HomeMy WebLinkAboutContract 34202COMMUNITY FACILITIES AGREEMENT
THE STATE OF TEXAS § City Secretary rJJ)
COUNTY OF TARRANT § Contract No.k�.LbC
WHEREAS, Pulte Homes of Texas, L.P., hereinafter called "Developer", desires
to make certain improvements to Vista Meadows North, Phase I Addition, 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 Donald J. Dkystra, its duly
authorized Vice President, 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.
E. The contracts for the construction of the public infrastructure shall be
administered in conformance with paragraph 8, Section II, of the Policy.
CFA REVISED FORMAT WITH 4% VISTA MEADOWS NORTH PH 1
F
G
M
I.
J.
K.
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 Citv of Fort Worth,
its officers, servants, or employees.
Developer shall install or adjust all of the required utilities to serve the
development or to construct the improvements required herein.
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).
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).
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.
Developer agrees to provide, at its expense, all necessary rights of way
and easements across property owned by Developer required to construct
current and future improvements provided for in this agreement.
Developer agrees to construct proposed improvements as shown on the
exhibits attached hereto. The following exhibits are made a part hereof:
CFA REVISED FORMAT WITH 4% VISTI MEADOWS NORTH PH 1
Water (A) None; Sewer (A-1) None; Paving (B) attached; Storm Drain (13-
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, B1, 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 $536,400.56.
Item
Developer City Cost
Total Cost
Cost
Construction
1. Streets
$418,991.10
$
418,991.10
2. Storm Drainage
$53,509.44
$
53,509.44
3. Street Lights
$44,000.00
$
44,000.00
4. Street Name Signs
$1,000.00
$
1,000.00
IB. Engineering Design
$
-
C. Construction Engineering
$
-
and Management by DOE (4%) $
18,900.02
$
18,900.001
TOTALS $
536,400.56 $
- $
536,400.561
Notes:
1. All Preliminary Plats filed after July 2000 will require sidewalks on all streets.
The developer is responsible for installation of sidewalk and a separate financial
guarantee is required in the form of a bond or check for the cost of the 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. Future improvement cost for Ray White Road and N. Beach to be submitted with
execution of this contract.
CFA REVISED FORMAT WITH 4% VISTA MEADOWS NORTH PH 1 ICAT
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 triplicate, at Fort Worth, Texas this the��i day of(W Q�,
. 2001�
Approval Recommended:
Transportation and Public Works
Department
L�O PSI&C Itll UlIZED Robert Goode, P. E.
.__ _ ,
Director
ATTEST: City Of Fort Worth
fyl\ g-k
B _ ,/
itl ar ry' j( Marc Ott
City Secretary Assistant City Manager
as to F
Assistant
ATTEST: / DEVELOPER
Pulte Homes of Texas, L.P.
&� ; i s �rt f12rG P(iri�lQt^,
PW �,
B :,TnC,
,_ I j
4rptte Secretary Donald J. IYykstla,
Vice President
CFA REVISED FORMAT WITH 4% VISTA MEADOWS NORTH PH I
SPEC PAY APPROXIMATE
ITEM ITEM QUANTITY
STREET IMPROVEMENTS
210 1. 13,674 S.Y.
212 2
314 3.
314 4.
DESCRIPTION OF ITEMS
WITH BID PRICES WRITTEN IN
WORDS
6" Lime Stabilized Subgrade
(Includes Preparation of Subgrade),
complete in place for the sum of
UNIT AMOUNT
PRICE BID
One Dollar &
Forty-five Cents per Square Yard $ 1.45 19,827.30
198 TON Lime for Subgrade (30#/S.Y.)
complete in place for the sum of
Eighty-five Dollars &
No Cents per Ton
13,177 S.Y. 6" Reinforced Concrete Pavement
(Includes Joint Sealer and 7" STD
Attached Concrete Curb), complete
in place for the sum of
$ 85.00 16,830.00
Sixteen Dollars &
Fifty Cents per Square Yard $
5,964 S.Y. 6" Lime Stabilized Subgrade for 41'
Section along Ray White Road
(Includes Preparation of Subgrade),
complete in place for the sum of
One Dollars &
Forty-five Cents per Square Yard $
NAJOB10107221SPEC101072201.00a.doc P-2
16.50 217,420.50
1.45 8,647.80
DESCRIPTION OF ITEMS
SPEC PAY APPROXIMATE
WITH BID PRICES WRITTEN IN
UNIT AMOUNT
ITEM ITEM QUANTITY
WORDS
PRICE BID
314 5. 89.5 TON
Lime for Subgrade (30#/S.Y.)* for
49' Section along Ray White Road
complete in place for the sum of
Eiqhtv-five Dollars &
No Cents per Ton
$ 85.00 7,607.50
314 6. 5,774 S.Y.
6" Reinforced Concrete Pavement
for 41' Section along Ray White
Road (Includes Joint Sealer and 7"
STD Attached Concrete Curb),
complete in place for the sum of
Sixteen Dollars &
Fiftv Cents per Square Yard
$ 16.50 95,271.00
314 7. 22 EA.
Wheelchair Ramps, complete in
place for the sum of
Five Hundred Dollars &
No Cents per Each
$ 500.00 11,000.00
314 8. 1 L.S.
Storm Water Management
complete in place for the sum of **
Five Hundred Dollars &
No Cents per Lump Sum
$ 500.00 500.00
314 9. 37.5 L.F.
End of Road Barricade
Thirtv-five Dollars &
No Cents per Linear Foot $ 35.00 1,312.50
N:\JOB\010722\SPEC\01072201.00a.doc P-3
SPEC
PAY
ITEM
ITEM
314
10.
11.
DESCRIPTION OF ITEMS
APPROXIMATE WITH BID PRICES WRITTEN IN UNIT AMOUNT
QUANTITY WORDS PRICE BID
14,330 S.F. 4' Sidewalk along North Beach
Street and Ray White Road (both
sides)
Two Dollars &
Sixty-five Cents per Square Foot $ 2.65 37,974.50
104 S.Y. 6" Transition Pavement, complete
in place for the sum of
Twenty-five Dollars &
No Cents per Square Yard $ 25.00 2,600.00
TOTAL STREET IMPROVEMENTS --- $418,991.10
City of Fort Worth requires a minimum of 30#/S.Y. The Paving Contractor will be responsible for a lime
series test as directed by the City of Fort Worth Construction Inspection Department.
Owner shall be responsible for installation of all silt barriers, sediment traps, check dams, and seeding.
The Earthwork contractor shall be responsible for the "Construction Entrance/Exit" installation.
N:AJOB\010722\SPEC\01072201.00a.doc P-4
`JP: uVg �GJo
This contract is issued by an organization which qualities for exemption pursuant to the provisions of Article
20.04(F) of the Texas Limited Sales, Excise and Use Tax Act.
Taxes: All equipment and materials not consumed by or incorporated into the project construction, are subject
to State sales taxes under House Bill 11, enacted August 15, 1991.
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 ail 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 Streets, 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. The attached
deposit check in the amount of five percent (5%) (Bid Bond) is to become the property of the Developer, or the
attached Bidder's Bond is to be forfeited in the event the contract and bond are not executed within the time
set forth as liquidated damages for delay and additional work caused thereby.
Address: P. O. Box 24442
Fort Worth, TX 76124
(S E A L) If Bidder is Corporation
Date
Receipt is acknowledged of the following addenda:
' Addendum No. 1
Addendum No. 2
Addendum No. 3
N:1JOB1o107221SPEC101072201.00a.doc P-5
DESCRIPTION OF ITEMS
SPEC PAY APPROXIMATE WITH BID PRICES WRITTEN IN
ITEM ITEM QUANTITY WORDS
SECTION C - STORM DRAIN SYSTEM
440 1. 524 L.F. 24" Class III R.C. Pipe, Including
Trench Excavation and Backfill,
Complete in place for the sum of
440 2. 32 L.F.
444 3. 6 Ea
444 4. 2 Ea.
Forty-two Dollars &
No Cents per Linear Foot $
21" Class III R.C. Pipe, Including
Trench Excavation and Backfill,
Complete in place for the sum of
UNIT AMOUNT
PRICE BID
42.00 22,008.00
Thirtv-five Dollars &
No Cents per Linear Foot $ 35.00 1,120.00
10' Standard Curb Inlet, complete in
place for the sum of
Two Thousand
Four Hundred Dollars &
No Cents per Each $ 2,400.00 14,400.00
15' Standard Curb Inlet, complete in
place for the sum of
Two Thousand
Eight Hundred Ninety-five Dollars &
No Cents per Each $ 2,895.00 5,790.00
N:\JOB\010722\SPEC\01072201.00b.doc P -7
DESCRIPTION OF ITEMS
SPEC PAY APPROXIMATE WITH BID PRICES WRITTEN IN UNIT AMOUNT
ITEM ITEM QUANTITY WORDS PRICE BID
444 5. 2 Ea. Standard 4' Square Manhole,
complete in place for the sum of
Three Hundred
Four Hundred Fortv-one Dollars &
No Cents per Each $ 3,441.00 6,882.00
6. 1 L.S. Adjust Exist Drain Manhole along
Ray White Road
Three Hundred Sixtv-one Dollars &
Twenty-eight Cents per Lump Sum $ 361.28 361.28
525 7. 556 L.F. Trench Safety
One Dollars &
Eleven Cents per Linear Foot $ 1.11 617.16
S.P. 8. 1 L.S. Storm Water Management
(Maintenance of Construction
Entrance/Exit and Silt Barriers and
Installation of Stage One and Stage
Two Inlet Protectors)*
Two Thousand
Three Hundred Thirtv-one Dollars &
No Cents per Lump Sum $ 2,331.00 2,331.00
SECTION C - - - STORM DRAIN SYSTEM + $53,509.44
* See Item D-43 of the Special Conditions
NAJOB\01 0722\SPEC\01 072201.00b.doc P -8 MKI711 ,.1
o ,.
Section A- Water.................................................................... $137,775.18
Section B - Sanitary Sewer .................................................... $141,715.38
Section C - Storm Drain........................................................... $53,509.44
TOTAL $333,000.00
NAJOB10107221SPEC101072201.00b.doc P -9
PART B - PROPOSAL (cant.)
Within ten (10) days after acceptance of this Proposal, the undersigned will execute the formal contract
and will deliver an approved Surety Bond and such other bonds as required by the Contract
Documents, for the faithful performance of the Contract. The attached bid security in the amount of
5% is to become the property of Pulte Homes of Texas, L.P., in the event the contract and bond or
bonds are not executed and delivered within the time above set forth, as liquidated damages for delay
and additional work caused thereby.
The undersigned bidder certifies that he has been furnished at least one set of the General Contract
Documents and General Specifications for Water Department Projects dated January 1, 1978, and that
he has read and thoroughly understands all the requirements and conditions of those General
Documents and these specific Contract Documents and appurtenant plans.
The undersigned assures that its employees and applicants for employment and those of any labor
organization, subcontractors or employment agency in either furnishing or referring employee
applicants to the undersigned are not discriminated against as prohibited by the terms of City
Ordinance No. 7278 as amended by City Ordinance No. 7400.
The Bidder agrees to begin construction within ,30 calendar days after issue of the work order by the
Owner, and to complete the contract within 11 working days after beginning construction as set forth
in the written work order to be furnished by the Owner.
(Complete A or B below, as applicable:)
[ ] A. The principal place of business of our company is in the State of -LX
[ ] Nonresident bidders in the State of , our principal place of business are
required to be „ percent lower than resident bidders by state law. A copy of the
statute is attached.
[ ] Nonresident bidders in the State of , our principal place of business, are
not required to underbid resident bidders.
[ x] B. The principal place of business of our company or our parent company or majority
owner is in the State of Texas.
N:UOB%0107221SPEC101072201.00b.doc P -10
Receipt is acknowledged of the following addenda:
Addendum No. 1
Addendum No. 2
Addendum -No. 3
(SEAL)
If Bidder is Corporation.
4
I `
N:1JOB10107221SPEC\01072201.00b.doc
BY:
TITLE:
Respectfully submitted,
Llano Utili Services. Inc.
U�
ADDRESS: 3501 FM 2181. Suite 245
Corinth: TX 76205
P-11FYI
F
III. STREET LIGHTS:
1. 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
9
EA
$
2,000
9
EA
$
2,000
2
EA
$
2,000
0
EA
$
2,000
0
EA
$
2,500
0
EA
$
2,500
0 EA $ 1,500
Subtotal
City's Cost
Developer's Subtotal
10% Contingencies
Project Total
Adjacent Developer's Cost
Developer's Cost
2% Inspection Fee
DEVELOPER'S COST: $44,000.00
VISTA MEADOWS NORTH, PHASE I
August 27, 2003
Fort Worth, Texas
PAGE 1 OF Exhibit C
TOTAL COST
$18,000.00
$18,000.00
$4,000.00
$0,000.00
$0,000.00
$0,000.00
$0,000.00
$40,000.00
$00,000.00
$40,000.00
$4,000.00
$44,000.00
$0,000.00
$44,000.00
$0,00.00
September 11, 2003
2. 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 Developer's shall pay the amount shown below to the City of Fort
Worth at the time after execution of the Communities Facilities
Agreement.
4. Streetlights on arterial streets shall be installed with underground
conduit and conductors.
5. The Developer agrees to dedicate all easements required for the
installation and maintenance of the street lights and to provide for
the installation of any electrical transformers required for the
proper operation of the street lights
6. A 3-inch schedule 80 PVC conduit is required when crossing streets•
at a depth not less than 30 inches, unless indicated otherwise on
the plans concrete pull boxes shall be provided at the crossing
points.
7. The developer or their contractor shall contact City's street light
division 48 hours prior to starting any installation of conduit
and/or streetlights at (817) 871-8100 to insure proper inspection of
work.
DEVELOPER'S COST: $44,000.00
VISTA MEADOWS NORTH, PHASE I
FORT WORTH, TEXAS
August 27, 2003
Page 2 of Exhibit C
STREET LIGHTS
INTERSECTIONS
RAY WHITE RD
&
STING RAY DR 1
RAY WHITE RD
&
N. BEACH ST 1
N. BEACH ST
&
SHELDON TRL 1
SHELDON TRL
&
JAYBIRD DR 1
N. BEACH ST
&
JAYLIN ST 1
STING RAY DR
&
BUTTERFLY WAY 1
DRAGONFLY LN
&
TADPOLE DR 1
JAYBIRD DR
&
JAYLIN ST 1
JAYBIRD DR
&
DRAGONFLY LN 1
MID- BLOCK
RAY WHITE RD 4
DRAGONFLY LN 2
BUTTERFLY WAY 1
JAYBIRD DR 2
CHANGE OF DIRECTIONS
BUTTERFLY WAY 2
TWENTY D-25-6 POLES
VISTA MEADOWS NORTH, PHASE I
Page 3 of Exhibit C
IV
STREET NAME SIGNS
1. The Developer 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.
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:
Jaybird Drive and Sheldon Trail
Jaybird Drive and Jaylin Street
Jaybird Drive and Dragonfly Lane
Jaybird Drive and Butterfly Way
North Beach Street and Sheldon Trail
North Beach Street and Jaylin Street
Tadpole Drive and Dragonfly Lane
Tadpole Drive and Butterfly Way
Sting Ray Drive and Butterfly Way
Sting Ray Drive and Ray White Road
Vista Meadows North
Phase I
Fort Worth, Texas Date:August 28, 2003
IV-1
! BLUE
MOUND RI). E J Q
11 x
m=ORT WORT
FORT WORTH
00
z
w
� w
FORT WORTHZ
o
►-
a
j m
xo
J�I
z
w
o
x
a
Q—
KfillLLER HICKS
z
U
KELLER HICKS
�I
2 0001 M
a�
FORT WORTH ' ❑O7
GOLDEN I i n FM 17
FORT
GOLDEN TRIANGLE J3L.VD.FM 170 z��_
PROJECT FORT WORTH _o
�
�I
LOCATION
='u
:I I RAY WHITE
�D
HERITAGE _ \\
H
TRACE
PKWY
KISD
zo -ORT WORTµ
z I
z
w,
91 of
J
3I Q"
M
xI
`7
a
x
U
Q
w
m
x
ER
x -2 I WALL
NORTH TARRANT�2 —J PRICE
W
PARKWAY �� � �
Al ^--
3
NOT TO SCALE
LOCATION MAP
VISTA MEADOWS NORTH
PHASE I
r
CARTER & BURGESS, INC.
777 MAIN SUM
FONT WORM, TX 76102
(817( 795-6000
PROJECT NO. 010722.010. 1.0001
aecr I nr 9
t
w
N
1 2 3 4
YYY S D (D SCALEl i" = 200'
•''� '• ' LEGEND
/ 16
Is f5 � PROP. 29' 8/B
ROADWAY/ 50' ROW
14
/4
13 ! 13 PROP. 41' B/B
ROADWAY/70' ROW
Lv=
12 12
PROP. 4' SIDEWALK •••••••••••••••••••
o r/: 10
--- ✓ LIMITS OF PROJECT — — — —
-6 STREETS
5 i EXHIBIT 'B'
4 VISTA MEADOWS NORTH
3 � 3
PHASE I
}�— 2 I
I I
s ,ET j
1 2
14 30 29 28 71 26 25 24 23 22 21 20 19 18 17 16
!8
3 0.i D G Y
12
x /6
11 30 29 18 17 26 25 24 23 Z1 21 10 19 18 17 16 IS
1 2 3 4 5 6 7 8 9 /0 11 11 /3 14 15 !, 14
O
9 13
% • :• `i B 'ANY
O6 5 4 3 2 (3� Q ` 1 1 3 4 5 9 6 7 8 YEO
CITY PARTICIPATION
(PREVIOUS ESCROW)
I •
O I
Cater Burgess
CARTER & BURGESS, INC.
7" MHN SIPHI
FORT WORTH, A 76102
(HI7173id000
PROJECT NO. 010T22.010. 1.0001
PAGE 4 OF
/ 71717 5 1...
N
�S LDNDI .SCALEo 1" = 2001
LEGEND
16 16
U;�GU ZN PROP. STORM DRAIN LINE
15 'S 0� 5 PROP. INLET T
/4 /4 \'i5�_ .Q PROP. MANHOLE —[
13 1.3 PROP. HEADWALL
12 1 1
EXIST. STORM DRAIN LINE
q /1 LIMITS OF PROJECT — — —
lo ,o
I 6 STORM D RAI N
w 5 -�- EXHIBIT 'B-1'
4 4 VISTA MEADOWS NORTH
PHASE I
1 �
I
1 �
S15
II , /9,
,4\ A N - /4 ti 30 29728 27 26 (7: 24 23 22 2/ 20 l9 l8 17 /6
18
/6
11 t , 4't 30 29 26 27 26 25 24 23 zz 21 20 19 /8 /7 16 IE., 15
/0 21"21"
/4
24" `La / 2 3 4 5 6 7 8 9 /0 // /2 13 14 15
g
012
B�RFT,Y �►AY i
O---2 , a2 3 4 5 6 7 8 9 /
YELZ
RAY WMM ROAD
tS
jCartw
.
CARTER & BURGES4, INC.
777 MAR! SMM '
FORT WORTH, iX 76104
(817) 735-6000
PROJECT NO. 010722.010.1.0001
. .. _ o•rr c nr c
H
col
�i
x
z
1 1 3 4 5
Nlulu
o�
SCALE1 1" = 200'
oj& I� LEGEND
10 !6
1111 SET> ��'1.� PROP. SINGLE STREET LIGHT
1z �O` w iV
IS I S x- 4 EXIST. SINGLE STREET LIGHT
14 /4 �. Q-r�.C;• (ON STEEL POLE WITH STREET
AND STOP SIGNS ATTACHED)
13 /3
PROP. STREET SIGN
12 12 EXIST. STREET SIGN
11 p 11 LIMITS OF PROJECT —
10 • /o
1 I
10 8 a \J
�I
16 1 1 6 i STREET LIGHTS
i-1-1 EXHIBIT 'C'
• 4 VISTA MEADOWS NORTH
4
3 PHASE I
2
I I ,
U
l
15
✓ /9
14 30 29 28 27 26 O 24 23 22 21 20 19 l8 17 l6
13 Q D Y — !8
-^71 • • • 17
f2 �I — _ — — • a 16
30 29 28 27 26 25 24 23 22 2/ 20 19 18 17 16 IH /S
ti
/4
(0
7 e 9 10 11 12 13 14 15
/3
BUTT*RFI2Y �+✓AY
8 • — . . • 12
O/ 6 5 4 3 2 / (7,1 2 3 4[.5 6 7 8 9 10 O I
_ A _
RAY WHITE ROAD
Carter Burgess
CARTER & BURGESS, INC.
777 AWN STREET
FORT WORM, TX 76102
1817) 7356000
PROJECT NO. 010T22.010. 1.0001
DAf_`C a nr