Q Q U 0 0 VL 5 Q 'o J i Q • AMINMPI PROPOSED CLASS B METER BOX FOR 2 1/2" DOMESTIC NORTH TARRANT 226 J.V. VOL. 15468, PG. 164 PROPOSED CLASS B METER BOX FOR 3/4" DOMESTIC PROPOSED CLASS B METER BOX FOR 2" IRRIGATION la PROPOSED CLASS B METER BOX FOR 2" DOMESTIC PROPOSED CLASS A METER BOX FOR 1 IRRIGATION PROPOSED FIRE HYDRANT IMMO TIMBERLAND BLVD. • THE VILLAGES OF WOODLAND SPRINGS BLOCK 53 CAB. A, SLIDE 9144 Winkelmann & Associates, Inc. CONSULTING CIVIL ENGINEERS It SURVEYORS 6750 HILLCREST PLAZA DRIVE, SUITE 325 (972) 490-7090 DALLAS, TEXAS 75230 (972) 490-7099 FAX Texas Engineers Registration No. 89 Texas Surveyors No. 100866-00 COPYRIGHT e' 2011, Winkelmann & Associates, Inc. Scale : 1 "=300' Date : 04/15/2011 Dwg. File : 59401-0C—CFAWTR.DWG Project No. : 59401.0C EXHIBIT A WATER THE SHOPS AT TIMBERLAND CROSSING NORTHEAST CORNER TIMBERLAND BLVD. & N BEACH ST. FORT WORTH, TEXAS J. CHIRINO SURVEY, ABSTRACT NO. 265 CITY OF FORT WORTH TARRANT COUNTY, TEXAS NEWQUEST PROPERTIES 8827 W SAM HOUSTON PKWY. NORTH SUITE 200 HOUSTON, TEXAS 77040 • 1 1 SCALE: w J J w C9 fet O PROPOSED CLASS B METER BOX FOR 2" DOMESTIC PROPOSED CLASS A METER BOX FOR 1' IRRIGATION PROPOSED CLASS A METER BOX FOR 1 ' IRRIGATION NORTH TARRANT 226 J.V. VOL. 15468, PG. 164 SHEET EXH A THE SHOPS AT TIMBERLAND CROSSING DOE NO. 6673 CITY PROD. NO. 01721 EXHIBIT Al - SEWER Item No, 1 2 3 4 5 6 7 8 9 10 CPMS Bid # 00332 00361 00355 00213 00201 00217 00372 Description Pipe-Sewer-8 Inch DIP - Install Pipe-Sewer-8 Inch (All Depths) - Install Sewer-Service-6 Inch Service Tap - Install Sewer Service-4 inch Service Tap Install 4' Dia. Manhole - Install Two-way cleanout - Install Connect to Ex. Pipe -Sewer- 8 Inch PVC - Install Inspection - Post Construction Cleaning and TV - Study Manhole -Vacuum Test - Services Trench Safety System 5 Foot Depth - Install Unit Unit Price LF $ 57.00 LF $ 21.00 EA $ 400 00 EA $ 300 00 IEA $ 2,925 00 EA $ 450 00 EA $ 500 00 LF $ 150 EA $ 150 00 jLF $ 2 00 GRAND TOTAL Printed 6/28/2011 Quantity 114.52 1,080.06 6.00 1.00 7.00 7.00 1.00 1,194.58 1.00 1,194.58 Grand Totals Amount 6,527.64 22,681.26 2,400.00 300.00 20,475.00 3,150 00 500 00 1,791 87 150 00 2,389 16 $60,364.93 IS PROPOSED 4' DIA. MANHOLE CONNECT TO EX. SANITARY SEWER PROPOSED 6" SANITARY SEWER SERVICE W/ TAP & 2 WAY CLEANOUT NORTH TARRANT 6 J.V. VOL. 15468. ° G. 164 PROPOSED 4' DIA. MANHOLE PROPOSED 4" SANITARY SEWER SERVICE W/ TAP & 2 WAY CLEANOUT PROPOSED 8" PVC SANITARY SEWER LINE a w r0 v CO �rCO 0U — • O p Z N NF• a 0Om < 0 J 0 PROPOSED 4' DIA. MANHOLE PROPOSED 6" SANITARY SEWER SERVICE W/ TAP & 2 WAY CLEANOUT IMMO TIMBERLAND BLVD. • THE VILLAGES OF WOODLAND SPRINGS BLOCK 53 CAB. A, SLIDE 9144 Winkelmann & Associates, Inc. CONSULTING CIVIL ENGINEERS • SURVEYORS 6750 HILLCREST PLAZA DRIVE, SUITE 325 (972) 490-7090 DALLAS, TEXAS 75230 (972) 490-7099 FAX Texas Engineers Registration No. 89 Texas Surveyors No. 100866-00 COPYRIGHT 2011, Winkelmann & Associates, Inc. Scale : Date : 04/15/2011 Dwg. File : 59401-0C—CFASAN.DWG Project No. : 59401.0C EXHIBIT Al SEWER THE SHOPS AT TIMBERLAND CROSSING NORTHEAST CORNER TIMBERLAND BLVD & N BEACH ST. FORT WORTH, TEXAS J. CHIRINO SURVEY, ABSTRACT NO. 265 CITY OF FORT WORTH TARRANT COUNTY, TEXAS NEWQUEST PROPERTIES 8827 W. SAM HOUSTON PKWY. NORTH SUITE 200 HOUSTON, TEXAS 77040 • SCALE: 1"=200' PROPOSED 8" DIP SANITARY SEWER LINE PROPOSED 8" PVC SANITARY SEWER LINE NORTH TARRANT 226 J.V. VOL. 15468, PG. 164 SHEET EXH Al THE SHOPS AT TIMBERLAND CROSSING DOE NO. 6673 CITY PROD. NO. 01721 EXHIBIT B1 - STORM Item No. 1 2 3 4 Description Pipe-Storm-21 Inch RCP -Install Storm-21 Inch Headwall Storm-95'x60' Rock Riprap Storm-10'x15' Rock Riprap 1 LF EA EA EA Unit Unit Price $ 43 00 $ 1,450 00 $ 31,500 00 $ 1,134 00 SUBTOTAL 2% Material Testing Fee 4% Inspection Fee GRAND TOTAL Printed 6/28/2011 Quantity 43.00 2.00 1.00 2.00 Grand Totals Amount 1,849.00 2,900.00 31,500.00 2,268.00 $38,517.00 $770.34 $1,540.68 $40,828.02 1 l I L 11 LI. Ir=`L NORTH TARRANT 226 J.V. VOL. 15468, PG. 164 TIMBERLAND BLVD. "c----l=-' I i ' THE VILLAGES OF WOODLAND SPRINGS BLOCK 53 CAB. A, SLIDE 9144 Winkelmann & Associates, Inc. CONSULTING CIVIL ENGINEERS • SURVEYORS 6750 HILLCREST PLAZA DRIVE, SUITE 325 (972) 490-7090 DALLAS, TEXAS 75230 (972) 490-7099 FAX Texas Engineers Registration No. 89 Texas Surveyors No. 100866-00 COPYRIGHT ) 2011, Winkelmann & Associates, Inc. Scale : 1"=300' Date :04/15/2011 Dwg. File : 59401-0C—CFASTM.DWG Project No. : 59401.00 EXHIBIT B1 STORM THE SHOPS AT TIMBERLAND CROSSING NORTHEAST CORNER TIMBERLAND BLVD. & N BEACH ST. FORT WORTH, TEXAS J. CHIRINO SURVEY, ABSTRACT NO. 265 CITY OF FORT WORTH TARRANT COUNTY, TEXAS NEWQUEST PROPERTIES 8827 W SAM HOUSTON PKWY. NORTH SUITE 200 HOUSTON, TEXAS 77040 Y PROPOSED HEADWALL & RIPRAP PROPOSED 19 LF OF 21" RCP t,3 J La O O UI SCALE: 1 "= 200' PROPOSED HEADWALL & RIPRAP I III I PROPOSED 24 LF OF 21' RCP -- - NORTH ANT 226 J.V. VO . 15468,; "FAG. 164 SHEET EXH B1 THE SHOPS AT TIMBERLAND CROSSING DOE NO. 6673 CITY PROJ. NO. 01721 EXHIBIT B3 - DRAINAGE CHANNEL Item No. 1 1 1 2 3 4 5 Description Storm-Geotextile Matting Remove & Dispose Ex. Conc. Drop Structure Channel Grading 6" Topsoil Hydromulch Seeding Unit Unit Price SY $ 3.25 LS $ 1,110.00 CY $ 2.75 SY $ 0.49 LS $ 1.00 SUBTOTAL 2% Material Testing Fee 4% Inspection Fee GRAND TOTAL Printed 6/28/2011 Grand Totals Quantity 13,139.00 $ 1.00 $ 2,000.00 $ 12,650.00 $ 1.00 $ 1 1 1 Amount 42,701.75 1,110.00 5,500.00 6,198.50 8 500.00 $64,010.25 $1,280.21 $2,560.41 $67,850.87 It 414111111. alp Slims 723E — — ;T tir 7_7i PROPOSED CHANNEL GRADING INSTALL GEOTEXTILE MATTING W/6" TOPSOIL & HYDROMULCH SEEDING Winkelmann & Associates, Inc. CONSULTING CIVIL ENGINEERS ■ SURVEYORS 6750 HILLCREST PLAZA DRIVE, SUITE 325 (972) 490-7090 DALLAS, TEXAS 75230 (972) 490-7099 FAX Texas Engineers Registration No. 89 Terns Surveyors No 10026E-00 COPYRIGHT 0 2011, Win'xelrnonn ce F ssnn;ctes, Inc Scale : 1"=120' DJte :04/15/2011 Dvig. File : 59401-0C—CFASTM.DWG Project No. . 59401.0C REMOVE AND DISPOSE OF ALL EXISTING CONCRETE DROP STRUCTURE AND GRANULATED ROCK RUBBLE. NORTH TARRANT 226 J.V. VOL. 15468, PG. 164 r REMOVE AND DISPOSE OF ALL EXISTING ` y CONCRETE DROP STRUCTURE AND GRANULATED ROCK (/ RUBBLE. d1 11 47 IT If COOED CENG. EXHIBIT B3 DRAINAGE CHANNEL THE SHOPS AT TIMBERLAND CROSSING NORTHEAST CORNER TIMBERLAND BLVD. (Sc N BEACH ST. FORT WORTH, TEXAS J. CHIRINO SURVEY, ABSTRACT NO. 265 CITY OF FORT WORTH TARRANT COUNTY, TEXAS NEWQUEST PROPERTIES 8827 W. SAM HOUSTON PKWY. NORTH SUITE 200 HOUSTON, TEXAS 77040 1 j I SCALE: 1"=120' I SHEET EXH B3