Loading...
HomeMy WebLinkAboutContract 33647 COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No.\e�� WHEREAS, BP 367 Fort Worth, LTD., hereinafter called "Developer", desires to make certain improvements to Primrose Crossing Phase 1C, 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, Denton and Wise 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 and subsequently amended, is hereby incorporated into this Community Facilities Agreement as if copied herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder. 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. Developer acknowledges that there shall be no reduction in the amount of financial security prior to project completion and acceptance by the City. E. The Developer shall award all contracts for the construction of community facilities in accordance with Section II, paragrap Policy. w:1 ;1 a,K'.I 06-19-06 A09 :41 IN F. The contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section II, of the Policy. G. 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. H. Developer shall install or adjust all of the required utilities to serve the development or to construct the improvements required herein. I. 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). J. 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). K. 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. L. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer reqBE ,r UTEL 1 u7 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. IL 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 $808,755.88. 3 SUMMARY OF COST Primrose Crossing Phase 1 C Item Developer City Cost Total Cost Cost A. Construction $ - 1. Streets $539,891.80 539,891.80 2. Storm Drainage $193,561.86 193,561.86 3. Street Lights $28,600.00 28,600.00 4. Street Name Signs $2,695.00 2,695.00 B. Engineering Design $ C. Construction Engineering and Management by DOE $ $ 4% 29,338.15 29,338.15 D. Materials Testing by DOE $ $ 2% 14,669.07 1 1 14,669.07 $ $ TOTALS 808,755.88 $ - 808,755.88 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. r IN TESTIMONY WHEREOF, the City of Fort Worth has caused this instrument to be executed in triplicate 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 day of , 2006. RECEIVED Approval Recommended: NXI 0 J 2006 Transportation and Public Works Department Robert Goode, P. E. Director City of Fo L Worth FNO M&C Iti+ lLs.il. FMarc Ott Assistant City Manager ATTEST: Marty Hendrix City Secretary Approv as to Form: A rstan ity Attorney NO Fo BP 3e'�' (qua-�h �• ATTEST: DEVELOPER 6P Fcf-� �� LI.C. By: �'i4 z Corporate Secretary Shaul �+� PUA-d'er 2 I PART B—PROPOSAL DEVELOPER AWARDED CONTRACTS This proposal must not be removed from this book of Contract Documents. TO: BP 367 Fort Worth,Ltd. PROPOSAL FOR: . Primrose Crossing Phase IC FILE NO.W-1710 X NO. 17295 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 IC 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: a r� N:1JOB\013539\Specs\013539.010B.doc 8-1 R1 LAS J UNIT I. PAVING IMPROVNIENTS 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 Measure " Unit Price D" Item reference Amount ment 1 7,172 S.Y. 2" Sand Cushion Subgrade, tPer Square Yard One Dollars& Sixty Five Cents $1.65 $11,833.80 2 13,800 . S.Y. 6"Lime Stabilized Subgrade, Per Square 'Ward One Dollars& Eighth Cents $1.80 $24,840.00 3 207 TON Hydrated Lime(30#/S.Y) Per Ton One Hundred Dollars& No Cents $100.00 $20,700.00 4 13,340 S.Y. 6"RC Street Pavement with 7"Curb, Per Square Yard Twenty Two Dollars& Forty Five Cents $22.45 $299,483.00 5 5,484 S.Y. 5"RC Alley Pavement, Per Square Yard Twenty Dollars& Forty Five Cents $20.45 $112,147.80 6 I,535 S.Y. 5"RC Alley Pavement w/curb Per Square Yard Twenty Dollars& t Sixty Cents $20.60 $31,621.00 N:1JOB10135391Specs1013539.010B.doc B-2 6j MCI id, HC OID M,e 139 L.F. Saw Cut& Remove Existing Pavement 7 g , Per Linear Foot Ten Dollars& No Cents $10.00 $1,390.00 8 29 S.F. 4' Wide Concrete Sidewalk, Per Square Foot Seven Dollars& EigtY Cents $7.80 $226.20 9 12 EA Sidewalk Ramps, Per Each Ebaht Hundred Dollars& No Cents $800.00 $9,600.00 10 35 L.F. Construct Concrete Flume, Per Linear Foot Eighty Dollars& No Cents $80.00 $2,800.00 11 1 EA %"Diamond Plate 4' x 6.5', Per Each One Thousand Six Hundred Fi ft _ Dollars& No Cents $1,650.00 $1,650.00 12 10 EA Construct Std. End of Road Barricade, Per Each Two Thousand Three Hundred Dollars & No Cents $2,300.00 $23,000.00 13 1 LS Installation/Maintenance Storm Water Management Per Lump Sum Six Hundred Dollars& No Cents $600.00 $600.00 City of Fort Worth requires a minimum of 309/S.Y. The Paving Contractor will be responsible for a lime series test as directed by the City of Fort Worth Construction Inspection Department. TOTAL AMOUNT BID PAVING $539.89 1.80 N:UM0135391Specs1013539.010B.doc B-3 i,, RU 01 MN i Y 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. IThe 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-qb 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 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. I 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 f majority owner is in the State of Texas. I N:\JOB10135391Specs1013539.010B.doc B-4 f 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, 1 Site Concrete, Inc. By: JO Title (Address "33-40"",Z Roy On;Blvd r Grand Prairie,Texas 75050 Telephone: 972-313-0733 (Seal) Date: ' N:VOB\013539\Specs1013539.010B.doc B-S printed-4/26/2006 3:00 PM DATE: February 13, 2006 210 S. Sixth Street 00 OR Mansfield, Texas 76063 ($17)-477-1414 coasrtucnW L$t (617)-473-6077 fax TO: BP 367 Fort Worth LTD c/o Carter& Burgess 777 Main Street Ft. Worth, TX 76102 Project: Primrose Crossing, Ph. 1 C Specs : Ft.Worth Engineer: Carter& Burgess Scope: Installation of Water,Sanitary Sewer&Storm Drain PROPOSAL Line Description Unit Quantity Unit Extended Item I Pr r Price WATER 8" PVC If 3,963. 19.73 78,189.99 _ 8" Gate Valve & Box ea 12. 789.66 9,475.92 Fire Hydrant w/6" Valve ea 5. 2,427.08 12,135.40 1" Domestic Water Service ea 139. 368.21 51,181.19 Water Meter Box ea 139. 83.00 11,537.00 Cast Iron Fittings to 2.2 3,650.58 8,031,28 Trench Safety if 3,963. 0.20 792.60 Class B Rein. Conc. Encasement cy 5. 65.00 325.00 Class E Conc. Misc. Placement cy 5. 65.00 325.00 Ballast Stone cy 5. 22.50 112.50 Crushed Limestone cy 5. 22.50 112.50 12 Storm Water Maintenance Is 1. 500.00 500.00 Sue-TOTAL: WATER $ 172,718.38 SEWER 1 8" SDR35 PVC If 5,668. 19.57 110,922.76 8" SDR26 PVC w/Cement Stab. Sand If 540. 25.07 13,537.80 4' Dia. Manholes ea 22. 2,235.16 49,173.52 .4 4' Dia. Manholes w/Bolt Down Lid ea 1. 2,381.36 2,381.36 Additional Vertical Depth for Manhole of 65. 0.00 0.00 Provide Protective Corrosion Coating of 24. 160.00 3,840.00 4' Sewer Service ea 148. 409.23 60,566.04 TV Inspection of SS If 6,208. 1.25 7,760.00 Manhole Vacuum Test ea 23. 80.00 1,840.00 Trench Safety If 6,208. 0.50 3,104.00 Class B Rein. Conc. Encasement cy 5. 65.00 325.00 Class E Conc. Misc. Placement cy 5. 65.00 325.00 Ballast Stone cy 5. 22.50 112.50 1-� Crushed Limestone cy 5. 22.50 112.50 s Storm Water Maintenance Is 1. 500.00 500.00 Sus-TOTAL: ISEWER $ 254,500.48 L c- _IKE12 LGAa printed-4/26/2006 3.00 PM STORM DRAIN 5' x 3' RCB If 266. 138.79 36,918.14 36" RCP If 302. 63.86 19,285.72 30" RCP If 75. 50.37 3,777.75 27" RCP If 427, 45.06 19,240.62 24" RCP If 579. 40.21 23,281.59 21" RCP if 432. 36.37 15,711.84 Trench Safety If 2,081. 0.20 416.20 Std. 10' Curb Inlet ea 11. 2,450.00 26,950.00 10' Alley Inlet ea 3. 2,450.00 7,350.00 15'Alley Inlet ea 1. 3,050.00 3,050.00 4' Drop Inlet ea 1. 2,250.00 2,250.00 4' Square Manhole ea 5. 3,725.00 18,625.00 Const. Std. 4' Square MH (MH-1-02)w/6' x 4' ea 2. 4,700.00 9,400.00 Junction Box 5' x 3' Headwall ea 1. 2,050.00 2,050.00 36"Type C Headwall ea 1. 1,500.00 1,500.00 "Light" Class Rock Rubble Rip Rap sy 11. 45.00 495.00 "1/4 Ton" Class Rock Rubble Rip Rap sy 64. 40.00 2,560.00 Install 36" x 45 Deg. Bend ea 2. 100.00 200.00 t Storm Water Maintenance Is 1. 500.00 500.00 SUB-TOTAL: ISTORM DRAIN $ 193,561.86 MISCELLANEOUS Payment& Performance w/2 yr. 100% Is 1. 14,590.00 14,590.00 Maintenance Bond SUB-TOTAL; IMISCELLANEOUS $ 14,590.00 TOTALS: ,WATER $ 172,718.38 SEWER $ 254,500.48 STORM DRAIN $ 193,561.86 MISCELLANEOUS $ 14,590.00 TOTAL UTILITY IMPROVEMENTS $ 635,370.72 TIME: 40 Working days will be required for substantial completion. Substantial completion being all lines tested, backfilled, and awaiting paving stakes. * This proposal is subject to a mutually agreeable start date. PROVISIONS: `•• In todays market conditions, It is very important that the successful bidder be notified within 14 days to secure pipe&other material pricing. * These prices are firm for 30 days QUALIFICATIONS: * Units are based on quantities provided by consulting engineer. * Inspection fees, permits,and/or staking provided by developer. * Geotechnical testing by developer(density&concrete testing not included). * Storm Sewer Does Not include rock or gravel in inlet structures for Pavers. * No 2nd year T.V.Test of Sanitary Sewer Lines. printed-4126/2006 3:00 PM • No T.V. Test of Storm Lines. • No seeding, sodding or hydromulch. • No installation or removal of erosion control devices. • No right-of-way/channel clearing or excavation. ` No hauling spoils off-site, spoils to remain on or next to area of excavation and spread on lots & parkways. . Any damage requiring rework to completed water, sewer or storm improvements caused by franchise utilities or other contractors shall be reimbursed by the offending contractor through the developer. NOTES: ` Backfill is native, nonprocessed (except for adding moisture as needed)material which will be returned to approximately the same location from which it is removed. ` Contract pricing assumes all costs associated for one mobilization, should multiple moves be required additional charges may be assessed. Final contract quantities to be determined using city approved plans. ppgp 1'T?i, i I. STREET LIGHT COST ESTIMATE QUANTITY UNIT COST TOTAL COST INTERSECTIONS 6 EA $ 2, 600 $15, 600. 00 MID-BLOCK RESIDENTIAL 1 EA $ 2, 600 $2, 600. 00 CHANGE OF DIRECTION RESIDENTIAL 4 EA $ 2, 600 $10, 400 . 00 MID-BLOCK COLLECTOR 0 EA $ 2, 600 $00, 000. 00 MID-BLOCK ARTERIAL 0 EA $ 3, 000 $00, 000. 00 MID-BLOCK ARTERIAL MEDIAN 0 EA $ 3, 000 $00, 000. 00 RELOCATE EXISTING LIGHT 0 EA $ 1, 650 $00, 000. 00 Subtotal $28, 600. 00 City' s Cost $00, 000. 00 Developer' s Subtotal $28, 600. 00 4% Inspection fee $00,000.00 Project Total $28, 600.00 Adjacent Developer' s Cost $00. 000. 00 Developer' s Cost $28, 600.00 CFA CODE #2006008 DEVELOPERS COST: $28,600.00 PRIMROSE CROSSING, PHASE IC February 20, 2006 Fort Worth, Texas February 20, 2006 PAGE I OF EXHIBIT "C" II STREET LIGHTS WORK DESCRIPTION: 1. The Developer shall provide for the installation of street lights 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 of Fort Worth will install all the street lights that use overhead or underground conductors on residential, and collector streets. The developer agrees to pay the City of Fort Worth the amount shown below prior to the City starting its design efforts, at the option of the developer and at their expense they may purchase the poles, fixtures, and mast arms from the City in order to assure compliance with city material standards 4 . Street lights on arterial streets shall be installed with underground 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 operations of the street light system 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 February 20, 2006 DEVELOPERS COST: $28,600.00 PRIMROSE CROSSING, PHASE IC CFA CODE #2006008 PAGE I/ OF EXHIBIT "C" III "STREET LIGHTS" INTERSECTIONS CEDAR LEBANON ST & ALLSPICE TRL 1 BURGUNDY ROSE DR & MULLEN DR 1 WAKE ROBIN DR & GENITAN DR 1 FIR TREE IN & MULLIN DR 1 DEWPLANT WAY & GENATIN DR 1 JAPONICA ST & GENATIN DR 1 MID BLOCK CEDAR LEBANON ST 1 CHANGE OF DIRECTIONS BURGUNDY ROSE DR 1 FIR TREE IN 1 BINDWEED ST 2 PRIMROSE CROSSING, PHASE IC 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$245.00 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 eleven (11) intersections at a cost to the Developer of$2,695.00: Cedar Lebanon St & Brewer Blvd Cedar Lebanon St & Allspice Tr Cedar Lebanon St & Bindweed St Burgundy Rose Dr & Allspice Tr Burgundy Rose Dr & Bindweed St Burgundy Rose Dr & Mullen Dr Fir Tree Lane & Mullen Dr Fir Tree Lane & Gentian Dr Wake Robin Dr & Gentian Dr Japonica St & Gentian Dr Dew Plant Way & Gentian Dr Primrose Crossing, Phase IC CFA code: 2006008 February 8, 2006 BFJVBROOK LAKE LOMBUS TRAIL B Lx L R R FRAN AtqS EWART-MTZ NOT TO SCALE C E I V E D LOCATION MAPE CUD CRY -MbIl-I'MARY PRUVROSE CROSSING PHASE IC CARTBt & BURGESS,W- m MW STIM FORE WOM,TX 76M M 73S.6CM PROJECT NO. 013539.030.3.0001 CHEN, T FELIX IV VOL. 11 10998, PG. 148 CHEN, FELIX SCALE: 1" = 200' VOL. 10998, PG. 148 — • 1 15' A 15'A A 1 29 1 93 92 91 90 89 88 87 B6 BS 84 83 82 BI 80 79 7B 77 76 75� 74 73/0 1 AR B O E 72 I ` H 71 .. 1 42 70 d41 1 2 3 45 6 7 B 9 10 Il 12 13 14 Is 16 15'ALLEY H En 69 a 15'A F 15'ALtfY E p 40 _ — 68 Q� j _J 39 32 31 30 2928 27 26 25 24 23 22 21 20 19 18 17 W _ 67 O a 38 U G Y O E D 66 0 a s j j37 6s j 64 j• 35 34 33 32 31 30 29 ' 54 '55 56 57 58 'S9 60 61 620. 63 M. 15 I A 15 A J wo 3l 22 23 24 25 26 27 28 531 41 -j 18 32 1 I kp I ; 17 16 1 J 14 IWAKE: ROBIN DRIVE • 15'ALLEY K - ..................--. 3 •• •��• ROV 12 1 1 1S ALLEY N < 10 9 321 IIAPON'lCA 6 �1�1■ LEGEND PROP. 29' B/B STREETS ROADWAY/50' ROW EXHIBIT 'B' PROP. ALLEY 1 0' PAVEMENT PRIMROSE CROSSING ROADWAY/ 1 5' ROW PHASE IC PROP. 4' S I DEWALK ( BY HOMEBUILDER) PROP. 4' S I DEWALK ( BY DEVELOPER) L�,1f1 Cater BYSS I� j; JpSRJ CARTER & BURGESS,INC. 777 TWIN STREET 9� 1 �1� 1, IYI FORT 35-60 TX 76102 LIMITS OF PROJECT •.�.....- V V (sln 73s-b000 PROJECT NO. 013539.030.3.0001 IW, esti, ODGWSPECIFICATION....•.• PAGE 6 OF 11 ...\CIV\539PhaselC\pc1lcfa.dgn 5/5/2006 10:50:35 AM N SCALE: 1" = 200' Ff 1-■ 1\1 1 01 JAPONICA s ; STREET —1 4 1 —1 3 1 ::'_LL:: 14 ALLEY M —1 1 2 321 1 —FI DF _ 1 att , VJ 04' 1 1 PLANT: WAY LALLE P.. J ' I 1 LEGEND PROP. 29' B/B STREETS ROADWAY/50' ROW EXHIBIT 'B' PROP. ALLEY 1 0' PAVEMENT PRIMROSE CROSSING ROADWAY/1 5' ROW PHASE IC PROP. 4' S I DEWALK ..........„ ( BY HOMEBUILDER) PROP. 4' S I DEWALK Tarter..Burgess ( BY DEVELOPER) w �^'l�, lo; �^ I^o;�l �J��tl�JG':l. i1�LV W.1RTER 8 BURGESS,INC. 7 MNN STREET LIMITS OF PROJECT ......... / �Ja� r�p F I RT WORTH,T%76102 " �� !(� 1 OJE�NO. 013539.030.3. 0001 s DL1a SPECIFICATION—..... Y VO '+Y•LI Ni UY� L.G.R PAGE 7 OF 11 ...\CIV\539PhaselC\pc1lcfa.dgn 5/5/2006 10:50:51 AM CHEN, FEL IX �T VOL. 36" HW 1 /0998, NI PG. 148 € CHEN, FELIX VOL. 10998, PG. 148 SCALE1 1" = 200' I Eo ALLEYA 10. 21' 15' LLEY 4' 3°" 1°93 92 9l 89 88 87 86 85 84 83 82 81 80 79 78 77 76 75� 74 73 c _ E B O _ E 10' 7z N I 4' 36" 27" 5'X3' SBC HW I21 F O10 701 2 3 4 5 6 7 8 9 IO 11 !2 11 16 I36'� 69W15'A FAL 1' 40 V ISE I W/ 68 y4' MH W 39 L12 dI30 29 28 27 26 25 24 23 22 21 20 19 /8P 17 67 RISER STEPS W/ a aO 38 G Y OED 66 0 C4 - 37 24" 65 36 t: 35 34 33 32 31 30 29� 54 55 56 57 58 59 60 61 62 63 64 O' ' 15' LL I A 15 — 14' UKUK 15' INLET 4' 3/ 22 23 24 25 2b 27 2B�1 53 i 21 ; I � 20 I � R E /9 1 2 3 4 5 6 7 -- -- 18 32 ~ 17 1s EY 21" 16 10' PkLAKI� J515ALLEY K 24 ROBIN _ —4'M AMARANTH 1 13 ROAD ��] I I /2 II 27' I A 1' L N II .n 10 II 31 9 32 _..... Ir8 U' (JAPONICA II 7 zt' '°' STRE T n 6 STORM DRAIN LEGEND EXHIBIT 'B-1' PROP. STORM DRAIN LINE PRIMROSE CROSSING PROP. INLET PHASE IC PROP. MANHOLE PROP. HEADWALL Carter> Burgess _ (^� ,�, EXIST. STORM DRAIN LINE ___ __. �FFI(J1 L IptEC 91� CARTER 8 BURGESS,INC. 111 11111 TXT LIMITS OF PROJECT FO WORTH,TX 76102 J817) 735000 PROJECT N0. 013539.030.3.0001 R •✓1: 3lo t..GtlR DON-p.\1o5\013579\clHS39Phoe IC\Pcflcfo.dgn PAGE 8 OF 11 N SCALE) l" = 200' JAPONICA II tl s STREET 4 � 11 I 3 J:1 I ISALLEY 0 II 35'ALLEY M II II 2 Z 11 I II / O 4.. II c DEW: p4 11 I PLANT II J z s 4 I WAY II I 15'ALLEV P IWALLEY P STORM DRAIN LEGEND EXHIBIT 'B-1' PROP. STORM DRAIN LINE PRIMROSE CROSSING PROP. INLET 71 PHASE IC PROP. MANHOLE /� PROP. HEADWALL --{ Carlterl', Burgess G= EXIST. STORM DRAIN LINE CARTER & BURGESS,INC. 777 MAIN STREET LIMITS OF PROJECT FORT WORTH,T%76102 —_—• (917)7354000 PROJECT NO. 013539.030.3.0001 OGN-Q.\Jeb\013539\.[v\539Ph—]C\DCI ICT.EQn PAGE 9 OF 11