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