Loading...
HomeMy WebLinkAboutContract 52278 May 13,2019 Received Date: 10:23 AM Received Time: Developer and Project Information Cover Sheet: Developer Company Name: FHanfork Holdings LLC Address, State,Zip Code: 5847 San Felipe, Suite 3.600,Houston,TX 77057 Phone&Email: 713-267-2100,JHopper(a)hanoverco.com Authorized Signatory,Title: Judi Hopper,Vice President Project Name: Hanover Clearfork Brief Description: Water, Sewer,Paving, Storm Drain Project Location: 4900 Gage Avenue Plat Case Number: Plat Name: Mapsco:T Council District: CFA Number: CFA19-0005 City Project Number: 101937 City of Fort Worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement-Hanover Clearfork CFA Official Release Date:02,20.2017 CITY SECRETARY Page 1 of 11 FT WORTH,TX STANDARD COMMUNITY FACILITIL�;AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 52278 WHEREAS, Hanfork Holdings LLC , ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto("Improvements")related to a project generally described as Hanover Clearfork ("Project") within the City or the extraterritorial jurisdiction of Fort Worth, Texas ("City"); and WHEREAS, the City has no obligation to participate it the cost of the Improvements or Project; and WHEREAS,any future City participation in this CFA:is subject to the availability of City funds and approval by the Fort Worth City Council and shall bF memorialized as an amendment to this Agreement; and WHEREAS, the Developer and the City desire to enter into this Community Facilities Agreement ("CFA" or "Agreement") in connection with the collective Improvements for the Project. NOW,THEREFORE,for and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: 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, as amended, is hereby incorporated into this 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 and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. B. Developer shall provide financial security in conformance with paragraph 6, Section II, of the Policy and recognizes that there shall be no reduction iti the collateral until the Project has been completed and the City has officially accepted the Improvements. Developer further acknowledges that said acceptance process requires the Developer's contractor(s) City of Fort Worth,Texas Standard Community Facilities Agreement-Hanover Clearfork CFA Official Release Date:02.20.2017 Tv9 Page 2 of 11 �5 FT. WORTH,"T to submit a signed affidavit of bills paid and consent of Surety signed by its surety to ensure the contractor has paid any sub-contractor(s) and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full by Developer for all the services provided under this contract. C. Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City-approved construction plans, specifications and cost estimates provided for the Project and the exhibits attached hereto. D. The following checked exhibits describe the Improvements and are incorporated herein: Water(A)$;, Sewer(A-1) ;, Paving(B) I _ Storm Drain(B-1) , Street Lights & Signs (C) i I_ E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section II,paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section II, of the Policy. Developer shall ensure its contractor(s)pays the then-current City-established wage rates. F. For all Improvements included in this Agreement for which the Developer awards construction contract(s), Developer agrees to the following: i. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to meet City's requirements for being prequalified,insured,licensed and bonded to do work in public ways and/or prequalified to perform water/wastewater construction as the case may be. ii. To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent (100%) of the contract price of the infrastructure,and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the infrastructure for a period of two (2) years from the date of final acceptance insuring the maintenance and repair of the constructed infrastructure during the term of the maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253, Texas Government Code. City of Fort Worth,Texas Standard Community Facilities Agreement-Hanover Clearfork CFA Official Release Date:02.20.2017 Page 3 of 11 iii. To require the contractor(s)it hires to perform the construction work contemplated herein to provide insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer-awarded infrastructure construction contracts. The City shall be named as additional insured on all insurance required by said documents and same will be evidenced on the Certificate of Insurance (ACORD or other state-approved form) supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours advance notice of intent to commence construction to the City's Construction Services Division so that City inspection personnel will be available;to require the contrac Eor to allow the construction to be subject to inspection at any and all times by City inspection forces,to not install or relocate any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. V. To require its contractor to have fully executed contract documents submitted to the City in order to schedule a Pre-Construction Meeting. The submittal should occur no less than 10 working days prior to the desired date of the meeting. No construction will commence without a City-issued Notice to Proceed to the Developer's contractor. vi. To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement, if any, until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. G. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the improvements under this Agreement. H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the Improvements required herein. I. City shall not be responsible for payment of 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. City of Fort Worth,Texas Standard Community Facilities Agreement-Hanover Clearfork CFA Official Release Date:02.20.2017 Page 4 of 11 J. Developer hereby releases and agrees to indemnify, defend and hold the City harmless for any inadequacies in the preliminary plans,specifications and cost estimates supplied by the Developer for this Agreement. K. Developer agrees to provide, at its expense, all necessary rights of way and casements across property owned by Developer and required for the construction of the current and future improvements provided for by this Agreement. L. The Developer further covenants and agrees to, and by these presents does hereby, fully indemnify, hold harmless and defend the City, its officers, agents and employees from all suits,actions or claims of any character,whether real or asserted,brought for or on account of any injuries or damages sustained by any persons (including death) or to any property, resulting from or in connection with the construction, design, performance or completion of any work to be performed by said Developer, its 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, its 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. M. Developer will further require its contractors to indemnify, defend and hold harmless the City, its officers, agents and employees from and against any and all claims, suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from,or in any way connected with,the construction of the infrastructure contemplated herein, whether or not such in juries, 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. Further,Developer will require its contractors to indemnify, and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and construct the improvements in a good and workmanlike manner, free from defects, in conformance with the Policy, and in accordance with all plans and specifications. City of Fort Worth,Texas Standard Community Facilities Agreement-Hanover Clcarfork CFA Official Release Date:02.20.2017 Page 5 of 11 N. Upon completion of all work associated with the construction of the Improvements, Developer will assign to the City a non-exclusive right to enforce the contracts entered into by the Developer with its contractor along with an assigmnent of all warranties given by the contractor,whether express or implied. Further, Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. O. Inspection and material testing fees are required as follows: i. Developer shall pay in cash water and wastewater inspection fees and material testing fees equal to two percent(2%) for a total of 4% of the developer's share of the total construction cost as stated in the construction contract. ii. Developer shall pay in cash paving and storm drain inspection fees equal to four percent (4%) and material testing fees equal to two percent (2%) for a total of 6% of the developer's share of the total construction cost as stated in the construction contract. iii. Developer shall pay in cash the total cost of streetlights or if the city is not installing the streetlights, inspection fees equal to four percent (4%) of the developer's share of the streetlight construction cost as stated in the construction contract. iv. Developer shall pay in cash the total cost of street signs. P. COMPLETION WITHIN 2 YEARS i. Developer shall complete the Improvements within two (2) years, provided, however, if construction of the Improvements has started within the two year period,the developer may request that the CFA be extended for one additional year. ii. Nothing contained herein is intended to limit the Developer's obligations under the Policy, this Agreement, its financial guarantee, its agreement with its contractor or other related agreements. iii. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the const:niction of the Improvements if at the end of two(2)years from the date of this Agreement(and any extension period) the Improvements have not been completed and accepted. iv. The City may utilize the Developer's financial guarantee to cause the completion of the construction of the Improvements or to cause the payment of costs for City of Fort Worth,Texas Standard Community Facilities Agreement-Hanover Clearfork CFA Official Release Date:02.20.2017 Page 6 of 11 construction of same before the expiration of two (2) years if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction, the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement. Q. Developer acknowledges that in accordance with Chapter 2270 of the Texas Government Code,the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Developer certifies that Developer's signature provides written verification to the City that Developer: (1)does not boycott Israel; and(2)will not boycott Israel during the term of the contract. IMMIGRATION AND NATIONALITY ACT R. Developer shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Developer shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Developer shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Developer employee who is not legally eligible to perform such services. DEVELOPER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY DEVELOPER, DEVELOPER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Developer, shall have the right to immediately terminate this Agreement for violations of this provision by Developer. City of Fort Worth,Texas Standard Community Facilities Agreement-Hanover Clearfork CFA Official Release Date:02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name:Hanover Clearfork CFA No.: CFA19-0005 City Project No.: 101937 An Engineer's Estimate of Probable Cost is acceptable. However, the construction contract price will ultimately determine the amount of CFA fees and financial guarantee. The bid price and any additional CFA payments will be required prior to scheduling a pre-construction meeting. An itemized estimate corresponding to each project-specific exhibit is required to support the following information. Items Developer's Cost A. Water and Sewer Construction 1. Water Construction $ 38,292.00 2.Sewer Construction $ 77,795.00 Water and Sewer Construction Total $ 116,087.00 B. TPW Construction 1.Street $ 33,751.00 2.Storm Drain $ 24,712.00 3.Street Lights Installed by Developer $ - 4. Signals $ - TPW Construction Cost Total $ 58,463.00 Total Construction Cost(excluding the fees): $ 174,550.00 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 2,321.74 D. Water/Sewer Material Testing Fee(2%) $ 2,321.74 Sub-Total for Water Construction Fees $ 4,643.48 E. TPW Inspection Fee(4%) $ 2,338.52 F. TPW Material Testing(2%) $ 1,169.26 G. Street Light Inspsection Cost $ H. Signals Inspection Cost $ H. Street Signs Installation Cost $ Sub-Total for TPW Construction Fees $ 3,507 78 Total Construction Fees: $ 8,151 26 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 174,550-00 x Completion Agreement=100%/Holds Plat $ 174,550.00 Cash Escrow Water/Sanitary Sewer—125% $ 145,108.75 Cash Escrow Paving/Storm Drain=125% $ 73,078.75 Letter of Credit=125%w/2 r expiration period $ 218,187.50 City of Fort Worth,Texas Standard Community Facilities Agreement-Hanover Clearfork CFA Official Release Date:02,20.2017 Page 8 of 11 ACCORDINGLY, the City of Fort Worth and Developer have each caused this instrument to be executed in quadruplicate in each entity's respective name by its duly authorized signatories effective as of the date executed by the City's City Manager or his/her designee. CITY OF FORT WORTH DEVELOPER Hanfork Holdings LLC Jesus 1.Chapa(May 10,2019f Jesus J. Chapa Assistant City Manager Judi opper(Ma 1 `2019) Date: May 10,2019 Name: Judi Hopper Recommended by: Title: Vice President Tennifer EzernacK Date: May 10,2019 Jennifer Ezernack(May 10,2019) Evelyn Roberts/Jennifer Ezernack Project Assistant Planning and Development Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and Approved as to Form &Legality: administration of this contract, including ensuring all performance and reporting LywLa-21 f1/L6 1/f2?11 requirements. Richard A McCracken(May 10,2019) Richard A. McCracken Assistant City Attorney e9cartett Morales(May 10,2019) M&C No. N/A Name: Janie Morales Date: May 10, 2019 Title: Development Manager Form 1295: of F°R� ATTEST: �'�• % 14atX * e S Mary J.Kayser(May 13,2019) Mary J. Kayser/Ronald Gonzales City Secretary/Assistant City Secretary j $ . City of Fort Worth,Texas Standard Community Facilities Agreement-Hanover Clearfork OFFICIAL RECORD CFA Official Release Date:02.20.2017 Page 9 of 11 CITY SECRETARY FT. WORTH,TX Check items associated with the project being undertaken:; checked items must be included as Attachments to this Agreement Included Attachment Attachment 1 -Changes to Standard Community Facilities Agreement Location Map Exhibit A: Water Improvements ®_ Exhibit A-1: Sewer Improvements Water and Sewer Cost Estimates Exhibit B: Paving Improvements ® Paving Cost Estimate ®. Exhibit B-1: Storm Drain Improvements z Storm Drain Cost Estimate ❑ Exhibit C: Street Lights and Signs Improvements ❑ Street Lights and Signs Cost Estimate (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement-Hanover Clearfork CFA Official Release Date:02.20.2017 Page 10 of 11 ATTACHMENT"I" Changes to Standard Agreement Community Facilities Agreement City Project No. 101937 None. City of Fort Worth,Texas Standard Community Facilities Agreement-Hanover Clearfork CFA Official Release Date:02.20.2017 Page 11 of 11 00 42 48 SpecBook Proposal Form DAP-BID PROPOSAL Page 1 of 2 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal BidlistItem Description Section Ur*of Bid Unit Price Bid Value No. Section No. Measure Quantity UNIT I:WATER IMPROVEMENTS 1 3305.0109 Trench Safety 33 05 10 LF 29 $1.00 $29.00 2 3305.6111 Valve Box Adjustment 33 05 14 EA 1 $500.00 $500.00 3 3311.6001 Ductile Iron Water Fi fts 4 Restraint 33 11 11 TON 0.5 $5,500.00 $2,750.00 4 3311.0161 6"PVC Water Pipe 33 11 12 LF 29 $36.00 $1,044.00 5 3312.0001 Fire Hydrant 33 12 40 EA 1 $4,650.00 $4,650.00 6 3312.2803 6"Water Meter and Vault 33 12 11 EA 1 $15,756.00 $15,756.00 7 3312.310512"Cut4n Gate Valve 33 12 20 EA 1 $3,963.00 $3,963.00 8 3312.4004 8"x 6"Tapping Sleeve&Valve 33 12 25 EA 2 $4 800.00 $9,600.00 TOT L UNIT :ZZER IMPROVEMENTS $38,292.00 UNIT II:SANITARY SEWER IMPROV EN 11 0241.2013 Remove 8"Sewer Line 0241 14 LF 5 $20.00 $100.00 12 0241.2201 Remove 4'Sewer_Manhole 02 41 14 EA 1 $2,500.00 $2,500.00 13 3305.0109 Trench Safely 33 05 10 LF 49 $1.00 $49.00 14 3305.0113 Trench Water Stops 330515 EA 1 $250.00 $250.00 15 3331.4115 8"Sewer Pipe 33 31 20 LF 14 $62.00 $868.00 16 3331.4201 10"Sewer Pipe 331116,33 LF 35 $110.00 $3,850.00 17 3339.0001 Epoxy Manhole Liner 33 39 60 VF 42 $372.00 $15,624.00 18 3339.1001 4'Manhole 33 39 20 EA 1 $11,620.00 $11,620.00 19 3339.1102 5'Drop Manhole 33 3910,33 EA 1 $25,564.00 $25,564.00 20 3339.1103 5'Extra Depth Manhole 33 3910,33 VF 15 $250.00 $3,750.00 21 9999.0001 4'Manhole WITCEQ Sep.Requirements 000000 EA 1 $11,620.00 $11,620.00 22 9999.0002 Conned to ExistingManhole 00 00 00 EA 1 $2 000.00 $2,000.00 TOTAL UNIT II:SANITARY SEWELt I PRPVEMENTSI $77,795.00 UN T I:PAVING MPROVEMENTS 26 0241.1000 Remove Co_nc Pvmt 0241 15 SY 171 $15.00 $2,565.00 27 0241.1300 Remove Conc Curb&Gutter 02 41 15 LF 259 $15.00 $3,885.00 28 3212.0501 4"Asphalt Base T_ype 8 32 1216 SY 42 $48.00 $2,016.00 29 3213.0163 8"Conc Pvmt 32 1313 SY 335 $56.00 $18,760.00 30 3216.0101 a Conc Curb and Gutter 1321613 1 LF 261 $25.00 $6,525.00 12TAL UNIT I:PAVING MPROVEMENTS $33,751.00 UNIT III:STORM DRAIN IMPROVEMENTS 39 0241.3014 Remove 21"Storm Line 02 41 14 LF 20 $50.00 $1,000.00 40 0241.4202 Remove 5'Drop inlet 02 41 14 EA 2 $2,000.00 $4,000.00 41 3305.0109 Trench Safety 330516 LF 21 $1.00 $21.00 42 3341.0201 21"RCP,Class III 33 41 10 LF 19 $89.00 $1,691.00 43 9999.0003 Connect to Existing RCB 00 00 00 LF 1 $18,000.00 $18 000.00 TOTAL NIT III:STO DRAIN IMPROV MENTS $24,712.00 CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Forth Vff3W Apri2,2014 HarmwCkearfork OTO OD 4243 SpeCBook Plopo m Form DAP-BID PROPOSAL Page 2 d 2 SECTION 00 42 43 Djveloper Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Bid Summary UNIT I:WATER IMPROVEMENTS _ $38_,292.00 UNIT Il:SANITARY SEWER IMPROVEMENTS _ $77,7_95.00 UNIT N:PAVING IMPROVEMENTS $33,751.00 UNIT V:STORM DRAIN IMPROVEMENTS _ $24,712.00 Total Construction Bid $174,550.00 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 90 calendar days after the date when the C011TitACT commences to run as provided in the General Conditions. END OF SECTION ` 1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version Aprl 2,2014 Harrow Cbartork OTO Z r � Iz U) _Z w > Z Iz 0� O z = a �No�M cco BELLAIRE DR. S. PROJECT LOCATION CPN 101937 OWNER: Wil PELOTON VICINITY MAP THE HANOVER * I... ]OL--. NORTH COMPANY 9800 HILLWOOD PARKWAY NOT TO SCALE HANOVER CLEARFORK 5847 SAN FEILIPE,SUITE 3600 SUITE 250 HOUSTON,TX 77057 FORT WORTH,62 76177 DATE:APRIL 2019 PHONE#:713.267.2100 PHONE:817-562-3350 LEGEND PROPOSED WATER LINE IEXW - EXISTING WATER LINE X N PROPOSED GATE VALVE g 1 EXISTING GATE VALVE D SEX W- EXW- APACHE PLUME ROAD m � I X I X PROPOSED 6" FIRE SERVICE x p � w 1 I PROPOSED 6" DOMESTIC SERVICE WITH 6"WATER METER AND VAULT m LOT 1, BLOCK NW-14R x EDWARDS RANCH CLEARFORK ADDITION x w : I IY Q >K I w Q; J I Q I m O ' Q: O' N X O PROP. FIRE HYDRANT I EX W EXW EX EXW EXW EX W c—� =CLEARFORK MAIN STREET CPN 101937 EXHIBIT A OWNER: I€ i PELOTON 0 NORTH e0� WATER THE HANOVER IIIII LAND SG&NTIONS COMPANY 9800 HILLWOOD PARKWAY 50 HANOVER CLEARFORK 5847 SAN FELIPE,SUITE 3600 SUITE,T GRAPHIC SCALE PHONE ON,T267057 FORT WORTH,62 7350 DATE:APRIL 2019 PHONE:817-562-3350 LEGEND PROPOSED SANITARY SEWER LINE • PROPOSED SANITARY MANHOLE E>SS EXISTING SANITARY SEWER LINE EXISTING SANITARY MANHOLE APACHE PLUME ROAD PROPOSED 8"SEWER SERVICE 1 IV) x w I 1 � U w LOT 1, BLOCK NW-14R EDWARDS RANCH CLEARFORK ADDITION b I PROPOSED 8"SEWER SERVICE . Qf I I W L; I m I Q z 0 O PROPOSED 10"SEWER SERVICE - EX SS - EX SS E'SS-�- EX SS- c- CLEARFORK MAIN STREET 1 CPN 101537 EXHIBIT Al OWrER: ill PELOTON SANITARY SEWER THE HAIJOVER non LAND CLUTIONS ° NORTH80' COMF,ANY 9800 HILLWOODOOD PARKWAY Y 250 HANOVER CLEARFORK 5M7 SAN FELIPE,SUITE 3600 F SUITE ORTWORTH,T,TX 76177 HOUSTON,TX 77057 GRAPHIC SCALE DATE:APRIL 2019 PHONE#:713.267.2100 PHONE:817-562-3350 LEGEND CONCRETE PAVEMENT BRICK PAVERS HARDSCAPE AND LANDSCAPE (PRIVATE) APACHE PLUME ROAD PROPOSED cr I TYPE P RAMP LOT 1, BLOCK NW-14R EDWARDS RANCH I CLEARFORK ADDITION I I PROPOSED w TYPE P RAMP j Q J o m Q z RAMP BY SEPARATE CONTRACT O N (CPN-101596) O 8" CONCRETE OVER 4"ASPHALTIC CONC. PAVEMENT TXDOT TYPE B i EX RAMP CLEARFORK MAIN STREET CPN 101937 EXHIBIT B OWNER_ hN PELOTON 0 NORTH 80, PAVING THE HANOVER i-i I.M. .o, „a , COMPANY 9800 HILLWOOD PARKWAY 250 HANOVER CLEARFORK 5847 SAN FELIPE,SUITE 3600 SUITE ,T HOUSTON,TX 77057 FORT WORTH,TX 76177 GRAPHIC SCALE DATE:APRIL 2019 PHONE ON,T267057 PHONE:817-562-3350 LEGEND PROPOSED STORM DRAIN LINE = = EXISTING STORM DRAIN LINE - ==APACHE PLUME ROAD - ii r i I- I � II I LOT 1, BLOCK NW-14R EDWARDS RANCH CLEARFORK ADDITION _I I - I T - 21" RCP TO ROW 0 ` W CONNECT TO EX RCB I j !� Q } J I ( o (D I Q oM REMOVE DROP INLETS (I AND PIPE 1 I I -- CLEARFORK MAINS EET � CPN 101937 EXHIBIT B1 OWNER: 1i!ii PELOTON 0 NORTH 80' STORM DRAIN THE HANOVER ,„ .AXD SULYTIONS COMPANY 9800 HILLWOOD PAR250 KWAY HANOVER CLEARFORK 5847 SAN FELIPE,SUITE 3600 SUITE,T GRAPHIC SCALE DATE:APRIL 2019 HOUSTON,TX 77057 FORT WORTH, PHONE#:713.267.2100 76177 PHONE:817-562-3350 350