Loading...
HomeMy WebLinkAboutContract 34487 COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. bll WHEREAS, Parliment Ventures, LTD, hereinafter called "Developer", desires to make certain improvements to The Bluffs Phase II, 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: For and in consideration of the covenants and conditions contained herein, the City and the Developer 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, Secti r o Policy. > ,- ^\ Q�`n The Bluffs Phase 2- 02 16 06 1 � F. The Developer further covenants and agrees to, and by these presents does hereby, fully indemnify, hold harmless and defend the City, its officers, agents and employees from all suits, actions or claims of any character, whether real or asserted, brought for or on account of any injuries or damages sustained by any persons (including death) or to any property, resulting from or in connection with the construction, design, performance or completion of any work to be performed by said Developer, his contractors, subcontractors, officers, agents or employees, or in consequence of any failure to properly safeguard the work, or on account of any act, intentional or otherwise, neglect or misconduct of said DEVELOPER, his contractors, sub-contractors, officers, agents or employees, whether or not such 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. G. Developer shall install or adjust all of the required utilities to serve the development or to construct the improvements required herein. H. In the event that City participation exceeds $25,000, Developer agrees that no street construction or storm drainage will begin prior to City Council approval of this Community Facilities Agreement. (Article 104.100, Ordinance 7234). I. Developer agrees that no lot shall be occupied under a certificate of occupancy until the improvements required herein have been constructed(Article 104.100, Ordinance 7234). J. Developer hereby releases and agrees to indemnify and hold the City harmless for any inadequacies in the preliminary plans, specifications and cost estimates supplied by the Developer for this contract. K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer required to construct current and future improvements provided for in this agreement. The Bluffs Phase 2- 02 16 06 2 construct current and future improvements provided for in this agreement. M. Developer agrees to construct proposed improvements as shown on the exhibits attached hereto. The following exhibits are made a part hereof. Water (A)None; Sewer (A-1) None; Paving (B)Attached Storm Drain (B-1) Attached; Street Lights and Signs (C) Attached. N. 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. 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 $422,788.21. (OHICIIJIU HMO 3 CM, NCHRAUY SUMMARY OF COST The Bluffs Phase 2 Item Developer City Cost Total Cost Cost A. Construction $ - 1. Streets $305,297.30 305,297.30 2. Storm Drainage $81,902.90 81,902.90 3. Street Lights $19,800.00 19,800.00 4. Street Name Signs $300.00 300.00 B. Engineering Design $ C. Construction Engineering and Management by DOE $ $ 4% 15,488.01 15,488.01 TOTALS 422,788.21 $ - 422,788.21 Notes: 1. All Preliminary Plats filed after July 2000 will require sidewalks on all streets. 2. Developer's column for Item C represents four percent (4%) cost for construction inspection fees. The City will pay additional inspection fee over 4%. 3. City not preparing plans and specifications. 4. Developer's column for Item D represents two percent (2%) of paving and storm drain costs for materials testing. 5. Paid $16,162.53 for future improvements for Cooks Lane. i�Y:.;,1,jp. jU n 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 affixeddsaid veloper 0has executed this instrument in triplicate,at Fort Worth,Texas- said of 200 Approval Recommended: Transportation and Public Works Department Robert Goode,P. E. Director REQUIRE jity'lFortWplh NO M&C Q y2� Marc Ott Assistant City Manager ATTEST,' 1�1 Hendrix City Secretary Approe �Ls to Fo A ant 'ty orne PARLIAMENT VENTURES, LTD. ATTEST: DEVELOPER Wkw By:PARU PA>wr c-tpuP,i me, &P Corporate Secretary . �Vl, I ' J61�07 Print Name: (Z W�I.tS,tll Title: U I Ct DC nT The Bluffs Phase 2- 02 16 06 5 RECEIVED Cooks Lane Assessment The Bluffs Phase 1 Probable Costs $59,544.77 The Bluffs Phase 2 Probable Costs $202,402.50 Total $261,947.27 The Bluffs Frontage on Cooks Lane 1730 LF Developer's responsibilty for Cooks Lane 500 LF based on City of Fort Worth Calculations 28.90% $75,707.30 percent impact to Cooks Ln.from The Bluffs Subdivision based on City of Fort Worth Calculations $59,544.77 paid to the City by the Developer during The Bluffs Phase 1 $16,162.53 Developer's responsibility for The Bluffs Phase 2 fo Cc�•l sf. + 5W /L�JC Sv*f lo-c.+ Pr.0v1 OLA- -P a , LA--Pa , rvt�6 FiOyvq -fes. A t 5D oj o_ cool o +L't �y -rbw- 5d4 P'oi bD47 7 Y IIIIIILJ. LV VV L. L V I i,I V I I I JJ V ITV III V. VLVJ 1. L PART B—PROPOSAL DEVELOPER AWARDED CONTRACTS This proposal must not be removed from this book of Contract Documents. TO: Parliament Ventures,Ltd. 1 PROPOSAL FOR: The Bluffs,Phase U FILE NO.; W-1769 "X"NO.; X-17943 Includes the furnishing of all materials, except materials specified to be furnished by the City,equipment and labor for the installation of Street improvements and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: The Bluffs,Phase 11 ` Pursuant to the foregoing'Notice to Bidders', the undersigned Bidder, having thoroughly examined the Contract Documents, including plans, special contract documents, the General Contract Documents and General Specifications for Nater Department Projects, the General Contract Documents and General specifications for Transportation and Public works Projects,the site of the project and understanding the amount of work to be done, and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment and material except as specified to be furnished by the City, which is necessary to fully complete the work as provided in the Plans and Contract Documents and subject to the inspection and approval of the Director of the Department Iof Engineering of the City of Fort Worth, Texas; and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the work within the time stated and for the following sums: N:VQ91013134\spec1013134.020paving.doc B-1 Updated 0511-6/2005 IVIRR. LJ. LUUU L . LUFIPI U I I 1 JJ U I'tU it V. ULUJ 1 • J UNIT L PAVING IMPROWENTS ITEM APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL NO. QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT 1. 10,834 S.y. 6"Reinforced Concrete Pavement with 7" curb, ' Per Square Yard: IlKeqW Two Dollars& Fifty Cents $22,50 $243,765.00 f2. 11,154 S.Y. 6'Lime Stabilized Subgrade(Includes Prepamdon of subgrade), ' Per Square Yard; Two Dollars& ' Forty Five Cents $2.45 $27,327.30 3. 167 Tons Lime for subgrade(30lbs1SY), Per Ton: One Hundred Five Dollars& No _ Cents $105.00 $17,535.00 4. .8 Ea. ADA Sidewalk Ramps, Per Each: ' hit-Hundred Dollars& No Cents $800.00 $6,400.00 5. 2 Ea. End of Road Barricade, Per Each: One Thousaed Three Hundred Six Dollars& No Cents $1,360.00 $2,720.00 �a Remove Exist End of Road Barricade, 6. 2 + ' Per b'wm-F"t: 1441 Three Hundred Dollars& No Cents $300.00 $600.00 7. 1 L.S. Storm Water Management and Maintenance Per Lump Sum: One Thousand Six Hundred Fifty Dollars& No Cents $1,650.00 $1,650.00 N:voe%013134tspeci013J34.020paving.doe a-2 updated 05/16/2005 IYi 1111, L.). LVVV DCVI ITI VI ! tJJ Vi-TV e L-S_ Payment&Performance Bonds Including 2"d year Maintenance. ' Per Lump Sum: five Thousand Three HundreA Dollars& ' No Cents $5,300.00 $5,300.00 ' TOTAL AMOUNT BID PAVING $ 305297.30 I - I 1 e N;W08%0131341spec1013134.020paving.doc H-3 Updated 05/1612005 IYIMR. LJ. LVVU L . LUI IVI V I r IJJ VI'IV VCVd ' PART B-PROPOSAL Cont. 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, if required is to become the property of the Developer. The undersigned bidder certified that he has obtained 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 the specific Contract Documents and appurtenant plans. The successful bidder shall be required to perform the work in accord with the following publications,both of which are incorporated herein and made a part hereof for all purposes: 1, The General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, which may be purchased from the Water Department. 2. The Standard Specifications for Street and Storm Drain Construction which may be purchased from the Department of Transportation&Public Works. ` The undersigned as that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee I 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 10 calendar days after issue of the work order, and to complete the contract within 25 working days after beginning constriction as set forth in the written work order to be furnished by the Owner, I (Complete A or B below,as applicable:) A, The principal place of business of our company is in the State of Nonresident bidders in the State of ,our principal. place of business,are required do be percent lower than resident bidders by state law. A copy of the statute is attached. INon resident bidders in the State of ,our principal place of business,are not required to underbid resident bidders. ! B.The principal place of business of our company or our parent company or majority owner is in the State of Texas. 1 N: JM01313tpec1013134.020pavin9.doc B4 Updated 05/162005 I(we)acknowledge receipt of the following addenda to the plans and specifications,-all of the provisions and requirements of which have been taken into consideration on preparation of the foregoing bid: Addendum No. 1 (Initials) dant, Addendum,No. 3 (Initials) Addendum No. 2(Initials) Addendum,No.4(Initials)' Respectfully submitted, - Br►+�► Nle Title Address 45Z Tee 7, 'Telephone, C97Z)3 (Seal) Date: I N:W081Q131341spec1o13134.020paving.doc B-S Updatedo5M6/2005 UNIT III: STORM DRAIN ITEM APPROX. DESCRIPTION OF ITEMS-WITH-BID UNIT TOTAL NO. QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place,the following items) ITEM APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL NO. QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT 1. 153 L.F. 33" Class IV R.C.Pipe Including Trench Excavation and Backfill, Per Linear Foot: Ninety Four Dollars & No Cents $94.00 $14,382.00 2. 82 L.F. 24" Class III R.C. Pipe Including Trench Excavation and Backfill, Per Linear Foot: Fifty Three Dollars& No Cents $53.00 $4,346.00 3. 720 L.F. 24"Class IV R.C. Pipe Including Trench Excavation and Backfill, Per Linear Foot: Fifty Six Dollars & No Cents $56.00 $40,320.00 4. 34 L.F. 21"Class IV R.C. Pipe Including Trench Excavation and Backfill, Per Linear Foot: Fift Three Dollars& No Cents $53.00 $1,802.00 5. 3 Ea. 10'Standard Curb Inlet, Per Each: Two Thousand Four Hundred Twenty Five - Dollars& No Cents $2,425.00 $7,275.00 6. 1 Ea. 4' Square Manhole, Per Each: Six Thousand Nine Hundred Fifty Dollars& No Cents $6,950. 70 M mc- CITY _ .. ITEM APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL NO. QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT 7. 1 Ea. 33"Type B Headwall, Includes Grade to Drain, Per Each One Thousand One Hundred Fifty Dollars& No Cents $1,150.00 $1,150.00 8. 989 L.F. Trench Safety, Per Linear Foot: No Dollars& Ten Cents $0.10 $98.90 9. 48 S.Y. Rock Rubble Rip Rap "Facing"Class, Per Square Yard: Forty Eight Dollars& No Cents $48.00 $2,304.00 10. 1 EA. 15' Standard Curb Inlet, Per Each: Three Thousand Three Hundred Fifty Dollars& No Cents $3,275.00 $3,275.00 TOTAL AMOUNT BID STORM DRAIN $ 81,902.90 TOTAL AMOUNT BID WATER $ 149,693.30 TOTAL AMOUNT BID SEWER $ 139,506.30 TOTAL AMOUNT BID STORM DRAIN 81,902.90 TWO YEAR 100% BOND $ 7,816.50 GRAND TOTAL AMOUNT BID $ 378,919.00 PART B - PROPOSAL (Cont.) 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, if required is to become the property of the Developer. The undersigned bidder certified that he has obtained 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 the specific Contract Documents and appurtenant plans. The successful bidder shall be required to perform the work in accord with the following publications, both of which are incorporated herein and made a part hereof for all purposes: 1. The General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978,which may be purchased from the Water Department. 2. The Standard Specifications for Street and Storm Drain Construction which may be purchased from the Department of Transportation & Public Works. 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. 727$ as amended by City Ordinance No. 7400. The Bidder agrees to begin construction within 10 working days after issue of the work order, and to complete the contract within 24 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, GLS 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. Non resident bidders in the State of , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. I (we) acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration on preparation of the foregoing bid: Addendum No. 1 (Initials) Addendum No. 3 (Initials) Addendum No. 2 (Initials) Addendum No. 4 (Initials) Respectfully submitted, 7 By: Title Address 03 6 2 TV Telephone:97 — � (Seal) Date: O I . STREET LIGHT COST ESTIMATE QUANTITY UNIT COST TOTAL COST INTERSECTIONS 2 EA $ 2, 000 $4, 000. 00 MID-BLOCK RESIDENTIAL 4 EA $ 2, 000 $8, 000. 00 CHANGE OF DIRECTION RESIDENTIAL 3 EA $ 2, 000 $6, 000. 00 MID-BLOCK COLLECTOR 0 EA $ 2, 000 $0, 000. 00 MID-BLOCK ARTERIAL PARKWAY 0 EA $ 2, 500 $0, 000. 00 MID-BLOCK ARTERIAL MEDIAN 0 EA $ 2, 500 $0, 000. 00 RELOCATE EXISTING LIGHT 0 EA $ 11500 $0, 000. 00 Subtotal $18,000.00 City's Cost $00,000.00 Developer' s Subtotal $18,000.00 10% Contingency $1,800.00 Project Total $19,800.00 Adjacent Developer's Cost $00,000.00 Developer' s Cost $19,800.00 2% Inspection Fee $00,000.00 CFA CODE #2005157 DEVELOPER' S COST: $19,800.00 THE BLUFFS, PHASE II December 3, 2005 Fort Worth, Texas December 5, 2005 PAGE I OF Exhibit C II. STREET LIGHTS WORK DESCRIPTION: 1. The Developer shall provide for the installation of streetlights at the approximate locations shown in Exhibit "C", immediately after final acceptance of the street construction, in accordance with engineering plans and specifications approved by the Transportation and Public Works Department. 2. Streetlights on residential and /or collector streets can be installed using overhead or underground conductors with the approval of the Director of Transportation and Public Works . 3. The City will install all the streetlights that use overhead or underground conductors on residential, and collector streets. The developer agrees to pay the city the amount shown below prior to the City starting its design efforts. 4 . Streetlights on arterial streets shall be installed with underground conduit and conductors. S. The Developer agrees to dedicate all easements required for the installation and maintenance of the street lights and to provide for the installation of any electrical transformers required for the proper operation of the street lights 6. The estimated cost of this street light installation is detailed on page 1 of exhibit C and is summarized below, the street lights will remain the property of, and will be maintained by the City of Fort Worth. DEVELOPER' S COST: $19,800.00 THE BLUFFS, PHASE II December 3, 2005 FORT WORTH, TEXAS CFA CODE #2005157 Page II of Exhibit C III "STREETLIGHTS" INTERSECTIONS BLUFF RIDGE DR & MERRY VIEW IN 1 BLUFF RIDGE DR & GARDENDALE DR 1 MID BLOCK BLUFF RIDGE DR 2 GARDENDALE DR 1 MERRY VIEW IN 1 CHANGE OF DIRECTIONS GARDENDALE DR 1 MERRY VIEW IN 2 THE BLUFFS, PHASE II Page III of Exhibit C IV STREET NAME SIGNS 1. The City of Fort Worth will install the street name signs upon final approval of the street construction. The street name signs will remain the property of, and will be maintained by, the City of Fort Worth. 2. The Developer will pay for the street name sign installations required for this development to the extent of $100.00 per intersection. This unit cost will be revised annually by the Department of Transportation and Public Works to reflect prevailing costs of materials and labor. 3. This development creates the following three (3) intersections at a cost to the Developer of$300.00: Bluff Ridge Dr & Gardendale Dr Bluff Ridge Dr & Merry View Lane Merry View Lane & Gardendale Dr The Bluffs, Phase II CFA code: 2005157 November 30, 2005 w <[ o VANEVANESSA o a w w Li YDLAFIDO LijYOLANDA 8R LU MADEIRA y MOVT a MADEIRA ¢ < Q 1 ERREy / n = J MEADOW BROOK U I J NOR1.IAND - — - 10 5; 1 Sandy wII MARTH lane c1 - I i I Y cottonwood — — Park — _ az" SHE1 DN /LI" 89 MEADOWBROOKi Q � o ACAPULCO W w � _ BERMEJO r a = CASTILLO CAST NADA i Z PORTMAN m Uj CE W w 'o MEADOWCRES WODDFIELD U aa N VAN NATTA KINGSMIL a / 3 BEATY Z X > a BECKWOOD LISA I m o m N MEADOW ANDYWOOD o o `Q�� ¢ J KELL Z, u I o KELL i N ' I o a CRAIG n PROJECT' ; �' 3 ROUTT ~ ' LOCATIONW _ °° _ole NOSILL ;I= r✓ Rose Hill Burial 4 DIV I S I ON J Park Q I FFtELp RUTH 'u�Ri SNE Ld o J \ .IEDGEWOOD - - P�Or�F . . / VILLAGE III 1 Handley Cem Shady valley / 10° Country Club 1 6,1 I NOT TO SCALE � � I LOCATION MAP THE BLUFFS PHASE II Carfe! Burgess CARTER & BURGESS,INC. 777 AWN STREET FORT WORTH,TX 76102 (8171735-6000 _ PROJECT NO. 013134.020. 1.0390 DGN=qe\job\ 013134\civ\ 13421cfo.dgn PAGE I OF 6 q cy W1-- ,s' = CY z ~ O r u p z W Q W m mo < � z C,3-j F- Ln m _m _ 0 0 W �Q FN- _ cc; U 0 T/1 J 04 rT , �' F- OLn r17 3: c� p � �- CO a F— c!) W �' mom OZQ z L'- X 0 _ W CJ) a N L,3 LL' U ~ Q _ Q < Na � � 0- w CD w F- 4 _ Z N� � O fr = >- W m L)N W F— O > Q V _j 0.6 0 o m F— Z r-; I z N� O >- I — W L NN � = ¢ x W N F-- _ — �QY O ¢ O UU P 3 0 ULCDLl w x2 m F- 0 a-z m ~~ do H O Q O O Z Z Z J ¢ 3 S — o O O O O O r 3 L�O Z Om¢ ¢ LL w a 2J 0 a w:c J Z V) N N N 0 O U ZV) J ¢ ZUO Q W W N N V) r OW Z <V V V W W W Z S 22 O �ZV) 2 CL V G7 V W H —O V) 2 N O W T m m m m m r 3 UW 7 2 OWQ 2 a)) A Z O Z> r U U= S K a a as Q r W ¢r V) W W m m 2 ¢ m2 > .t0 W W W — Z "W m 2r < ¢ 2 CL 2 m ¢ �< Z Ln <W- U U ¢ ¢ ¢ ¢ — < W t� N O U U U a J :2 < W o a CJS x ox ¢ zoz w 0 0 0 z ~a¢ -j �x Jaz o 0 a s w w w ¢ - w m U o- m a a a 0 ZO < W- > v¢ ¢ ¢ m a z¢ Ji-- 0+ + N r r ¢ ¢ ¢ w 4 ao W^O a a W ¢ Jt� < ¢ m m a Z ¢O V) JW 0 U U < < < O W QO 3V)Z U U U J r F-S W WH M< 2 S NW Or r O— r r S S S Y W <Z W ow —OCA 3 3 r r r -j Z WO ZN 3¢ <<ZOm . 3 3 3 W Z C r Q Q O O O ¢ J 1NH Y-W << 000 JW 2 CL CL W S N JG7 V) JZW 2 2 W VO Qm W <—m Z V7 O O Z Z Z W H Zm WO a0 > ¢ N< NM Z C7<t� w WJ NV7 S 2 Q r ¢ = - V) _ O� ZSO a0 ¢Worm _ 1 - - - PVF _ N i ; .� �3 I -�� •• SCALEr 1" = 200' I i > 1- � I14 r3 ' I 1 5 •� ,•�\-I- -I r ,2 /� r r, 1 12 • �� �, 7 �'•� 32 J I JO 33 13 /V' , 7 27 34 0 4 22r •\ \ 35J 5 3 39 12 ♦� z � ./ �I it � / \ rs 21 10 .]' 20 16 X 17 r-41 l9 � ♦ IB 6 ' 2 G 7 , rn ` ♦ 4 5 2 IS • `♦ 3 1 14 , /• 3 /• /• ••� `` 6 l7 , ` s o ♦ / . •\ I � 9 4# LEGEND PROP. 29' B/B STREETS ROADWAY/50' Row EXHIBIT 'B' PROP. 41' B/B THE BLUFFS ROADWAY/60' Row PHASE II PROP. 4' S I DEWALK . . . . . . . . . . . . • • • • ( BY HOMEBU I LDER) Carter x Burgess PROP. 4' S I DEWALK ( BY DEVELOPER) CARTER & BURGESS,INC. 777 MAN STREET FORT WORTH,TX 76101 LIMITS OF PROJECT - - - - - - - - - (817)73&-60W PROJECT NO. 013134.020. 1.0390 DGN=gt\Job\ 013134\civ\ 13421cfo.dgn PAGE 4 OF 6 i "�� i ;PT..4TFaTJ IjRTVF r. SCALE, 1" = 200' y / 16 n % I to 1 i rz /0 !' •• • a / / / 7 32 it J0 � 79 1 ` 6 n n 7 ♦• ,T 1 J ° J1 u J J 36 'J rZ 414 s z 4Y• !s zr 7 IC l6 p Z ,•� 9 ` 17 ® 9 !a ra i r Z f • IT 6 � ! •� J 16 Z IIJ ♦ 1 � IJ O _ ° �• � IJ ® J /6 /Z 7 It / a r0 a / LEGEND PROP. 29' e/e STREETS ROADWAY/50' ROW EXHIBIT '131 f PROP. 41' B/B THE BLUFFS € i ROADWAY/60' ROW PHASE II RECEIVE [, PROP. 4' S I DEWALK ( BY HOMEBU I LD ER) ;; Carter;i B urgem PROP. 4' S I DEWALK ( BY DEVELOPER) CARTER & BURGESS,INC. m MAN mgr FWW-O 02 M,TX 761 LIMITS OF PROJECT PROJECT N0. 01313 .020.1.0390 OGN=fl.\Job\ 013134\c1v\ 13421cfc.dgn PAGE 4 OF 6 I � - - - - - - - - - I � - N -- - - SCALEr 1" = 200' I . I 16 / 15 I i 13 , • 10 .1 •/ ,. , , \ • 9 10 \7 32 31 0 29 23 _ 34 \ 22 ' 35 t l314 12 \ \ 7 ` •\ 1 /" to / 21I 17 f24I �Q ' • •\ �/ ' I' v / 7 �.\ 4 5 / 15 3 14 7 24„ to /r '\ X24” ` 9 � I 33..E / 33"HDWL STORM D RAI N LEGEND EXHIBIT 'B-l' PROP. STORM DRAIN LINE THE BLUFFS PROP. INLET PHASE II PROP. MANHOLE PROP. HEADWALL Carter 11 Burgess 0 EXIST. STORM DRAIN LINE CARTER & BURGESS,INC. 777 MAIN STREET LIMITS OF PROJECT — — —— — — —— FORT WORTN,TX 76102(817)735-6000 PROJECT NO. 013134.020. 1.0390 DGN=gl\Job\ 013134\cfv\ 13421cfa.dgn PAGE 5 OF 6 N SCALE: 1" = 300' - -•- - - -•—^ - --•--- -- -- - - - - -I—I- - - - - - - •— - — — — — — 1- - - -�- - - - - F / — — ✓ +—.— _ �LA'CENl pR1Y.� � y / / ' I arca, I \ \. ' \ ✓ --- - -,- - -� � - � acw� I \ 1 � � / ✓ i /ems 1 / 7 iA ♦• �•' /fir �, _ % � � J PROPOSED i STORM DRAIN �� �� ✓ ✓ r 1 �. 1 FUTURE I I .n.15 I 1 FUTURE FUTURE 1 HDWL 15'•• 1 EXISTING CULVERT LEGEND :" STORM DRAIN FUTURE COOKS LANE PROP. STORM DRAIN LINE T PROP. INLET PROP. MANHOLE PROP. HEADWALL -� EXIST. STORM DRAIN LINE _ = Carter Burgess LIMITS OF PROJECT — — — — — — — ' CARTER & BURGESS,INC. 777 MAN STREET FORT WORTH,TX 76107 FUTURE STORM DRAIN LINE 19171735-6000 PROJECT NO. 013134.020. 1,0625 DGN=q-\Job\ 013134\civ\ Phose 2\ future orolnooe.sht PAGE 1 OF 2 R N SCALET 1" = 300` — - - - - - - ^ — —— ^— - - --- — — —I—— — — — —— - - - — —^ — —I- -- -7- -- - - I . . . . . . I Im / 1 - - - - - - r-- - -�— I44q - - - - V. V. ' / fIle r ' I I I . I 1 • J I i 1 I LEGEND PROP. 28' BSBSTREETS ROADWAY/ROW VARIES F7///7 FUTURE COOKS LANE LIMITS OF PROJECT — — — — — — —— Carter r.Burgess CARTER & BURGESS,INC. 777 MAIN STREET FORT WORTH,T1 76177 JM7)735-6DW PROJECT NO. 013134.020. 1.0625 DGN=q*\jab\ 013134\civ\ Phase 2\ future drainage.sht PAGE 2 OF 2