Loading...
HomeMy WebLinkAboutContract 45207COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS COUNTY OF TARRANT • City Secretary Contract No. LJ5f1o1 WHEREAS, the undersigned Developer ("Developer") desires to make certain improvements ("Improvements") related to a project as described below ("Project") within the City of Fort Worth, Texas ("City"); and WHEREAS, the Developer and the City desire to enter into this Community Facilities Agreement ("CFA" or "Agreement") in connection with the Improvements. Developer and Project Information: Developer Company Name: M & C Development, Ltd. Address, State, Zip Code: 3 825 Camp Bowie Blvd. iFort Worth, TX 76107 Phone, E-Mail: (817)665-2321, randy.lockhart@att.net Authorized Signatory/Title: Haydn Cutler, General Partner Project Name and Brief Description: Water, Sewer, Paving, Drainage & Street Light Improvements to serve Marine Creek Ranch, Section 7 Project Location: North of Crystal Lake Dr. & East of Center Hill Rd. Plat Case No.: FP-013-032 Plat Name: Marine Creek Ranch, Section 7 Council District: 7 To be completed by staff.• Received by: RECEIVED DEC 17 2O1d City Project No: 02166 CFA: 2013-079 DOE: 7101 1 Date: ra \ CA 4. Ff ll li „ C, RECORD ©NV CRETARY `i\ ' RTH, TIC NOW, THEREFORE, 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, as amended, is hereby incorporated into this 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 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 Improvements. 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 iThe following checked exhibits are made a part hereof: Water (A) AL, Sewer (A, t) - X Paving (13) X Storm Drain (131) `X, = Street Lights &_Sgris:(C) X E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section II, paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section II, of the Policy. F. For all Improvements 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 prequahfied 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 Improvements, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the Improvements 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 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 iniuries, 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. 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 iniuries, 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. 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. 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. If applicable, the City's obligation to participate (exclusive of front foot charges) in the cost of the Improvements shall terminate if the Improvements are not completed within two (2) years; provided, however, if construction of the Improvements has started within the two year period, the developer may request that the CFA be extended for one year If the Improvements 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 Improvements if at the end of two (2) years from the date of this Agreement the Improvements 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 Improvements 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. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) Cost Summary Sheet Project Name: Marine Creek Ranch, Section? CFA No.: 2013-079 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 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 = 125% Letter of Credit = 125% w/2yr expiration period DOE No.: 7101 Developer's Cost 343,642.20 172,694.40 516,336.60 960,747.00 256,120.00 86,164.89 1,303,031.89 1,819,368.49 10,326.73 10,326.73 20,653.46 48,674.68 24,337.34 3,446.60 2,450.00 78,908.62 99,562.08 Choice Amount (ck one) 1,819,368.49 1,819,368.49 645,420.75 1,628,789.86 2,274,210.61 I 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 eloper has execute this instrument in ctuadruplicate, at Fort Worth, Texas this / day of /.CC�c�Ltt'-_ 2O J ) . CITY OF FORT WORTH - Recommended by: Water Department r • Wendy Chi- abulal, EMBA, P.E. Developm t Engineering Manager Approved as to Form & Legality: /7 Douglas W. Black Assistant City Attorney M&C No. 41/4- Date: Mary J. Kar City Secret Signature (Print) Name: A avcC Title: 4,719 teait id; 6.1 Trans • ortation & Public Works Department Douglas iersig, P.E. Director Approved by City Manager's Office Fernando Costa Assistant City Manager DEVELOPER: M&C nt, Ltd. Signature Name: Haydn Cutler Title: General Partner -.. cramissossmIS OFFpCIAI RECORD CITY SECRETARY Ft WORTH, TX Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment 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 C: Street Lights and Signs Improvements Street Lights and Signs Estimate ►1 as rs ►1 a /1 ►1 ►1 (Remainder of Page Intentionally Left Blank) 9 SECTION 00 42 43 PROPOSAL FORM Marine Creek Ranch Section 7 UNIT PRICE BID Bidlist Item No. 1-08 Project Item Information Description UNIT I: WATER 1-01 3305.0109 Trench Safety 1-02 3311.0001 Ductile Iron Fittings w/Restraint 1-03 3311.0261 8" PVC Water Pipe 1-04 3311.0361 10" PVC Water Pipe 1705 3311.0442 12" Water Pipe, CSS Backfill 1-06 3311.0461 12" PVC Water Pipe 1-07 3312.0001 Fire Hydrant 3312.0017 Connection to Existing 4"-12" Water Main 1-09 3312, 1-10 3312. 1-11 3312. 1-12 3312. 1-13 3312. 1-14 3312. 1-15 9999. 1-16 9999. 2003 1"Water Service 2203 2" Water Service 3002 6" Gate Valve 3003 8" Gate Valve 3004 10" Gate Valve 3005 12" Gate Valve 0000 4" Sch. 40 PVC Irrigation Sleeve 0001 Testing UNIT II: SANITARY SEWER 2-01 3305.0109 Trench Safety 2-02 3331.3101 4" Sewer Service 3331.4115 8" Sewer Pipe 2-03 2-04 3331.4116 8" Sewer Pipe, CSS Backfill 2-05 3339.0001 Epoxy Manhole Liner 2-06 3339.1001 4' Manhole (Up to 6' depth) 2-07 3339.1003 4' Extra Depth Manhole 2-08 9999.0002 Connect to existing 2-09 9999.0003 Clay Darn 2-10 9999.0004 Vacuum Test Manholes 2-11 9999.0005 Post TV Inspection UNIT III: PAVING 3-01 0241.1100 Remove Asphalt Pvmt 3-02 3137.0104 Medium Stone Riprap, dry 3-03 3211.0400 Hydrated Lime (30 LB/SY) 3-04 3211.0501 6" Lime Treatment 3-05 3211.0502 8" Lime Treatment 3-06 3213.0101 6" Conc Pvmt 3-07 3213.0103 8" Conc Pvmt 3-08 3213.0301 4" Conc Sidewalk 3-09 3213,0501 Barrier Free Ramp, Type R-1 3-10 9999.0002 4' Temporary Asphalt Sidewalk 3-11 9999.0003 Pavement Header 3-12 9999.0004 Type III Barricade 3-13 9999.0005 Remove Existing Barricade 3-14 9999.0006 Connect to existing Pavement Header Bidder's Application Specification Section No. Unit of Measure Bid Quantity 33 05 10 33 11 11 33 11 12 33 11 12 3311 10, 33 11 12 33 11 12 33 12 40 33 12 25 33 12 10 33 12 10 33 12 20 33 12 20 33 12 20 33 12 20 33 05 10 _ 33 31 50 33 11 10, 33 31 12, 33 31 20 33 11 10, 33 31 12, 33 31 20 33 39 60 33 39 10, 33 39 20 33 39 10, 33 39 20 02 41 15 ..................... ............. 31 37 00 32 11 29 32 11 29 32 11 29 32 13 13 321313 32 13 20 32 13 20 LF TON LF LF LF LF EA EA EA EA EA EA EA EA LF LF LF EA LF LF VF EA VF EA EA EA LF 7008 1.85 3952 947 90 2019 7 2 74 2 7 16 2 8 420 7008 3168 74 2971 197 Bidder's Proposal Unit Price $0.20 $9,600.00 $20.00 $30.00 $46.50 $36.00 $2,850.00 $800.00 $860.00 $1,900.00 $830.00 $1,200,00 $1,720.00 $2,140.00 $10.00 $0.20 UNIT I TOTAL: $1.00 $605.00 $26.00 $36.00 10 $190.00 13 $2,200.00 30 $100.00 1 $500.00 4 $250.00 13 $100.00 3168 $1.30 UNIT II TOTAL: SY 747 SY TN SY SY SY SY SF EA SF LF EA EA EA 41 403 13250 13660 12371 12950 7232 18. 5172 37 1 $9.00 $2.00 $150.00 $1.75 $1.50 $28.00 $33.25 $4.25 $950.00 $4.25 $6.00 $1,500.00 $175.00 - $375.00 UNIT III TOTAL: Bid Value $1,401.60 $17,760.00 $79,040.00 $28,410.00 $4,185.00 $72,684.00 $19,950.00 $1,600.00 $63,640.00 $3,800.00 $5,810.00 $19,200.00 $3,440.00 $17,120.00 $4,200.00 $1,401.60 $343,642.20 $3,168.00 $44,770.00 $77,246.00 $7,092.00 $1,900.00 $281600.00 $3,000.00 $500.00 $1,000.00 $1,300.00 $4,118.40 $172,694.40 $6,723.00 $82.00 $60,450.00 $23,187.50 $20,490.00 $346,388.00 $430,587.50 $30,736.00 .......... $17,100.00 $21,981.00 $222.00 $1,500.00 $175.00 $1,125.00 $960,747.00 UNIT IV: STREET LIGHTS 4-01 3441.3302 100W HPS Luminarie 4-02 3441,3301 Rdwy Ilium Foundation TY 4 4-03 9999.0007 2" Sch 80 PVC Conduit (T) 4-04 9999.0009 #10XHHW Conductor 9999.0010 Furnish/Install D-25 Street Light Pole & Light Fixture 4-05 UNIT V: STORM DRAIN 5-01 0241.4401 5-02 3137.0104 5-03 3305.0109 5-04 3305.0112 5-05 3341.0201 5-06 3341.0205 5-07 3341.0208 5-08 3341.0305 5-09 3341.0309 5-10 3341.0402 5-11 3349.0001 5-12 3349.0002 5-13 3349.1004 5-14 3349.5001 5-15 3349.5002 34 41 20 26 05 33 34 41 20 34 41 20 Remove Headwall/SET 02 41 14 Medium Stone Riprap, dry 31 37 00 Trench Safety 33 05 10 Concrete Collar 33 05 17 21" RCP, Class III 33 41 10 24" RCP, Class III 33 41 10 27" RCP, Class III 33 41 10 33" RCP, Class III 33 41 10 36" RCP, Class III 33 41 10 42" RCP, Class III 33 41 10 4' Storm Junction Box 33 49 10 5' Storm Junction Box 33 49 10 27" Flared Headwall, 1 pipe 33 49 40 10' Curb Inlet 33 49 20 15' Curb Inlet 33 49 20 5-16 3349.7002 5' Drop Inlet 33 49 20 5-17 9999.0011 Concrete Flume 5-18 9999.0013 4' Wide Swale SUMMARY END OF SECTION EA EA LF LF EA 24 24 3519 10557 $306,00 $1, 067.00 $4,90 $0.47 24 $1,292.00 UNIT IV TOTAL: EA 1 $1,000.00 SY 104 $45.00 LF....._ ....... 2397 $0.50 EA 2 - $250.00 LF 425 $48.00 LF 559 $52.50 LF 137 $59.00 LF 582 $73.00 LF 397 $85.00 LF 298 112.00 EA 1 3,200.00 EA 2 3,500,00 EA 2 2,300.00 EA 2 2,800,00 EA 11 3,700.00 EA 2 3,700.00 LF 1031 8.00 LF 268 17.00 JNIT V TOTAL: UNIT I TOTAL: UNIT II TOTAL: UNIT III TOTAL: UNIT IV TOTAL: UNIT V TOTAL: TOTAL BID $7,344.00 $25,608.00 $17,243,10 $4,961.79 $31,008.00 $86,164.89 $1,000.00 $4,680.00 $1,198.50 $500.00 $20,400.00 $29,347.50 $8,083.00 $42,486.00 $33,745.00 $33,376.00 $3,200.00 $7,000.00 $4,600.00 $5,600.00 $40,700.00 $7,400.00 $8,248.00 $4,556.00 $256,120.00 $343,642,20 $172,694.40 $960,747.00 $86,164.89 $256,120.00 $1,819,368.49 I IIII 11 II I,iI,IJllllli„a,4i,11,li,.Llllwuul,IiilJJ,d,iiWiiulluWllikiilYuu.iuldlli,allllill JJll Id„IllallbIII,mIll 1111 li, I I li Hill id II II,IIIII II HI.Ii, IJII IId IIIiilllluuluiiluliiel,piulilunll,IIIIWIIIIUI dull„II.Il iliu Ii l.i,ull,l,llli„Illwl VI � NO LOCATION MAP MAPSCO NO 47A COUNCIL DISTRICT ..7.. OWNER/DEVELOPER: HAYCO REALTY, LTD. 3825 CAMP BOWIE BLVD. FORT WORTH, TX 76107 TEL: (817) 665-2321 CONTACT: RANDY LOCKHART DATE PROJECT #: DRAWN BY: CHECKED BY SHEET NO: 10.02.13 2652-01-01 A. MCGINLEY A. CASCO 1 OF 10 lillll,llud„I.JII I111611I, IIII I FINAL PLAT MARINE CREEK RANCH BLOCK L, LOTS 56X, 57-86, 87X, 88-89 and 90X BLOCK Q, LOTS 1-7 and 8X, BLOCK T, LOTS 1-26 BLOCK U, LOTS 1-9 and 10X BEING 23.107 ACRES OF LAND LOCATED JOSEPH BOMAN SURVEY, ABSTRACT NO. 79 ALEXANDER F. ALBRIGHT SURVEY, ABSTRACT CITY OF FORT WORTH, TARRANT COUNTY, 74 BUILDABLE LOTS, 5 PRIVATE OPEN SPACE LOTS PRELIMINARY PLAT CASE NUMBER: CASE NUMBER: FP— 013— 032 CASE NAME: MARINE CREEK RANCH PHASE: SECTION 7 MARINE CREEK RANCH SECTION 7 PLAT INFORMATION & VICINITY MAP IN THE AND THE NO. 1849 TEXAS PP-006-033 mama r mycoskie r mcinnis±-associates civil enginoe ng surveying landscape archilochuo planning tbpe registration number. 1 — 2759 200 east obram orlington, texas 76010 817-469-1671 fax: 817-274-8757 www.mmatexos.com III 533 LEGEND ,lYl .YaY,.Iuex1,41 a uLYYu I'Y .'Y, I,I6.1141Y141uIIlYY, e'„"1 Y5eY IIY6 'Y11 I;.YYu, le11.IJ1:Yeu.l"uYi0lui Ii1:,14u SI I Y'1' i, 1 U. 51115 I 'I5i.IJl,I .I::" IIY :,: „Lii611 J MATCHLINE EXHIBIT "A" SHEET 2 EXISTING 10" WATER LINE WATER LINE FIRE HYDRANT GATE VALVE SERVICES NOTE ALL WATER LINES ARE 8' UNLESS OTHERWISE NOTED DATE: PROJECT , DRAWN BY CHECKED BY: SHEET NO: 10.02.13 2652-01-01 A. MCGINLEY A. CASCO 2 OF 10 HAYCO REALTY LTD VOL. 14192, PC. 644 ORTCT FUTURE PHASE PROP. 12" WL FUTURE PHASE HAYCO REALTY, LTD VOL. 14192, PC. 644 ORTCT PROP. 10" WL 1 inch = 200 ft. MARINE CREEK RANCH SECTION 7 WATER EXHIBIT "A" SHEET 1 OF 2 ..W r•-iSIAlikbauNAILAalithaillill ii1YY_wuWI lla.a..11..1551I:lI1154bhj!...,., 1.11 mini mycoskie-! mcinnis t-associates civil engineenng surveying landscape architecture planning 'bps registration number. f — 2759 200 east obram arlington, texos 78010 817-469—I671 fax: 817-274-8757 www,mmatexas.com MIS nm:Imlu nu, yin;WIJJIidihinIImINI'm1161. i oio iI,m II ma 1111.' a Id I i'1 ell 111111 —II hill ,uremmcsu1,„w:ern:w,nuowvoli m wuo 1 film ue11114R, Inn�o�,o, LEGEND LOTL BLOCK f EAGLE MOUNTAN-S40WAW ELEMENTARY SCHOOL NO: 13 AUDITION CAB. A SLIDE 1177D OPRrcr WATER LINE FIRE HYDRANT GATE VALVE SERVICES N07E ALL WATER LINES ARE 8' UNLESS OJHERINSE NOTED PROP. 12" WL FUTURE PHASE HAICO REALTY, LTD tit f4192. Al 644 DRICT \ EXISTING 12" WATER LINE CALLED 2200.7 ACRES CITY OF FORT iRMTH cc; D206054614 OPATCT CALLED nest ACRES \ dTY OF FORT NORTH WI D209019170 OPRTCT HAMO REALTY, LTD VOL 14192. PO 644 nfrcr FUTURE PHASE MATCHLUNE EXHIBIT "A" SHEET 1 DATE: PROJECT # DRAWN BY 10.02.13 2652-01-01 A. MCGINLEY CHECKED BY• A. CASCO SHEET NO: 3 OF 10 200 0 1 100 200 1 1 inch. = 200 ft. MARINE CREEK RANCH SECTION 7 WATER EXHIBIT "A" SHEET 2 OF 2 mom }a 400 1 mycoskie mcinnis- -associates civil engineering surveying landscape architecture plann9g tbpe registration number: f — 2759 200 east abrom ariington,texas 76010 817-469-1671 fax: 617-274-8757 www.mmatexas.com 1111111,1i iduuuai uol HAIhihi1nne ooiwwuu -u,l lfdudil JW'IYI,pillWWn�L.WIi,�LWiilluJLo�WWI�WLWIIWtldnluJlllli�d'uuIJJIIIWIIIJIIIIIWIIuoIIIW1uIIlY�WIeIIIIJHII111111YJIIL1I�liilil,�Iiull41uliulem4WlWl:I WWIIIIU111�mYI14i,u IIIi�u wI i :�i :4 I ilia liliN�i lol�iW�dJIWILiJIiIIIIIIIIII II I 111111 I II�II III JWl�Ii1�iIY,01411 WUJ4hAun lilu',.iOLlllllull ll IdJlllin hill SI LEGEND EXISTING 8" SANITARY SEWER LINE • SANITARY SEWER MANHOLE 200 WITH CONCRETE COLLAR 8" SANITARY SEWER SANITARY SEWER SERVICE HAYCO REALTY, LTD VOL. 14192. PG. 644 DRTCT FUTURE PHASE n m LL FUTURE PHASE HAYCO REALTY, L7D VOL. 14192, PG 644 DRTCT DATE, PROJECT #: DRAWN BY: CHECKED BY: SHEET NO: 10.02.03 2652-01-01 A. MCGINLEY A. CASCO 4 OF 10 W. IIumiiIUIIIIUIWWWnuvLWU111 ii 1IJ IIIIIYIIYiIILIIiuuum flu III111111I1Si 0 1 100 1 CASES RUN 200 1 1 inch = 200 ft. MARINE CREEK RANCH SECTION 7 WASTEWATER EXHIBIT "A-1" II,.L.IIYWYYI���IYL••-.•WWYu WY.YIYY. L°I• Noel l NILin m ma o. 400 mycoskie+mcinnis+associates civil engineering surveying landscape architecture {Naming tbps registration number. f — 2759 200 east abram crlington.texas 76010 817-469-1671 fox: 817-274-8757 www.mmotexos.com 41YWi 1 it,uilII• IIYIIIIII•IIIi••III,4 III ii•••I III 11 IlYlu l 1I1I II IIIe� ��wu':Ii 'I+ I I.uIUJIIIJYWIWIYIII�IeI�W�ul11J IIJln.IdJJIIIIIWWIW161:,WJIII�YeeJI�II�IIIIed ILJIIIIUJJI��IUII I1111111�IIJ II I J, ' IIIIIeIIIe �'ul1ll'ullulullilullJiiWlluJhInII.I,IYIiWiIIJ'IJJJd1,IJWIJ:IIIIIIJII,II1e111VII:IIeI,1:IW'aIIJIII'aIW1111I111IlIIIIIII II IIII tf TYPE R ri RAMP. TYPE R-1 \RAMP • LEGEND_ DATE: PROJECT #: DRAWN BY: • CHECKED BY SHEET NO: LI uuYJI IOIWVllllIIWlYIIIIJWIIWJIIIII' :;''1' lluuIIJIIIIIIIII,IUI oa to ro Jill IIYUIIJnIIII IIiIL4l W11;I;11111IIIIIIIIi1IIIIIIIIIIYIIIi III 1I141i1 I II!I11111 I MATCHLINE EXHIBIT "B" SHEET 2 HAYCO REALTY, LID VOL 14192. PC,. 644 DRTCT FUTURE PHASE TYPE R-1 RAMP TYPE R-1 RAMP 37' B—B PAVEMENT, 8" CONC., 60' ROW 29' 8—B PAVEMENT, 6" CONC., 50' ROW 10.02.13 2652-01-01 A. MCGINLEY A. CASCO 5 OF 10 TYPE R-1 RAMP FUTURE PHASE HAYCO REALTY. LTD VOL 14192. PC. 644 DRTCT TYPE R-1 RAMP 200 0 100 200 1 1 inch = 200 ft. MARINE CREEK RANCH SECTION 7 PAVING EXHIBIT "B" SHEET 1 OF 2 11111111111 111111111111111111111 IYII IIIII11i II ImI, 1 lull 1 1I1111:I11I III IIIIIIIIp'llllllll1I6, 11111 111111111 1 1 TYPE R-1 RAMP ER-1 /RAMP TYPE R1 RAMP mtmfa 400 mycoskie Atinnismssociates civil engineenng surveying landscape atchitecluro planning tbpe registration number. f — 2759 200 east obram arlIngton, texas 76010 617-469-1671 fox: 817-274-6757 wwv.mmotexos.com LEGEND V/�4 nm1ewanueainw,:11:u14nuv,N.AomoinmiaIiouuw1a11imommoH1onu1:maummnollini a N61101.1111111 I milliuuw 1111111111111111 nmdu a nwumoo:in tl 11111 III. nu w�wnwnouou.uua��uuonw��. EX1S77NG PA VEMEN T LOTI, acoaf 1 EAGLE AIORWTAAN—SACINAW ELEMENTARY SCHOOL N0. LT ADMION CAB. A, SLIDE 11779 ORRICE Man FUTURE PHASE HAYCO REALTY, L7D MOL 14192. PC. 644 ARICT 7 LOT SOL &OM At ATARfNE CREW RANCH CAB. A. SUOE 13097 PPRICT 22903 ACRES CITY OF FORT WORTH CC.4 00208 14 OPRTCT CALLED 20.054 ACRES CM OF FORT WORM CC/ 02090i977o 6PRTCT HAYCO REALTY, LTD N7L 14192. PO. 544 ORTCT FUTURE PHASE MATCHLINE EXHIBIT "B" SHEET 1 37' B—B PAVEMENT, 8" CONC., 60' ROW 200 0 100 200 29' B—B PAVEMENT, 6" CONC., 1 inch = 200 ft. 50' ROW DATE: 10.02.13 PROJECT #° 2652-01-01 DRAWN 8Y A. MCGINLEY CHECKED BY: A. CASCO SHEET NO: 6 OF 10 I I 1111 IN F.:I 111111111111111 MARINE CREEK" RANCH S'EC7'IDN 7 PAVING EXHIBIT "B" SHEET 2 OF 2 JPl lilllnlllhll .0 ill a iuINN loll II JI m m a 400 mycoskietmcinnis =associates civil engineering surveying landscape architecture planning tbpe registration number. 1 — 2759 200east abrom ariington. texas 76010 817-469-1671 fox: 817-274-8757 www.mmutexos.eom DI illIIno II Y L.. YUYlYIJ1J1 Y w lY p1 .o , I 14tl1Thluiuhkla n OA !ANA iluuw uY u01.1 1 u 111ub 1 .a YlJ ul u ea. Y II 1: 111111' 111111111111. 1, ill11 5'X5' WYE INLET FLUME -4'X4' SD; H MATCHLINE EXHIBIT "B®1" SHEET 2 N 2 HAYCO REALTY, L77) VOL 14192, PC. 844 DRTCT FUTURE PHASE 15' CURB INLETS r �n I ND RP t 33" R - k RCP y ' ' u b , © I , ' ' u 1 UN DRIVE _... - 5 X5 n � CAVE R -1 SDMH o) : 9 pRIVE pYERVI S IS�NU �, 41 o r. 11.4-.. m a N J s= V H ® � {.O N M'lee I f5" CURB INLET in IS 011 Illi N ro ct u IW 1111p1' uL1101111111i11111 I i 111111 II I 41 ., Par 41 _ EXISTING 15" CURB INLETS- i t,EGEND ■ 1 DATE: PROJECT #: DRAWN BY CHECKED BY: SHEET NO: b 5'X5' 473 SnMH , pE GY PRIEST a to 24" RCP n '0 a '1 6 15" CURB _ r� INLETS H . RDN) 42" RCP EXISTING 48" RCP EXISTING 9'X6' JUNCTION BOX STORM SEWER LINE STORM MANHOLE CURB INLET 10.02.13 2652-01-01 A. MCGINLEY A. CASCO 7 OF 10 Ilk 11I I 111111 muu1 IIIIIIl11111I11u1111111i1111111V11IIIY111111111111IY1111Y111111Y1111111IIIIIIY FUTURE PHASE 15' CURB HAYCO 4 92� Pc L7D INLETS 44 DRTCT 10" CURB INLETS HEADWALL 24" �-f5" RCP RCP CURB INLETS 200 0 100 200 400 nearamemimmiI 1 1 1 I 1 inch = 200 ft. MARINE CREEK RANCH. SECTION 7 STORM DRAINAGE EXHIBIT "B4--1" SHEET 1 OF 2 mom a mycoskie+mcinnis +associates etvil engineering surveying landscape architecture planning 'bps registration number. f - 2759 200 east abrom orlington, texas 76010 817-469-1671 lox: 817-274-8757 www.mmatexoe.com 1 Jue�i.m� el1uuid!dun JIIIuuuIJLIUIdI1611th ilulwill ul III,IIIdIIii10li4iil41J1kJ{11rI114111III1IIYFuauuum illunli mui mue;ilulWulumwLiluluu6 u 1 III I a 1 lintli!uwmJIII HI. ilW II 11.11. i In iuui.,uWe LEGEND Lon, BLOCK I EAGLE MOLNTAlf-SAOWAW ELEMENTARY SCHOOL Ha 13 AT mnj CAB. A SLOE 11779 OPRTCT EXISTING 48" RCP 15" CURB 24" RCP INLET 5'X5° WYE INLET FUTURE PHASE HAYCO REALTY, LTD VOL 14142 PQ 644 DRTCT 27" RCP tj I I 1 1 RCP t MANE C RANCH CM A SLOE 13097 OPR7CT EXISTING 8'X8' SOMH CALLED 22903 ACRES CITY OF FORT NORM CC/ 0206054614 OPRTCT EXISTING \ 60" RCP 42"‘- RCP 15" CURB INLET HAYL"O REALTY, LTD VOL 14192, PO 644 ORICT FUTURE PHASE HEADWALL \ \ \ MATCHLINE EXHIBIT "B-1" SHEET 1 STORM SEWER LINE ❑ STORM MANHOLE f t CURB INLET DATE: 10.02.13 PROJECT #• 2652-01-01 DRAWN BY A. MCGINLEY CHECKED BY A. CASCO SHEET NO: 8 OF 10 111111 Illli lI 111111111111111 11111 IIIIIIIuIidlllaIuui0h Jll um i III to 200 0 EXISTING 42" RCP CALLED 20.054 ACRES CITY OF FORr stw7H CC/ 0209019170 OPR1CT 100 200 I I 1 inch = 200 ft. MARINE CREEK RANCH SECTION 7 STORM DRAINAGE EXHIBIT "B-1" SHEET 2 OF 2 III m1161111 I 11111 II • mm a LIIIIF ,d. IiWlb6 u',i III 11111111 400 mycoskie+-mcinnis I associates civil engineering surveying landscape architecture planning tbpe rogIstration number: f — 2759 200 east abram orlengton.texas 76010 817-469-1671 fax: 817-274-8757 www.mmotexas.com 1111111 i11l iciia1i1,uaocwdIch lllo1lluwmulilpYulil6ud„vaumiieuuoiul,ude,oioui.li iiwiilli uunninooanuuouu,m.naiill u,lle1,11a1innnuu,nwua111ie,e,wwn,i,u,i„nlm M1euelh„nn,II!iI,IIII1III;manuu,au„1 mini lIII;!IL 11111, 1 Iwm I�.��o MATCHLINE EXHIBIT "C & C®1" SHEET 2 EXISTING STREET LIGHT (TYP) LEGEND DATE: HAYCO REALTY, LTD VOL 14192, PC, 644 DRTCT FUTURE PHASE OAb cwareg STREET NAME SIGNS X STREET LIGHTS PROJECT # DRAWN BY: CHECKED BY SHEET NO: 10.02.13 2652-01-01 A. MCGINLEY A. CASCO 9 OF 10 i4 ICI ollM1iomu up, Minh II YL III JI,uJJJ .Il uulnll 111111111 11111 1 1111111111 FUTURE PHASE HAYCO REALTY, LTD VOL 14192. PC. 644 DRTCr 1 inch = 200 ft. MARINE" CHEEK RANCH SECTION 7 STREET LIGHTS AND SIGNS EXHIBIT "C & C-1" SHEET 1 OF 2 hip sue' a a1 m,111111 u� .i�haum u RI i 111111 u,li I I nil„I mini mycoskie- mcinnis Eassociates civil engineer ng surveying landscape architecture planning tbpe regstraUna number: f — 2759 200 east abram arlington, texas 7 60 10 817-469-1671 tax: 817-274-8757 www.mmatexae.cam !lJIIIILIl1111;II'IJI!II'III!11l!Iill!i!JYlI,IllIiul,Wii,IlIIIIIIIIII!;I Ili lluidi I Ill! I i EXISTING STREET LIGHT (TYR) !!IIIIII!lW4i!!Il II!l IIJ!!,!!l llu 111!!!II!l111ldlIl1111siHAM! !!!lIU JYYIIIuwWllelll4williMhIIIIJI WWIII!lllwdJl J,udY111111lll1111!l IJI!llllul! LOTI, f#OCK I EAGLE MOUNTAIN—SAQNIAW ELEMENTARY SCHOOL NA 13 ADA710N CAB. SLOB 11779 OPRTCT ILi PRE FUTURE PHASE NAYVO REALTY, VD YOL. 14192, PC. 644 ORICT LOT MINE CREW 6a R� Ct9. A. woe TJ097 OPRTCT CALLED 22.903 ACRES arr OF FORT WORTH CC/ D206054814 C,°RTCT CALLED 20.054 ACRES WY of FART WORTH CC/ 0209019170 OPRTCT • HAY REALTY, LTD VOL 14192, PO. 644 ORTCT FUTURE PHASE MATCHLINE EXHIBIT "C & C-1" SHEET 1 LEGEND STREET NAME SIGNS DATE PROJECT # 'C STREET LIGHTS 10.02.13 2652-01-01 DRAWN BY: A. MCGINLEY CHECKED BY A. CASCO SHEET NO. 10 OF 10 II! I!! IIIIIIIIYlI I! Iu11411YiYll!!!IIle.!!!I!!!!l.y,ll11l,!!!;IIII lIl.n!! I!II I! 200 0 100 200 400 1 1 t 1 1 inch = 200 ft. MARINE CREEK RANCH SECTION 7 STREET LIGHTS AND SIGNS EXHIBIT "C & C--1" SHEET 2 OF 2 m mia i mycoskievf mcinnist-associates civil engineering surveying landscape architecture planning tbpe registration number. t — 2759 200 oat obrom orlinglon, texas 76010 817-469-1671 fox:817-274-8757 erww.mmotexas.com I III II 11111111 II m1I111 IIYYIIIi IIIYInl!IJIJIIwdm!uaa 11111 ! 1 1 11 1111111111 IIIIIIIIIVYIIIIIIIIIIIIu11l1J111a 'RJu!l'!I I '' 111111111111 eu