Loading...
HomeMy WebLinkAboutContract 33171 COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary 7� COUNTY OF TARRANT § Contract N0.31I WHEREAS, BP 367 Fort Worth LTD., hereinafter called "Developer", desires to make certain improvements to Primrose Crossing Phase 1 B, 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, Section 11, of the Policy. Oji :1:c;5,i1 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. . . 2 L. 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. M. 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. Bl, 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 $246,449.18. SUMMARY OF COST Primrose Crossing Phase IB Item Developer City Cost Total Cost Cost A. Construction $ - 1. Streets $176,043.25 176,043.25 2. Storm Drainage $48,042.50 48,042.50 $ 3. Street Lights $13,200.00 13,200.00 4. Street Name Signs $200.00 200.00 B. Engineering Design $ C. Construction Engineering and Management by DOE $ $ 4% 8,963.43 8,963.43 TOTALS 246,449.18 $ - 246,449.18 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. The City will pay additional inspection fee over 4%. 3. City not preparing plans and specifications. 4. Brewer Boulevard will be constructed under Primrose Crossing Collectors Phase I CFA(#2005139). 4 ;.._ 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, a9d said Developer has executed this instrument in triplicate,at Fort Worth,Texas this the"day of .200> RECEIVED Approval Recommended: Transportation and Public Works Department Robert Goode, P. E. Director City f Fo Wo NO M&C REQUIRED Marc Ott Assistant City Manager ATTEST: A .tu 4art endrix City Secretary Approve -to Form: �7 Ass start At rney ATTEST: DEVELOPER 5P N-7 For+ ' 640( eb� BP 3 A &P,tic By. Corporate Secretary Sr4C r i I 5 1 4kykigyp :.::o•:::::::::::::::::::: ::::•:..:::::;:::::::: ::::::.:.::::•:.:.:•: Mid1;�N::!a;:� :� Primrose Crossing Phase IB 22-Nov-05 STORM DRAINAGE ITEM# DESCRIPTION QTY UNIT PRICE AMOUNT 1 30"RCP 290 L.F. 50.00 14,500.00 2 24"RCP 153 L.F. 40.00 6120.00 3 ,21-RCP 74 L.F. 36.00 2,664.00 4 TRENCH SAFETY STORM DRAIN 517 LF. 0.50 258.50 5 STD 10'CURB INLET 4 EA. 3,000.00 12,000.00 6 CONSTRUCT STD 30"TYPE"C"HEADWALL 1 EA. 2,500.00 2,500.00 7 4'SQUARE MANHOLE 2 EA. 3,700.00 7,400.00 8 ROCK RUBBLE RIP RAP(Facing Class 22 S.Y. 50.00 1,100.00 9 INSTALLATION/MAINTENCE STORM WATER MNGMNj 1 L.S. 1,500.001 1,500.00 TOTAL-STORM DRAINAGE $48,042.50 PAVING 50 ROW 29'B-B ITEM# DESCRIPTION QTY UNIT PRICE AMOUNT 1 6"LIME STABILIZED SUBGRADE 6,934 S.Y. 1.75 12 134.50 2 HYDRATED LIME 30#/SY 104 TON 100.00 10,400.00 3 6"R.C.STREET PVMT W/7"CURB 6,710 S Y. 22.00 147,620.00 4 4'WIDE CONCRETE SIDEWALK 7351 S.F. 3.25 2,388.75 5 REMOVE EXISTING BARRICADE 2 EA. 500.00 1,000.00 6 INSTALLATION/MAINTENCE STORM WATER MNGMN 1 I L.S. 2,500.00 2,500.00 TOTAL-PAVING $176,043.25 'LIME SUBGRADE REQUIRED UNDER 6"ASPHALT,AND IS INCLUDED IN STABILIZED SUBGRADE AND HYDRATED LIME LINE ITEMS. STREET LIGHTS AND SIGNS ITEM# DESCRIPTION QTY UNIT PRICE AMOUNT 1 STREET LIGHT POLE,BASE &COND 6 EA. 2,200.00 13,200.00 2 STREET SIGNS 2 EA. 100.001 200.00 TOTAL-STREET LIGHTS/SIGNS $13,400.00 g:yoM0133521esl1CFA 20051122 PhaselB Bidder Cost.xls ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) Item Approx. Unit Item Description Total No. Quantity Measurement "D"Item reference Unit Price Amount 1 290 L.F. 30"Class III R.C. Pipe Including Trench Excavation and Backfill, complete in place for the sum of FIFTY Dollars& NO Cents Per Linear Foot $50.00 $14,500.00 2 153 L.F. 24"Class III R.C. Pipe Including Trench Excavation and Backfill, complete in place for the sum of FORTY Dollars& NO Cents Per Linear Foot $40.00 $6,120.00 3 74 L.F. 21"Class III R.C.Pipe Including Trench Excavation and Backfill,complete in place for the sum of THIRTY SIX Dollars& NO Cents Per Linear Foot $36.00 $2,664.00 4 491 L.F. Trench Safety for Water Mains(Deeper than five feet) NO Dollars FIFTY Cents per Linear Foot $0.50 $258.50 5 4 EA 10' Curb Inlet, complete in place for the sum of THREE THOUSAND Dollars& NO Cents Per Each $3,000.00 $12,000.00 6 1 EA Type"C"Headwall for 30"RCP (includes Grade to Drain Excavation), complete in place for the sum of TWO THOUSAND FIVE HUNDRED Dollars& $2,500.00 $2,500.00 NO Cents Per Each 013539.010 B_6 Updated 11/2212005 7 2 EA 4' Square Storm Drain Manhole,complete in place for the sum of THREE THOUSAND SEVEN HUNDRED Dollars& $3,700.00 $7,400.00 NO Cents Per Each ® 8 22 S.Y. Rock Rubble Rip Rap(Facing Class), �! complete in place for the sum of FIFTY Dollars& NO Cents Per Square Yard $50.00 $1,100.00 9 1 L.S. Installation/Maintenance Storm Water Management ONE THOUSAND FIVE HUNDRED Dollars& $1,500.00 $1,500.00 NO Cents per Lump Sum TOTAL AMOUNT BID STORM DRAIN $ 48,042.50 SUMMARY TOTAL AMOUNT BID WATER $ 87,646.50 TOTAL AMOUNT BID SEWER $55,962.75 TOTAL AMOUNT BID STORM DRAIN $48,042.50 013539.010 B-7 Updated 11/2212005 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 �1 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. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction within !!15 calendar days after issue of the work order,and to complete the contract within 3 calendar 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 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. 013539.010 B_g Updated 11/22/2005 j j 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, Site Concrete,Inc. By: Title x'151 D�I�l'f r Address 3340 Roy Orr Boulevard Grand Prairie,TX 75050 r Telephone: 972-36-0733 3-0733 (Seal) Date: 1 r r r t r 013539.010 B-9 Updated 11122/2005 .a PART B—PROPOSAL DEVELOPER AWARDED CONTRACTS Thisro osal must not be removed from this book of Contract Documents. P P TO: BP 367 Fort Worth GP,LLC PROPOSAL FOR: Primrose Crossing Phase IB FILE NO. W-1697 X NO. 17041 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: Primrose Crossing Phase LB �. Pursuant to the foregoing Notice to Bidders', the undersigned Bidder, having thoroughly examined the Contract Documents, including plans, special contract documents,and the General Contract Documents and General Specifications for Water 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 of 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: �9 I 013539.010 B-I Updated 11/22/2005 i UNIT I:PAVING INIPROVMENTS ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) Item Approx. Unit Item Description Unit Total No. Quantity Measurement "D"Item reference Price Amount 1 6,934 S.Y. 6"Lime Stabilized Subgrade (Includes Preparation of Subgrade), complete in place for the sum of ONE Dollars & SEVENTY FIVE Cents per Square Yard $1.75 $12,134.50 2 104 TONS Lime for Subgrade (30#/S.Y.) complete in place for sum of ONE HUNDRED Dollars & NO Cents per Ton $100.00 $10,400.00 3 6,710 S.Y. 6"Reinforced Concrete Pavement with 7"Curb, complete in place for the sum o TWENTY TWO Dollars & NO Cents per Square Yard $22.00 $147,620.00 4 86 S.Y. 4' Sidewalks,complete in place for the sum of THREE Dollars & TWENTY FIVE Cents Per Square Yards $3.25 $2,388.75 5 2 EA Remove Existing Barricade,complete in place for the sum of FIVE HUNDRED Dollars& NO Cents Per Linear Foo $500.00 $1000.00 6 1 LS Storm Water Management TWO THOUSAND FIVE HUNDRED Dollars & $2,500.00 $2,500.00 NO Cents Per Lump S City of Fort Worth requires a minimum of 30#/S.Y. The Paving Contactor will be responsible for a lime series test as directed by the City of Fort Worth Construction Inspection Department. TOTAL AMOUNT BID PAVING $ 176,043.25 013539.010 B-2 UpdatedA1/22/2005 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, bath 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. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction within �5 calendar days after issue of the work order, and to complete the contract within-L15vorking 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 Nonresident bidders in the State of ,our principal r 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. 4B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. 013539.010 13-3 Updated 11/22/2005 I } acknowledge a receipt of the following addenda to the plans and specifications, all of the g 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) r Respectfully submitted, r Site Concrete,Inc. r By: I& � r E 5 1SrDQ Title 7-RES/p e0 T" Address 3340 Roy Orr Boulevard Grand Prairie TX 75050 r rTelephone: 972-313-0733 (Seal) Date: r r r r r r • 013539.010 B-4 Updated 11122i20O5 I. STREET LIGHT COST ESTIMATE QUANTITY UNIT COST TOTAL COST INTERSECTIONS 0 EA $ 2, 000 $0, 000.00 MID-BLOCK RESIDENTIAL 4 EA $ 2, 000 $8, 000.00 CHANGE OF DIRECTION RESIDENTIAL 2 EA $ 2, 000 $4, 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 $ 1, 500 $0, 000.00 Subtotal $12,000.00 City's Cost $00,000.00 Developer' s Subtotal $12,000.00 10% Contingency $1,200.00 Project Total $13,200.00 Adjacent Developer' s Cost $00,000.00 Developer's Cost $13,200.00 2% Inspection Fee $00,000.00 CFA CODE #2005141 DEVELOPER' S COST: $13,200.00 PRIMROSE CROSSING, PHASE IB November 1, 2005 Fort Worth, Texas November 1, 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. 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. 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: $13,200 .00 PRIMROSE CROSSING, PHASE IB November 1, 2005 FORT WORTH, TEXAS CFA CODE #2005141 Page II of Exhibit C J ��,� j f III "STREETLIGHTS" MID BLOCK MEADOW SWEET LN 2 BLUE PERIWINKLE IN 2 CHANGE OF DIRECTIONS BLUE PERIWINKLE IN 1 MEADOW SWEET LN 1 PRIMROSE CROSSING, PHASE IB 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 two (2) intersections at a cost to the Developer of $200.00: Blue Periwinkle Lane & Madder Dr Meadow Sweet Lane & Madder Dr Primrose Crossing, Phase IB CFA code: 2005141 October 22, 2005 r4 BENBROOK LAKE LOMBUS TRAIL v z 0 P J L CATI O N St 1 GE RI - � J 1 O � $ ART-FELTZ dN J � N N NOT TO SCALE LOCATION MAP PRIMROSE CROSSING PHASE IB �. Burgess CARTER 3 BURGESS,INC mµw STME r FORT WORM,7x 76102 PM 75-6 PROJECT NO. 013539.030.1.0625 -----------------------------------------------------------------•----------------a,.----.----- m I IRE V ED M� z W OH W w S d r O m Z N - Y N U W d O O F X - W m :3 ~ H y�r � W~ Z Z 1 r=0 O W N LO O y U 0 C In 3 F_ O oz J H ~0Q eI y x Q x O OMQ 1 ------------------------------•----------------.------------------------------------------------ Q zLL J -- -------------------------------------- ----- -- -- ------ ¢ O M F W N ~MW r W i V WZ 3 W . • Z O x¢Z w Vm O�U D. z 0 LO 4• rn cr - 1N Ln O ED y W ~ ¢ LL O O o: W F- 2 J 0 Vf o d O_ Q W 2 Q ¢ L, y 0 W W x m ¢x O ~ Q 0 z � I. O S F- F Z 2 V) < J Z D J¢ d N 0- Vf O_ O_ O. I1 W U O O. F-LL J Q m w a a Q Q ¢ dF- u-w Q o_o 0 a >->- v a v a x U u v v x o_ u ¢F- o ea ¢¢ a ¢ a3m vJ LLz y 3¢ v v v U U u v v- Q v z ¢ I v - - - - - -¢ SGF- - vt-- s w tic F- U F- U F- r F- H LDC y F -2 lD O t- F O y - y - y y y 0 L =)O N F-l- Md S 1 0 Q F- ¢ F Q d ¢ d2 MULL d NS Q F-W J y J y J J J JF- xUQ J QO 0_W U V 2 d 0_ J D_ o_ a O_0 H CU U d a 3 m -¢ 2 d S o_ 2 x• 2 xF- z x F- 0 O LL F- F- F- F- F- F- .O- 2¢ -0 w y x x -w F-J F- F-M ¢F-V1 O. N 3 H 3 F- 3 3 3 3> S y 3 -L, y y Q Ln IL m UJQ ' 0 3 0 3 O O O 00 0<< dJ 0 3t-LLHJ LJ hh 3U o O O O O OU Cod O Oto OU Ln m 0 x O x x K m z x OM Qx WU O o Q Wdx m WO:0 00 CL 2- z ¢ z ¢ z z z z x F- z d zF- Q F-F- 0 0 0 o O MLL - o zm - w U y x Z x z x x K O:o F-3 x0 Jzx .� MW - K0 Wo U F-J fY x 0 FLL)O527. x xz LL x a F-U F 3 U U U U U U- W x U 2y x O N S Z x z S z Z z z >O Z U OXZ d tDF- - U - U - - - -z SOZ - ZL,h Z-Q J z- Z z - D O -M u J J 0 CL -3 m - m - m m m 133 LD uo¢ m Q ww ►- \ \ \ \ \ \W Vl- \ www L,U- (,Yy P.- m Z 0 VI m VI m VI Ln IPl V)m 0 yr.l \Z H F- O W ~ F-x d t( ¢ t( ¢ ¢ d QW QOU d yJZ 2-V1 Q.1 3 z x y Z ¢ W F-QW O WWIA OZ O ¢ O ¢ O O O MF- 0-- O 22 -yx �] tnN O UO F- F- F F- H F LL O F- OFU 3 U O x O O O O-co F-x LL¢ N .M F-- F- F- F- F- F- F !- F F 0\ F- O X F-O W .1- W W W W W W WWt- W U¢Vl W F FJ-Z- W M OW7C I WS F F- F WF- WF- WF- WF- mx wW wwm 10 LL U LL W W LL W W LL W LL W LL W LL W Q Q LL W W W W LL Z A >F .K Z y W y W y y y N Q y LLSL, �< lD- O LL O LL N O O v W O M F -i NOe Oe Oc Oc 0- Oc =0� - M LO 0 v =yy x .m y v y O y y 0 y F-Z .y cmz- S VJJ •-\ Oy O Oy O Cy Oy ON t-:V) -F- -N MQ f-:F-f.D �Z f-tl7 •-W NW lOW OW -w MW C»W QW N y f�OZ WW �0-•i - m o 01 FN 0 y F- ^LD /-0 0 U Z Q W F- -0 t-F- Ln O- � d O Q 1 d O: W x W x x S x o2LLW x WL, V1Z Woo co y � Vf > > > > J Vf .00 - 0 \ w o i m 3 3m 3 3m 3m W m 3m Q -W 3m 3 W w d Lr) F- _ - _ _ - _ _ _ _ 0- _ _ _ W - =F- O Ln 1 O Oaj c)LM Oaf C. cn of C..3 Oea Oaf F-M y Mas in NZ toFZ M Q NO Q NVI Q N0 O N Q N WVIIOy M W)Ln V) O N 2 cc W m - W x x D: x WvW x WJ 0U m 10 kn Q Q W Vl U c W Vl LD ZD W Vl W <T W Zn W U.6 0 of W M C7 Z -F- �> _ w -x QH �x r) ^F Ir �F- y .Q: MF- ND:S cQ0 ! o w F- o O: 0 0 o x o O o x o x o x o x lD o 3 O o It o O F- o Z .F .-_tW mQ -m and -CO 0< ••-Q tDQ Q mvc CO loQ t-mm m Q Vfy 0 :W Ory m O mU O co L) OU mu OU into lou O O mH F-F- F- w o - eB oa c e c c ti O b c ay 0 U LD V)m :LL c y Z y Z V1 z Z z wU- Z z ZQZ JJ J V) 0 x 0 It 0 O 0 O 0VI0: 0 xW x- U tM LL)2y W W WW WW WW WW WW WW WW W OW WW WW2 WF-z -W(D Q Z N m U W W U o. U F- U tl O F U O_ U O_ U O_ U d U Wo F U O_ U F-F U Z Z fM c t- _ O 3:LD z2 ZK z Z¢ z Z2 Z2 Z2 ZJc¢ Z.M zx Z - O •rnF- WW= WQ Wd Wd w WQ wQ WQ WQ WOOQ WQ WQO woo �fnWNO VI : W =MD xF- SU SF- Su SF- 2F SF 2F SZ U 2F SUZ 2F-w F- J yy y CC)133 F-0 F-c F-VI Fc F-0 F-0 F-0 Fy F-QZc F-0 F-c Q -J 133 in a: tD O Nm m 0yF-� NN z Z d W z S ECH�98G� 148 N VOL. ® SCALE: 1" = 200' 26 25 24 Z5 22 21 27 20 D D r9 F5�"c Egoss oalrlRQ. IC 19 Is le 20 /7 17 ALLEY H 21 16 16 2e 22 1s 15 �+ 29 23 14 14 -------rA - 24 13 /3 t 3r 25 12 12 32 26 11 !! 2u✓LICD PARK Lsri, � 27 10 r0 0.i p 1,NSLOcK 20 EDT 4 ZE 9 9 35 .a 29 B 36 •►-1 70 7 ' 7 Lo'•-•-- 3/ 6 39 32 5 5 ®� 33 4 4 •---•---- 40 34 3 41 35 2 PRIVATE E 4Z 36 I OPEN _ AMARANTH ROAD --•- l i ZO 19 IB 17 16 IS 14 - ZI - .... ------- • c GF ;IWO Z 3 ----•---� Z2 9 10 I l 12 i 13 - -- B 23PANSY ROAD _---4 PR1�5A5 E'ROSSFLII INC ., I c 24 7 PN LEGEND _.1 'ROP. 29' B/B STREETS ROADWAY/50' ROW PROP. 41 ' B/B D(HIBIT 'B' ROADWAY/60' ROW PRDdROSE GROSSING 'ROP, 4' S I DEWALK •.................., PHASE IB BY HOMEBUILDER) 'ROP. 4' S I DEWALKCIO~ s BY DEVELOPER) CARTER & BURGESS,INC .I M I TS OF PROJECT 77 M7)73S-6 000 761tII PROJECT NO. 013539.o30.1.0625 I NIIx I �V 11 LNEW. E PO 40 y0L. 10998. .r. ■� _ r T r..L1�:Nr•._ SCALE1 1" = 200' ■ ".�- 2 26 25 24 23 22 21 x/20 27 _ A DE —21 19 ; t.. FU O OSS Tt78 �1 a Im,,0�5E.�E I L 19 18 18 h 20 17 17 21 16 I i6�jy1a / W IF• ■ 28 22 15 � IS 30" TYPE "C" HOWL 23 14 1 - 14 129 30 2413 1 1�3 a� j •�-�` � � 25 /2 I r 12 31 I— I piO ;I• 3� 2 2fi 11 GA15-ALLEY 1:. PUBLIC O p1•RK ■■ 3�� 27 10 I� 1 rr,]■D NE 10 9{.OfR,20 ■ 34 28 9 ti g v j! 35 1 ■ , ■ 37 31 6 6 --..-.� ■ I � I I � 3��1 32 5 i 5 j.-------- -------- � A U39 i 33 4 i 4 : 1• . ■ 4_ 0 j i 34 3 1 3 ■ t ......i 41 L pRlvAfEE `` 42 . 36 1 , 1 1 ----- i r OPEN�� `" UW._..I--I I_.._.. .._...J W J �I I n • 20 19 19 17 16 15 14 t II 1"'--� 21 NG 2 16 M j 22 9 10 11 12 13 j 11 11 tt.-.... 6 ` 8 . 11 4 1� • FUtUSr�SSINO 1 23 P._ SY It06 I� t 11 IppiAPFoil G '� ; I ■ 5 24 24 7 ■ 25 6 1514 STORM DRAIN LEGEND EXHIBIT 'B-l' PROP. STORM DRAIN LINE PRIMROSE CROSSING PROP. INLET PHASE IB PROP. MANHOLE PROP. HEADWALL Carter,Burgess 0 EXIST. STORM DRAIN LINE CARTER b BURGESS,INC. m ww smut LIMITS OF PROJECT mm m w m m w 0OVWOUK TX 76M PR0JTCT-W0-UT353T-030. 1.0625 .DCMSPfClFIC6710W.....• PAGE 5 OF 7 ...1CIV\539PhaselBlpclBlcfa.dgn 11/14/200510:20:33 AM 1 1 fE�j1f 1A6 N CPO.e. po' y0L. i ... ... . main . ...r...r �..LlS�FSEil._.. SCALEa 1" = 200' 12s 24 zJ 72 2120 1 j Ig FU S LwAbsE 21' 19 IB I : r- .� F, v.20 1 .r 10....1 b.---- 1 ze 22 15 Iq • � 1 30" TYPE "C" HOWL 0 23 14 129 14 � - JO 24 IJ I ' IJ ■ j! �•.� ■� 25 I2 I 12 j 11 11 O :1 mill PU P�,R9 �1 27 10 1--y i _ •_••_ — I+FIF'11�oTR1 15x � 2a 9 9 MIN v� IN '1 a.34 -- f •! e 0 Jt-5— I � Jr—i a 30 7 37 J! 5 ; 6®1 1 ; JB 3z 5 5 1 ' ! 1"39 I�•.�•r■ —� I JJ SSS 4 4 1 40 34 J J' �i■11 na IX1Iij ;1�•.�.......1 rLlg�:-KII J5 2 2IDj.- par,ATE 47 36 1 1 20 15 14 21 INS Ijr • a I • zs 2z a to 11 Iz u j i — 1 1 ......iu1�551NG 1fU zJ P•- SY RO _' 1� IJ----I u I IPF+ His 1C 1c 1 524 24 7 _ _rte L--a! zs 6 1 15 I la STORM DRAIN LEGEND EXHIBIT 'B-1' PROP, STORM DRAIN LINE PRIMROSE CROSSING PROP. INLET r PHASE IB PROP. MANHOLE PROP. HEADWALL { e 0 EXIST. STORM DRAIN LINE cAArt:R a BURGESS,IW – I" OF PROJECT FMOW Fn r PROD .!ln75-` ? .oa.attrtiunor....w ������9L'_� .P�6d`9:OG7• \CIV\539PhaselB\pct Blcfa.dgn 11/14/2005 10:20:33 AM ,