Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Victory at Coppell CS-241031
City of Coppell Engineering Department Routing Sheet for Approval of Contracts and Agreements Vendor Name: Victory Retail Coppell, LLC Date: 10/25/2024 Contracted Work/Project: Victory Retail Development Management Agreement Explanation: Reimbursement to City for City-constructed S Belt Line improvements for Victory - $344,466.57 Council Approved: (ees) No If yes, Date: tz [v0 Budget Approved: Yes / No GL Account: Ethics Certificate Required: Yes / No If Yes, Copyis Attached: Yes / No (] New Vendor (J Existing Vendor (-] Renewing Contract Routing Sequence: Initials Date 1. Employee initiating contract/agreement: Cole Baker CB OLZE Y (Include W-9 & CIQ form if vendor is not in system.) 2. Supervisor Authorization: Ad aor TaN TER. LT !%e shy 3. Purchasing Manager/Technician: (Signature needed only if vendor is new to system or contract has been changed since last time used) 4. Director of Public Works Authorization: Mike Garza[__] Wie fo el aa 5. Deputy City Manager Authorization: Lol as ke 40/31/24 Comments: 6. City Manager: Mike Land Use of) Comments: 7. Copy of contract/agreement to Kim Tiehen: YES / NO DEVELOPMENT MANAGEMENT AGREEMENT This DEVELOPMENT MANAGEMENT AGREEMENT ("Agreement") is made by and between the City of Coppell, a Texas home rule municipality (“City”), and Victory Retail Coppell, LLC, a Texas limited liability corporation ("Company.”), acting by and through their respective authorized officers. WITNESSETH: WHEREAS, City of Coppell is currently constructing roadway improvements on South Beltline between Denton Tap and IH 635 within the corporate limits of the City (the Land"); and WHEREAS, Company and City have mutually determined that it would promote their respective interests if the City completed traffic signalization for S, Beltline Road and Hackberry Road intersection; and WHEREAS, the Company is developing approximately 16.77 acres of unimproved real property which require the construction of a new traffic signalization and require a traffic control signal on the southern portion of the development at the intersection of Hackberry Road and Beltline Road to include right turn deceleration lanes and driveways as set forth in Exhibit A; and WHEREAS, City has agreed to complete the required traffic signalization, in accordance with the terms and conditions set forth herein; and WHEREAS, the City currently employed a contractor to make roadway and intersection improvement on a portion of S. Beltline Road and Hackbetry Road intersection; and, said contractor has agreed to construct the traffic signalization to reconstruct and improve the intersection of Hackberry Road and Beltline Road. NOW THEREFORE, in consideration of the foregoing, and other valuable consideration the receipt and sufficiency of which is hereby acknowledged, the Parties agree as follows: Article I Term The term of this Agreement shall begin on the last date of execution hereof by both City and Company ("Effective Date") and continue until the Expiration Date, unless sooner terminated as provided herein. Article IJ Definitions Wherever used in this Agreement, the following terms shall have the meanings ascribed to them: “City" shall mean the City of Coppell, Texas acting by and through its City Manager, or Page | 1 Development Management Agreement 4874-7263-3977, v. 1 designee. "City Engineer" shall be Project Manager, which will be responsible to execute and approve the work of the contractor. "Commencement of Construction" shall mean that date which is the later of (a) ten (10) business days busitiess days after the City notifies Company (defined below) and execution of the Construction Contract. "Company" shall mean Victory Retail Coppell, LLC, a Texas limited liability corporation, and its permitted successors and assigns. "Completion of Construction" shall mean that the infrastructure improvements have been constructed and paid for by City as part of the Construction Cost and accepted, "Effective Date" shall mean the last date of execution hereof by each Party, "Event of Bankruptcy or Insolvency" shall mean the dissolution or termination of a Party's existence as an on-going business, insolvency, or appointment of a receiver for any significant part of such Party's property and such appointment is not terminated within ninety (90) days after such appointment is initially made, any general assignment for the benefit of creditors, or the commencement of any proceeding under any bankruptcy or insolvency laws by or against such Party and such proceeding is not dismissed within ninety (90) days after the filing thereof. “Expiration Date" shall mean the date that all Parties have fully satisfied their respective obligations herein, "Force Majeure" means any contingency or cause beyond the reasonable control of a Party including, without limitation, acts of God or the public enemy, war, terrorism, riot, civil commotion, insurrection, criminal acts by unrelated third patties, government or de facto governmental action or delays (unless caused by acts or omissions of the Party), adverse weather, fires, explosions, floods, strikes, slowdowns or work stoppages, provided, however, that Force Majeure shall not include a Party's inability to pay its obligations hereunder. “Impositions" shall mean all taxes, assessments, use and occupancy taxes, charges, excises, license and permit fees, and other charges by public or governmental authority, general and special, ordinary and extraordinary, foreseen and unforeseen, which are or may be assessed, charged, levied, or imposed by any public or governmental authority on Company, “Infrastructure Improvements” shall mean the construction of the li ghts and control device for the intersection of Hackberry and Beltline. "Land" shall mean the real property owned by City and described in Exhibit "A" attached hereto and incorporated herein by this reference, "Material Breach” shall mean a breach of a material term or condition of this Agreement Page | 2 Development Management Agreement \ 4874-7263-3977, v. 1 including specifically the following: (i) failure to construct the Project substantially in accordance with the Grading Plans; (ii) failure to timely cause Commencement of Construction or Completion of Construction of the Project, subject, however, to Force Majeure events; and (iii) failure of City to timely pay any or all of the Construction Cost to Company for the Company Project in accordance with the terms of this Agreement. "Party” or “Parties" shall mean City and/or Company, individually or jointly, as applicable. “"Project" shall mean the developments of the Land as generally depicted and described on Exhibit "A", . “Traffic Control Signalization or Signal” shall mean a traffic control device signal as defined in the Texas Manual on Uniform Traffic Control Devices. “Traffic Signal Cost" shall mean the total costs and expenses incurred by City for the completion of the Traffic Signal device, including without limitation, all costs of staking, topographic and other surveying costs, equipment rentals, and other related costs and expenses, subject to construction of sequential traffic control signal for east and west bound traffic on Hackberry Road and the north and south bound traffic on Beltline Road at the intersection thereof, including all hardware signals. Article I Project 3.1 Project Payment. For adequate consideration, pay the receipt and sufficiency of which ate hereby acknowledged, Company agrees to pay to the City and agrees to accept one- hundred percent (100%) of the design of the cost of the Traffic Signalization and twenty-five percent (25%) of the Cost for the installation of the Traffic Signalization at said intersection and one-hundred percent (100%) of the installation of the right turn deceleration lanes and driveway approaches and any incidentals associated with the right turn lanes and driveways, as shown in exhibit B and payable no later than thirty (30) business days after Completion of Construction, acceptance and invoice by the City, upon and subject to the terms, provisions and conditions hereinafter set forth in this Agreement. 3.2 Plans. City shall, at Company’s expense reimbursed pursuant to Section 3.1 above, cause the construction plans to be prepared in accordance with state law and local ordinances. 3.3 Construction of Project. Commencement and Completion of Construction of Project, City agrees, subject to events of Force Majeure, to commence implementation and installation with the redesigned and reconstructed intersection on or before [ ], 2023 and, subject to weather delays constituting Force Majeure, to cause Completion of Construction of the Traffic Signalization. 34 General Requirements for Design and Construction. (a) Compliance of Plans. The Project shall be designed and constructed in Page | 3 Development Management Agreement 4874-7263-3977, v. 1 accordance with plans. City shall comply with all local and state laws and regulations regarding the execution of the Plans for Traffic Signalization. (b) Compliance of Laws. Company shall comply with all local and state laws and regulations regarding the construction of the Project. Upon Completion of Construction of the Project, City shall provide Company with a final cost summary of all costs associated with the construction of the Infrastructure Improvements, and provide proof that all amounts pwing to contractors and subcontractors have been paid in full as evidenced by the customary affidavits executed by the General Contractor. (c) Uniform Traffic Control Standards. Except as otherwise provided in this Agreement, the design by City and construction by City of the Project, respectively, shall be in accordance with Uniform Manual of Traffic Control, as amended, and as modified by City, and to the extent applicable are hereby incorporated by reference, and shall be compatible with the City’s traffic signalization operating system. 3.5 Insurance, Priot to the issuance of a notice to proceed to commence any work on the Land and, thereafter, throughout the term of this Agreement, City shall cause its General Contractor to. purchase and maintain in full force and effect, the insurance required pursuant to Company's standard form of Construction Contract, (a) All insurance and certificate(s) of insurance shall contain the following provisions: (1) name the City and Company as additional insureds as to all applicable coverage, with the exception of Workers Compensation Insurance; (2) provide for at least ten (10) days prior written notice to City for cancellation, or non-renewal; (3) provide for a waiver of subrogation against City for injuties, including death, property damage, or any other loss to the extent the same is covered by the proceeds of insurance. (b) A certificate of insurance evidencing the ‘required insurance shall be submitted to the City prior to Commencement of Construction, 3.6 License, City shall be responsible for the acquisition of such easements and right- of-way that have not been previously dedicated as are necessary for the completion of the Infrastructure Improvements. Company hereby grants to City a temporary license to occupy and use the Land and such off-site areas for purposes of completing the Infrastructure Improvements, Article TV Termination 4.1 Manner of Termination, This Agreement may be terminated upon any one or more of the following events: (a) upon mutual written agreement of the parties; (b) —_ upon the Expiration Date; Page | 4 Development Management Agreement 4874-7263-3977, v. 1 (c) by either Party, if the other Party has commitied a Material Breach of this Agreement and such Material Breach is not cured within sixty (60) days after written notice thereof; provided that if the Material Breach cannot reasonably be cured within a sixty (60) day period and the defaulting Party has diligently pursued such remedies as shall be reasonably necessary to cure the default, then the non- defaulting Party shall extend the period in which the default must be cured for an additional sixty (60) days; and (d) _ by City, if Company suffers an Event of Bankruptcy or Insolvency, 4.2 City Remedies. In the event this Agreement is terminated by City pursuant to Section 4.1(c) or (d), City may seek specific performance, and/or actual damages incurred as a result of such uncured default by Company. In addition, in the event this Agreement is terminated by City pursuant to Section 4.1(c) or (d), City shall pay to Company all amounts of the Construction Cost incurred by Company prior to the date of such termination, subject, however, to a right to withhold a reasonable estimate of the costs to cure such Material Breach, until such Material Breach has been cured, at which time, City shall pay Company for any amounts of such withholding which were not incurred by City to cure the Material Breach, 43 Company Remedies, In the event this Agreement is terminated by Company pursuant to Section 4,1(c), Company may seek specific performance or actual damages incurred as a result of such uncured default by City, Article V Miscellaneous 5.1 Binding Agreement; Assignment. The terms and conditions of this Agreement are binding upon the successors and permitted assigns of the Parties. This Agreement may not be assigned by Company without the prior written consent of City’s City Manager. 5.2 Limitation on Liability. Company and City, in satisfying the conditions of this Agreement, have acted independently, and assume no responsibilities or liabilities to third parties in connection with these actions. 3.3 No Joint Venture. This Agreement is not intended to, and shall not be deemed to create, a partnership or joint venture between the Parties, 5.4 Authorization. Each Party represents that it has full capacity and authority to grant all rights and assume all obligations that are granted and assumed under this Agreement, 5.5 Notice. Any notice required or permitted to be delivered hereunder shall be deemed received (i) three (3) days after deposit into the United States Mail, postage prepaid, certified mail, return receipt requested, addressed to the Party at the address set forth below or (ii) on the day actually received if sent by courier, email or otherwise hand delivered. Page | 5 Development Management Agreement 4874-7263-3977, v. 1 If intended for City, to: Attn: City Manager Public Works Department City of Coppell, Texas City of Coppell P.O, Box 9478 265 E, Parkway Coppell, Texas 75019 Coppell, Texas 75019 Email: mland@coppelltx.gov Email: mgarza@coppelltx.gov With a copy to: Robert E. Hager Nichols, Jackson, Dillard, Hager & Smith, L.L.P. 1800 Ross Tower 500 North Akard Dallas, Texas 75201 Email: rhager@njdhs.com If intended for Company, to: Victory Retail Coppell, LLC Attn: Tony Ramji 2911 Turtle Creek Blvd. Suite 700 Dallas, Texas 75219 Email: legalnotices@vg-re.,com Any Party shall have the right to change its address for notice by sending notice of change of address to each other Party, in the manner described above, 5.6 Entire Agreement. This Agreement is the entire agreement between the Parties with respect to the subject matter covered in this Agreement. There is no other collateral oral or written Agreement among the Parties that in any manner relates to the subject matter of this Agreement, except as provided or referred to in this Agreement or as provided in any Exhibits attached hereto. 5.7. Governing Law. This Agreement shall be governed by the laws of the State of Texas; and venue for any action concerning this Agreement shall be in the State District Court of Dallas County, Texas. The Parties agree to submit to the personal and subject matter jurisdiction of said court. 5.8 Amendment. This Agreement may only be amended by a written agreement executed by both Parties. 5.9 Legal Construction. In the event any one or more of the provisions contained in this Agreement shall for any reason be held to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability shall not affect other provisions, and it is the intention of the Parties that in lieu of each provision that is found to be illegal, invalid, or Page | 6 Development Management Agreement 4874-7263-3977, v. 1 unenforceable, a provision shall be added to this Agreement which is legal, valid and enforceable and is as similar in terms as possible to the provision found to be illegal, invalid or unenforceable, 5.10 Recitals, The recitals to this Agreement are incorporated herein, 5.11 Counterparts. This Agreement may be executed in counterparts, Each of the counterparts shall be deemed an original instrument, but all of the counterparts shall constitute one and the same instrument. 5.12 Exhibits. The exhibits to this Agreement are incorporated herein by reference for all purposes wherever reference is made to the same. 5.13 Survival of Covenants. The covenants, and obligations of the Parties, as well as any rights and benefits of the Parties, under this Agreement shall survive termination to the extent set forth herein. 5.14 Covenants and Representations, Company represents, warrants and covenants that it has the authority to; (i) enter into this Agreement and to execute and deliver this Agreement and (ii) perform and comply with all of the terms, covenants and conditions to be performed and complied with by Company hereunder, City represents warrants and covenants that it has the authority to: (i) enter into this Agreement and to execute and deliver this Agreement; (ii) perform and comply with all of the terms, covenants and conditions to be performed and complied with by City hereunder; and (iii) if the City Engineer approves the Contract Award, City has sufficient funds reasonably available to pay the Construction Cost. \ 5.15 Time for Performance. Time is of the essence in the performance of each Party's obligations hereunder, 5.16 Force Majeure, Whenever a period of time is herein prescribed for action to be taken by City or Company (other than payment of money), City or Company shall not be liable or ' responsible for, and there shall be excluded from the computation for any such period of time, any delays due to Force Majeure. EXECUTED in duplicate originals this the |_ day of, octovev , 202) CITY OF con — “ By: Se a Mike Land, City Mahager ATTEST: ‘Ashley Owens\ City Secretary Page | 7 Development Management Agreement 4874-7263-3977, v. 1 EXECUTED this (&, of leenga12 , 2024 VICTORY RETAIL COPPELL, LLC, By: Victory Real a) GroupyLLC, its manager By: Tony Ramijf, i) Page | 8 Development Management Agreement 4874-7263-3977, v. 1 EXHIBIT "A" 4874-7263-3977, v. 1 a an a cr ec ears an a a A VOT ONT A Maa SY BOE LT PRO T= $35.96 w & PEDESTRIAN en —eeetene—nsa ACCESS EASEMENT ry rf a g ‘] ] Tc+sas.08 EXIST PEDESTRIAN ESNT POPSTA 4490.09. 72,50 LT GIN LT PGL TRANSITION + [OM 71,50' LT FO 46,00 LT ‘i SSS ee = Tes 65.40 STA 7*80,10, S07 LT oe yf TC «S474 4 a ‘STA 7481.26 GAT LT- i t ADJUST EX-WaH— sae = —— a A My 4 5g ON SENTON HEAL UEFFT LEGEND. 10" REINFORCED CONCRETE PAVEMENT CONGRETE WITH STAMPED BRICK PATTERN 6" REINFORCED MEDIAN CONCRETE PAVEMENT — = [eer] [2] wack smewaucravenen a BR Tre sel apisnanterg On IAD eect exe puitorteed by Jordan T. Vigghora, PLA 147456 oR OTAW2I. AllecadoOn nt ‘rrilualer to the racporEtnla enginaee Bagrmeg Proctry AcL_ Thus mcontt Hanis FP madre Nw ut the anc, 1201 10° REINFORCED CONCRETE DRIVEWAY PAVEMENT Lxsieeegraes ToS \_ (PER bit Ue Tuc a0) — ASPHALT PAVEMENT 00+6 V.LS ANI HOLVW STA 0910.30, 4644 AT A | TOs 614.88 OS+P ViS ANT] HOLVN ———- Pe —_— GRAOING LIMITS. NOTES: 1, ALL DIMENSIONS, STATIONS, AND OFFSETS ARE TO BACK OF CURS OR EOGE OF LANE AND ARE REFERENCE TO BELT LINE ROAD CENTERUNE UNLESS OTHERWISE NOTED, 2, ALL PAVING CONSTRUCTION AND SUBGRADE PREPARATION ‘SHALL BE iN. E WITH THE AP TE CITY OF COPPELL AND NCTCOG TXOOT SPECIFICATIONS, REFER TO THE "CONSTRUCTION SPECIFICATIONS AMO CONTRACT DOCUMENTS” FOR ADDITIONAL INFORMATION. 3, REFER 70 TYPICAL PAVING SECTIONS AND CROSS SECTIONS FOR DETAILED CROSS SLOPE AND CURE ELEVATIONS, 4, REFER TO GRADING PLANS FOR DETAILED CURE ELEVATIONS FOR INTERSECTIONS, 5. REFER TO TRAFFIC CONTROL PLANS FOR LIMITS OF HES PAVEMENT AND DRIVEWAY CONSTRUCTION PHASING INFORMATION, 8, REFER TO UTILITY AND STORM DRAIN PLANS FOR CiTY UNUTY ADJUSTMENTS, —— STA 6-70.12, 48.07 RT INSTALL BOLT DOWN DELINEATORS —" “a Br? +SREWWELXN20’ SPACING! Ten s26.04 1 OPFSET FROM LANE LINE Bear eo — i A ae We / ne gists, 700 Rr c ‘s, pa Tyee Rae —/"s, “SSSI STA 6171.67, BB.78'LT. INTAL\ a ADJUSTEX. TMitTO FINALGRADE |__|) s (BY OTHERS} igh ace ao 1 | os r ii E : “fl ie 1 tl 4 i 4 AV cf | } “ CURVE DATA i LASS!) ip TYPE7 RAMP oA NAME DELTA RADIUS | TANGENT | LENGTH | CHORDGEARING | LONGCHORO | H df) Wj of cs 01 2850.26" (RT| 1325.00 1252 RED) NOD 17 15,10" E 34.24 ar a } | { Ps ca a0" 00'00.05" {RT) 5.00 = 15,77 N 89° 27° 39.97° £ 1.00 | j AMHSEMOVH ri ca 42° 44°36.97" —(LT}] 68.00 7.58 18.32 NS* 50° 8.42" E 15.03 Lf c10 WAP SOT {RT} 60.00 FEZ 15,27 Se 5543.00 RESLI fo cit 1457S 18.86" {LT}| Zoo 6.36 5.07 NAR 27 45,377 E 402 ; t it fi PASTA §°98,00 é i — tT i T “ELEY 2 Ret = fot = ps Sa = : Tt | = ast 7] ccitge z | ie Sa a fa ae a La i ee (ee ae es ee ae 535 S$. BELT LINE RD G12 L j = SS 1 SS aS eS cies — — = SS ee 535 3a 3 By Ua i —§ e 5 = z a Zt a a a E 5 : é 5-18-2023 REVISION 5 4-21-2022 REVISION 2 NO, DATE REVISION DESCRIPTION a oe eee Cy By) press tows 3 1 Bets Kal OuRES Wd 17 LO0+6iVILS ANT] HOLWWN | + Byes RA ' gas HALFF 291) HORTH NOWSER ROAD AICARDSON, TEXAS 25U0y (14) I4eiDOU TELE TBPELS ENGINEERING FIRM WR-312 Wad 14) FSTS Fa) §25 ‘a avers «hal ESTE Na] ] i) ests 04] Pars xa] ors = Wu 14] ‘The enue uapeanny on Bit document ack mahunted Ip dationy F, Raburn ‘Trans FROM? TEAZES EWGINEER:NG FRR BEND. OS+P WLS ANTE HROLVW Te} ie} to | il i | i | | | bo RANCH Oe ad 42400 LOTd A SATEM -BISVINES UE S7¥Og S. BELT LINE RD PAVING PLAN AND PROFILE SHEET 2 OF 21 S, BELT LINE ROAD RECONSTRUCTION = mi & Tt —7_| 530 feu Beg BR ze" | | | | j 15 2 Aga ah-5 Wil Ja [4S sed in 2 Save CzeRaNS “Suva {1-635 TO SOUTHWESTERN: GITY OF COPPELL, TEXAS erry | SHEET DESIGN| DRAWN] DATE | SCALE | AVO- PROJECT| NO. | atte x Sclres Tad Ai] ons ee Hts Tod ay] FHS saves 1b ss foo'ocs 1ou a) 2p ack Vd au Sais Xl ——-| §25 Md] §25 o + ara | aH | $58 jasnoven| azses| stiea1a| 45 8 + Ld Patt “x2 ues wel 44 PGES Kay t ze'srs 7 LAL_A_/| & + Vy ~~ ST YT OF F&F VF 1— STA 10“68,88, S6.00° LT = by o WMAAIHG! iO ase WW sta t0ens.07 Beoo TT — STA 1ee35.0%, 96M LT OY PC pry A somtneeT OE SI2A8 ' if T= s1.00 “o) ‘i OTA F823, 89.77 0 ah 10+35,07, 89.53) LT. ae : Vf STA 11413.69, 65,87 LT fom PDIUST EX SSM _e , LY § tga < Exist ROW. ga F = = STA 12+98.03, 69.37 LT ADJUST EX, SSMH / Tox 53048 sm j STA 10+98.07, 58.007 &2 i PT {g- DATING STA, $056 B, BROT LT 1G = 58743 —$=—-Zz bal wells sem weet nant AN, aM, A “fo Cy 0 2» a0 SS OALIGAIAL TOMLIN NEL o @ 4 8 8 * Sa Die saa ammusting cn thi ducumenl VrTaGA SCAT OH TFET ome mutch ty Jordan T Vapi, LEGEND 10° REINFORCED CONCRETE PAVEMENT tore tran Ranaaionn foe 150) ESSE] CONCRETE WITH STAMPED jeeteoeeraat BRICK PATTERN 6° REINFORCED MEDIAN CONCRETE PAVEMENT ee, ———e = ‘STA 10=02.10, 47.4 LT : oe — SS PT STA 1487.05, W.O9 LT END LT PGL TRANSTTION FROM 71.89 LTTO-46,00 LT _#f L Sense gS ae oT t Te w SL 4400 PF pr we ‘STA WHON.07, LO LT STA 10087 32, 00: AT = z Tes See TG asm O0+€+ VIS ito THICK SIDEWALK PAVEMENT jas 10" REINFORCED CONCRETE DRIVEWAY PAVEMENT it * HUG STA 122.45, 4607 AT Tors sree Ses] ASPHALT PAVEMENT NITHO.LVA ———- P&L 0076 VIS NTT HOLYA =e errot euIT Bey 4 (ed GRADING LIMITS: NOTES: 1, ALL DIMENSIONS, STATIONS. AND OFFSETS SRE TO BACK OF CURE OR &0GE OF LANE AND ARE REFERENCE TO BELT LINE ROAD CENTERUNE UNLESS OTHERWISE NOTED. 2. ALL PAVING CONSTRUCTION ANS SUBGRADE PREPARATION SHALL BE IN ACCORDANCE WITH THE APPROPRIATE CITY OF COPPELL ANG NCTCOG TXDOT SPECIFICATIONS. REFER ‘JO THE "CONSTRUCTION SPECIFICATIONS AND CONTRACT DOCUMENTS" FOR ADDITIONAL INFORMATION. 3, REFER TO TYPICAL PAVING SECTIONS AND CROSS SECTIONS FOR DETAILED CROSS SLOPE ANID CURE ELEVATIONS, 4, REFER TO GRADING PLANS FOR DETAILED CURB ELEVATIONS FOR INTERSECTIONS: 5, REFER TO TRAFFIC CONTROL PLANS FOR UMITS OF HES: PAVEMENT. AND DRIVEWAY CONSTRUCTION PHASING INFORMATION. &, REFER TO UTILITY AND STORM DRAIN PLANS FOR CITY UTILITY ADJUSTMENTS, =a ar py oe i S75 11908.28: aE. BT Te S3L2% STA 10+82.31, 57.00 AT INSTALL BOLT DOWN DELINEATORS {SREVWFLXK20 SPACING) Pe 7 OFFSET FROM LANE LINE TC = 532.46 STA 909,03. 57.00 AT PC TC = 533,50 Tita er rerpomicepetons ae ¢ ya (20°: n 7 or 1 OFFSET FROM LANE LINE ae $000,013, iT. a0" AIT: Pt TC sEFLTS CURVE DAT: NAME DELTA RADIUS TANGENT | LENGTH | CHORDGEARING | LONG CHORD crs | soar aoe IRN] 30.00 30,00 ani2 | Sasrar wore a2a3 Cit So 0126.16" —{L7}| 30.00 30.01 S714 Nac* IB 3505" E 324s AVAVZAIHO TeEOL¥LS C18 j 190° OD' 00.05" (LT) 3.50 = 1.53 N 8" 27° 49,88" E 7.00 cs 180" OP OOK" (RT) 3.50 - 10.95 5 89" 27° 49.07" W 7.00 c2t 50" 4212.67" (RT)| 0.00 1421 26.55 $26" S7 16375 25.59 S. BELT LINE RD fee ese ee ~— | aoe Sot 535 eS 18-2023 REVISION § DATE REVISION DESCRIPTION a2 set HALFF “VE | 625 W2O1 NORTH BOWSER ROAD RICHARDSON, TEXAS 790U1 (74; 4e-6200 (TEL) TBPELS ENGINEERING PIRI F312 i Tas t “} | 530 530 “fg | 7 érits Bits xa] ‘ : ed me Tits ¥3| tts xa SHeES 1D LT OS tts 1d 14 Po pyre xa §25 005 Wa LY FEES i 07S WDAtT ; Li | PT ees Wd £1) Le Vets : Sg 200 W417 SEES Unt LY Sete hiverdactaunluramiund reansllene ulogrtie Teeat Eeginamnng Practiga fet Tha ecard ‘copy ul (rus deer ic on the a a ‘ethears of Half Aansclatien, ne 1283 Nea Fea0d, Pucenetnton TLS ENGINRERING = tr | | 7B IBV WON 43 WH 00+) WAS ANI HOLA Team FIP Pah 00+6 WLS SNIT HOLY a5 f= Part eas SS ees oy eeteeee f: = - | fom : + S. BELT LINE RD PAVING | it iW FAT 76 Pee. T t i : == {= ! : fi wa = = : PLAN AND PROFILE 4 SHEET 3.0F 24 §, BELT LINE ROAD RECONSTRUCTION [6-635 TO SOUTHWESTERN a z CITY OF COPPELL, TEXAS t “ ~ | 525 pesicn{oRawn| pave | scale | avo], CTY. | SHEET 42+00 43+00 wee | can | FEB lasnoreo! agssa| stieo14| 46 SSCOR UT ONY ROW G2"40d “WAAC LO1Y ozs “31yI5 ‘aisviNad I | GG 530 ai — =! ' 1H GLUE ia 525 + aviv aus fezeue ash veyesers aM ceoeras Bors wi Ice 1 “ie { 1 Hs ae) Thee xa ' ereth Wu wy 8 Wits a] pa | 1+} a 619d 1H pete ta SOVEE aed Jy otis xa ed Wd 14 eit! ava 10+00 =] Li) oS pas a = = STA 14+14.39, $8.85 LT. SS = — sore oP SOAUST TMH RIM TO FINAL GRADE COST i STA T7A08.5T, e918 LT= yo STA CS4E5.35. OTT LT {BY OTHERS) STA 17+08.57. 78,02 LT. PC’ TA 14+26,70, 49.9 LT or PT mo. / Te Sms? @) / J ADJUST Tati RIM TO FINAL GRADE &) () (2) STA 1806.10, BEET LT (ay oes a EXISTING — ADJUST SSMK™— \ /] EASEMENT = Ses = E ¢ PEDESTRIAN, ie sia {Se 80ST, SN LT, aN 46,00 UT PROP PEDESTRIAN EEMT i— STA 17-3342, B95 LT -| TO=53120 t— STA 1743350, 77.48 LT PC f— CONTRACTOR TO PROTECT _—— ——— 7 EX, WATER VAULT | | refeXe) ain 12460,42. 5B, 1 rit Se T= 532.53 \ Ao AVAMJAIYG 2) PESTED C i fee STA 7957.71, 70,00°LT PE <i STA 17463,72, 71,00° LT 2 BEGIN SIDEWALK WALL —————— REFER TO GRADING PLAN ren o 2 4 6 2 ————— CMCAL tom INERT LEGEND | 10" REINFORCED CONCRETE PAVEMENT === CONCRETE WITH STAMPED SS BRICK PATTERN & REINFORCED MEDIAN: CONGRETE PAVEMENT aa gee 5. n & La = sROP DEED NONGMENT sion er Us ‘Toe oat separa. coeama | A" THICK SIDEWALK PAVEMENT CE yg lp POU 14S00n bets ena a he soathet toate aiid Pape? Ea} 10° REINFORCED STA 1ES75.00, 2.00 RT CONCRETE DRIVEWAY PAVEMENT fuSTALL BOT DOWN BELNEATORS g To. a4 4 H+ — STA 18063.00. 46,00 RT sia sie . ASPHALT PAVEMENT Tt S22 t ‘ol SE ae one Als a a bal Toa THEA. ‘Tere E cearictamet a, a. SUMNER 18Dt ma" STA 18+S.H0. S700 RT . ee == +t Sar rae70.07. BIATLT _2nbuuST WH SONTRACTOS TO AQUST RAMP OTHE UNIELTOLAVOIG EX Sahel _ OTA Wels, ao — SN See ee i caalie Doreine The cists Ge AMP Sle se My, A a8 BH Fd OS+2L WIS 3 ¥ 2 ( ie q NI ) eory sep Be tiie HOLWW DOFET ae aNTT HOLA Tes iar ~~ ——— GRADING LIMITS 4. ALL DIMENSIONS, STATIONS, AND OFFSETS ARE TO BACK Sia < ‘OF CURB OR EDGE OF LANE AND ARE REFERENCE TO BELT arr LUNE ROAD CENTERUNE UNLESS OTHERWISE NOTED. i 7 t Ld STA Wet 22 53 AT —— i \ CURVE DATA 2. ALL PAVING CONSTRUCTION AND SUBGRADE PREPARATION STA 15+13.67, 59,96 RT NAME DELTA RADIUS TANGENT LENGTH CHOMD BEARING LONG CHORD SHALL BE IN ACCORDANCE WITH THE APPROPRIATE CITY HERRSEE FROM LANE. ONE: SErEN To DRNAGE PLANS Tes suas ca | sraranir @Ru)| 4000 Hz 47.23 | S45" or O0br © 4250 Se hard aese ENDS eel ekcetyreisatae REFER 23 89° 56° 16.4868" fl 340.00. 28.97 ATOS A.44* 25°S6,40" E 4240 rh —_ pa OE OAS, —————— STA 14495,16, 55.96 RT - at a : DOCUMENTS" FOR ADDITIONAL INFORMATION, NAME DELTA RACKS TANGENT LENGTH | GHORD BEARING [ LONG CHORD Te= $30.39 24 90" 02" 55,81 20,02 31.43 N45" 33' 37.84" We 28.30 cone cidlimers agridienis KN CROSS ae z > SP 25.78" a C25} ae" 30°53.51" 9.49 30.90 Nag 43 1872 E 282 | FICAL a 2.50 Ta 23 STi 50 25,78 aya STA (4467.61. 59.05 RT os | eae she ae soso [WSR SERIE ea Se Ta AE Sa aE CEN Gare clone ANG-CURE caso [ 122 S4'3ax aT] 2.50 4.59 5.36 NSU 27 Ler E £39 T= $28.81 a ze a - - = = ELEVATIONS. C265 15* 38° 57.03" RT} 86.50 G39 12.70 $4e° az 46.598 WwW 12.66 C264 37" 40.00" z 13.42 $8127 1639.97" 13.31 C26F 13° 75 30.56" oe 46.50 5.40 10,77 N63" a7 57,01" W VW.74 S B = La u NE RD C268 S57? $1 B52" 25.94 4. REFERTO eng CURB ELEVATIONS FOR EN’ . i t.¢— 9 : fh i. REFER TO TRAFFIC COKTROL PLANS FOR LIMITS OF HES oe PAVEMENT AND DRIVEWAY CONSTRUCTION PHASING ELEve 530.4 ——— Nea BOLT DOWN DELINEATORS: {SAF WFLX(20' SPACING) Teese _/ 6. REFER TO UTILITY AND STORM DAAIN PLANS FOR CITY UTUTY ADJUSTMENTS, 3 ire) if | | “Brebey eile AAA SPORRETION. 535 i pee rr | eat 300% 0a: | 3 Lf | | | a6 iy ov8 eee a8 ts eAae | | i] | } | | | 530 518-2023 REVISION 5 530 T ; i q 7 — 7 i 5 ‘PMISTA J537S.00 | __ os aes | ~ ee NO, DATE REVISION DESCRIPTION ae Sata | a foe 8 i Fe IS yWees A31S woes Aaa | gee HALFF 525 BE 120? NOMTH BOWSER ROAD RICHARDSON TEXAS TSB! (224) 346-6200 (TELY THPELS ENGINEERING FIRE PR312 ne 7a | | { oS+.5 WLS SNIT HOLV) 52018 Wet) ! P Wars xa sv EVAL WLS ba PRS ea i Sr00% We £7 ; ates ed Ts aa EES 1D 7) | VES a BP Ags Wu 1) 525 | 7 PTQe TEL WLS OWA ssom 7s i} || ‘hee cud nope Ny eecarmee we Wetheslz rea alley F, lebart, PEL IAM en IAI! Allenton a ‘ancaled darsenart were proper outta fo the raypcontAe septhee stn ateese wruiee se Trane Enpneming Proctee Ad. Tha record ay oF mas arg ee fn the eas ot a vais. bn 01 ‘oat Posear lee Jems S008 TUMELS ENaTEERING mas wtp OO+E} VLS ANT HOLVA | Sia aaa — a ae Mt ———— 530 RTOOT HA ATO CE S0d BRAND LOW CRETNSvihad NON 4ateH CM Tavis OLk BIS 0G: 1 NWN aye fOZENF “UREN WESSEL SLL FOC aa 530 Fhe mt _ | oe SS : ———— ae §. BELT LINE RD PAVING Nex oroum | . ! PLAN AND PROFILE SEAT POL i 525 SHEET 4 OF 21 . 8. BELT LINE ROAD RECONSTRUCTION 14-635 Td) SOUTHWESTERN CiTY OF COPPELL. TEXAS cry 520 DESIGN; DRAVIN| DATE | SCALE j AVO PROJECT §25 Zions Wd Pure F a] SHEET NO, 0925 1d Ae WWis al + U] > Pore 4 2805 2a 520 aR | Gan | SSS azees| stiscia| 47 13+00 14+00 15+00 ube GAs fay ee a Tey _ -_ CONTRACTOR TO PROTECT t asa: tic Spee Suc nace | on CX WATER VAULT.“ Cay STA 17-8857, 70,00 LTC e (=) () F CURR END sincWaLk WALL aene-— REFER TO GAAOING PLAN 20 UTILITY —— STA AT PARAE, BHO LT RASENENT Fal ace. 1 ‘STA, BOUT arp ‘Al fi Toma Eee 4 rd En AVALN TORE | \ 7 =: as 2ST. “te "i ee Oz inka! ac AA 0 tt ——=== ory the eet peek serene e 2 s * ft ereraty eran. Vigor =—_———— PEP Nast wn Cartes, Abel VePRA FOATPIM FREY LEGEND 19° REINFORCED CONCRETE PAVEMENT —— CONCRETE WITH STAMPED SS BRICK PATTERN 8” REINFORCED MEDIAN CONCRETE PAVEMENT 0S+02 VS fi 4° TRICK SIDEWALK PAVEMENT SS STA 1?+78.55, 200:LT ia rr, 10" REINFORCED CONCRETE DRIVEWAY PAVEMENT Rew ASPHALT PAVEMENT 2). » a= : oe ———= PEL ee GRADING LIMITS UO isis — SP : A S & OS+Z} VLS SANIT HOLY’ NO HOLY ‘i Tossa INSTALL BOLT DOWN DELINSATORS: SRENWLEOE SPACING) 3" ek JH ORPRET ERAN LANE UNE i 1, ALL DIMENSIONS, STATIONS, AND OFFSETS ARE TO BACK (OF CURE OR EDGE OF LANE AND ARE REFERENCE TO SELT LINE ROAD CENTERLINE UNLESS OTHERWISE NOTED. 2. ALL PAVING CONSTRUCTION AND SUBGRADE PREPARATION SHALL BE IN ACCORDANCE WITH THE APPROPRIATE CITY DF COPPELL AND NCTCOG TXDOT SPECIFICATIONS, REFER = coc i \ STA 18+25,08, 57.00 RT STA +7+83,80, 57.00 RT—7| TC = 528.48 TC = 526.21 ONES Es STA 19+85.61, 57.00 RT ae t0d9 PEDESTRIAN Ye = 527,82 EASEMENT 4 TO THE “CONSTRUCTION SPECIFICATIONS AND CONTRACT eT ee Ay Sh Tees. 63, 46.00 RT CURVE DATA DOCUMENTS" POR ADDITIONAL INFORMATION. TO = S309 NAME | DELTA ] RADIUS | __ TANGENT. ]_ LONG CHORD ‘ 3. REFER TO TYPICAL PAVING SECTIONS AND CROSS cu | sosvi20 T)] 30.00 | 14.21 ] 26s | Nawarisrw | 25.69 SECTIONS FOR DETAILED CROSS SLOPE AND CURBS q ELEVATIONS. 4, REFER 10 GRADING PLANS FOR DETAILED CURB ~ ME ELEVATIONS FOR INTERSECTIONS ; 7 = a | 7 = 1 5, REFER TO TRAFFIC CONTROL PLANS FOR LIMITS OF HES TS ae il + ae ‘AND JON PHASING : ; = : = i Sa “T — t =| INFORMATION. == i 2 = a ae \ | | tt Tt a &, REFER TO UTILITY AND STORN DRAIN PLANS FOR CTY 1 §35 UTILITY ADJUSTMENTS, 535 a ee lon bem Vi i} | nooks * t | | | fi E § fi | | | | | wrens nay od DEN VES beh] “| 539 ———————— : S| sie2003 HEVIGHN 5 — — i = a i 5) NOt DATE REVISGN GENCRIPTION Ep ee sae HALFF ATT ‘Dei 530 to re NL g Lt | ‘RO: TEXAS FENDI f iTeus ‘FAPELS WNGINSERIMG Rid? aE O1Z Tove Aas enpearng on 84e gncument ans athe bet bectutier ©, Hotere Ma cota A TRAN" OR 40d ERO Tal avihad KO aateH “Swine act 239s tazeye 1 Oona WIS: lua | | | | (0S+02 WS 3NIT HOLW Oa re 7d 11} i} | Op Rey Wd 17 yt } Hayy O16IR 1d 17 OS+Z1 VIS'ANN HOLVN Gels 3} ft} | TOWTE Wd 17 fate «4 | | | MOPS = A +— ——|- + i a oe i \—— 530 EORPE= Mi ir bore ls a i] 2 a fe) == Se eel 8. BELT LINE RD PAVING _ Tf == PLAN AND PROFILE . SHEET 5 OF 24 ——+ 1 - 525 S$. BELT LINE ROAD RECONSTRUCTION iH-635 TO SOUTHWESTERN CITY OF COPPELL, TEXAS 520 DESIGN| DRAWN) paTe | scaLe | avo! | nator | Wor 526 520 WEIDER SIL waEn Tve wa Reais ava ar | cat | FEB lasnoren|soesi | stiscia} 48 a ny gg TA GHO9.84, 114,01 L Ta 1 STA 2+14.68, LAT AYA ae STA 842.45, SB,27 L7e in {_|sta te7082 LAT Al yy STAI B74 54, $27.79 LT =, STA 1+28.03. LAT A1_8 10-CURB INLET TC 9 595,87 FL 18" = 532,37 STA $*97,12. 114,75 T= |STAA+3R,11, LAT At ISSTALL 21°X18" GO" WE! STA S*57.12, 106,77 LT” a y STA 273X013, LAT > INSTALL 21°38" BO" WYE-—c- FIELD VERUFY STA 8487.33, D540 LT STA 1453.68, LAT AT INSTALL 4S* BEND HALEF ASBOCIATES, INC TBPELS ENGINEERING == Zz FIRM *F.J12 PRELIMINARY - FOR PRICING ONL Pratee Sd a tnd! sur Construction, Bi ao w ow DO —S——— ACORINTAL STRERN FELT cipers in tt a ee tee ee | ——S——_— VOHIEA. ea PRET [eat aa STA 5+97,12, 0815 LT= STA 4421.51. LAT AY INSTALL 30° BEND: JORDAN T VIGIANO WLU RATE STA S488, f2, 2012" LT STA 1400.00 LAT At STA 602,78, HL Te STA 4910,18, LAT AP INSTALL éo" SEND INSTALL Sn BEND CONSTRUCT CONCRETE COLLAR FL. J" © S28.29-/ FRELD VERIFY NOTES; 1, CONTRACTOR SHALL VERITY HORIZONTAL AND: VERTICAL LOCATION OF EXISTING PIPES AT ALL PROPOSED CONNECTIONS, INLET CONTROL POINT STATIONS & OFFSETS ARE AT THE CENTER OF THE INLETS AT BACK OF CURB, . CONTRACTOR SHALL INSTALL CONGRETE COLLARS AT ALL PIPE CONNECTIONS WHERE JOINT DEFLECTION ‘STA 809.88. 40.52 RTe & CONNECTIONS TO EXISTING PIPE WHERE PIPE oi & TONGUE/GROOVE IS DAMAGED, STA 2¢55.15, LAT AZ THE LOCATION AND EXTENT OF DAMAGED PIPE TO BE a 7500 8+00 De 00+6 VIS SNM HOLA l i i Ey OS+P VIS ANI] HOLVW INSTALL 20°X 18" 60" WYE av EXTENT GF DAMAGE PRIOR TO REPLACEMENT, STA 6408.77, 83,2011 . Th ee Papaya - {INSTALL S0"k16- 60" ye f= ssa RP \, Bini Set 1 102,79 17s STA S058, LAT AD INSTALL 20°X15" 50" WYE. STA 692012, 115,54 RTo STA 1932.70, LAT ALG ore ‘STA erat 105.01" LT FL 18" 9529.59 Vow 545 545 | “\ 3 540 ee ee 5 zai REVISION 5 wo. DATE REVISION DESCRIPTION gee HALFF 535 Ce 1201 NORTH BOWSER ROAD RICHARDSON, TEXAS 7S0N (774) 96-6200 {TEL} THPELS ENGINEERING HM BE? | 535 Tar aravinas ats: STREET T WON OS sas WR Ole Tet Ta be -FWIE PEROT ON sides oft. Toe baa anppomtg cn thes aicvenert siege matin by dary Fy doy. Pee wigs an OER, Anerxtone? 530 | ofkees cl Haat Acsauatey bre, "221 Horm Aewsnr Rad, Fehoreion, Feaoe 75081, TELS ENGIIEEREVG Ae ar, 00+6 VILS SN HOLYIN 625 Fraps — Po ——— I= = a a = =a SS S. BELT LINE RD STORM DRAIN ake 3W95n WHITRT Brie reneaee avo SHB i= = a ae ——t Z te ET | | == = Sees ee ee [4 —] ea a ge AA A | Te ee Se I: c PLAN AND PROFILE i iz | —_| . i= i es = i =e == fone “ae 520 SHEET 2 OF 24 | A = — = Seri Sa a, a a a = ie] Tp S. SELT LINE ROAD RECONSTRUCTION t — eS A SC Ya i i SS ent eS sc a WOOT Ea ee eee Se ee z ie Sarees ie i el CITY OF COPPELL, TEXAS a 516 Design| BRAWN pare | scat | avo | poO cr | Ne §20 ' a 7200 B+00 9+00 we | om | SB seostferseora gS eee RUA LET A ty Ae < Sj ne + FL or = 525.00 L — — Fe Se eS =e i ——————— SSS ST ee oe, STA 18-574. 29.00 LT. LINE A Sa eg, |CONNECT TO EX, Sa BEE CONSTRUCT SQRGRETE COLLAR SROAN T. VIGGENO Cote DATE 0! o ee a + 5 > a —— ee a — et pe oe —_ Gimmes ~ Bia aeons sean NE STA 1+R00 LAT AT SYA VOGAL LAT AG + ETA t-00.00 LAT ATA PLUG CONSTRUCT EX 21" RCP G+ VIS GENSTRUCT CONCRETE COLLARS oo FL EX 40" S20,0Fafe NGTES. 4, CONTRACTOR SHALL VERITY HORIZONTAL AND VERTICAL LOCATION OF EXISTING PIPES AT ALL PROPOSED CONNECTIONS, 2, INLET CONTROL PCINT STATIONS 8.OFFSETS ARE AT THE CENTER OF THE INLETS AT BACK OF CURB, 3. CONTRACTOR SHALL INSTALL CONCRETE COLLARS AT COMMEGT TO EX, 4° RCP 'e¢00 1 A 14+75.25, 22.32 LT, LINE Ae 4 400,00, LAT AT 5 ‘ba ' bi it OO+ET VIS SANTI HOLY NI HOLVA ry \ Laren BE REMOVED CONNECT 27° REP FLw $25.09 STA 16421.75, 46,46" L72! 3S | STA 2618.38, LAT ATA INSTALL 60° BEND TONGUE/GROOVE IS DAMAGED, &, THE LOCATION AND EXTENT OF DAMAGED PIPE TO BE REPLACED 1S APPROXIMATE AND BASED ON TV INSPECTION, CONTRACTOR SHALL FIELD VERIFY EXTENT OF DAMAGE FRIOR TO REPLACEMENT. STA 14945,09, 60,50 RT= STA 2426,10, LAT A7A bg a PL 24" = 525,20 S. BELT LINE RD Ne 40 j zt Ps 4 aM suleensaateiatiness Sines nyctitn eet { | un eztettl | IyaeseoH | i | anes ial a ES aes ‘ai ONY 1-1 §40 540 1 Bald at] rOWHES Hoy at ay ow ARAMA 06.09 a ty Ly ity AV i ie is eG dd ML & i nd ieee Main 535 = ; Peres REVISIONS 535 ry t a HNDE OL USM BP eS | ! i ' oorash vil NO. DATE REVISION DESCRIPTION 50 see HALFF ‘201 NORTH BOWSER ROAD RICHARDSON, TEXAS THIS (216/346-6200 (TEL) { StOLES Woo SUT SES eo OonuLeos 9 Lior | | i i way io Wrephiteocrn 9 | Deneep VLE FLOP, GRADE if i 530 LIB read beet ‘TEPELS ENGINEERING FIRM RFANT? Weta a | aponya A | i FL: ‘Tra seal appwering on 7p dooutan: raheutotcet Oy Jtey Rebar 525 525 Peer Gade SAGARA LOTd S3H STSVITAS zt T3798 | OS+24 VIS aun HOLWAL 0076) VIS INIT HOLY FRANZ ee 520 520 —} pp === S. BELT LINE RD STORM DRAIN al =a PLAN AND PROFILE 515 SHEET 4 OF 21. = S. BELT LINE ROAD RECONSTRUCTION betes = de Wiliee i, : - "$635 TO SOUTHWESTERN Sapriberaeste. | CITY OF COPPELL, TEXAS ie ‘ine i 510 pesisn] prawn! oate | scate | avo |) .CiTY, | SHEE! a} Pets 510 z Tig EPCS Juss Cayo SEO enw aT esiee Asn reutés Si Feoeita Aiwa 17200 ur | caH | SES 32664 | STIE-OTA 14 GQ) POPP OP OP OP STA 18403.25, 60,00" Lita} STA 19+05,00, 60,00" LT* " . Pal & STA 1436.31, LATAT f |STA 133.44, LAT AIG ~ AN INLET AG _ INLET Att sss @ CONSTRUCT’ ConsTRUCT 5 Ss {@ REC, CURB INLET io REC. CURB INLET — eee — ——& * TC w 529,09 10 = 436.99 Ss (a FL 21" = 522,59 _ ‘ FL 24" = 626.59 cometmcaniitivaes <3 TORESTOEIS SCNT PERT e rs 2 6 b —— VERE SORTS SA -ca bo di R= Sra 12380, LAT a10 FLEX Se PLB et PELG VERIFY FL Zi" = S72.0¢ _ &x 00" Bee 05+02 VIS 220M cp an ne ‘STA 19414,08, 246 LT. LINE A STA 1-00.00, LAT AT. NOTES: 4. CONTRACTOR SHALL VERIFY HORIZONTAL AND VERTICAL LOCATION OF EXISTING PIPES AT ALL PROPOSED CONNECTIONS. 2 INLET CONTROL POINT STATIONS & GFFSETS ARE AT THE CENTER OF THE INLETS AT BACK OF CURB. 3. CONTRACTOR SHALL INSTALL CONCRETE COLLARS AT ALL PIPE CONNECTIONS WHERE JOINT DEFLECTION STA 27458,00, 49.33 RT= STA 222,16, LAT AB INSTALL 60° BEND NO HOLVA, OS#Z1 VIS BNI HOLVA TONGUE'GROOVE IS DAMAGED. |. THE LOCATION AND EXTENT OF DAMAGED PIPE TO BE REPLACED AS APPROXIMATE AND BASED ON TY INSPECTION, CONTRACTOR SHALL FIELD VERIFY EXTENT OF DAMAGE PRIOR TO REPLACEMENT, bene mem Fr APL EX, Qt" S22 B4/-—.. | FIELD VERIFY a STA 17499.24, 49.32 RT= STA 1+90,92, LAT AS {MSTALL 60" BEND STA 18+15.80, 54.57 Row STA 1-90.76, LATA?) | _—__|__ \, STA 1754.44, S50 TT® STA 239.28, LAT Ail INLET Ag CONSTRUCT 49° TXOOT CURE 4NO GRATE INLET TC = s28.52 FL 24°5 524.55 540 bag wt. it i =a 1 Ss Sh ee a 535 : § } 421-2023 REVISIONS: i . iio, DATE REVISION DESCRIPTION 535 a TAL AION WONG: STAT HOT Ce ged UENUO LOE sive Snewiis EEE | so ft HALFF 1201 NORTH BOWSER ROAD RICHARDSON, TEXAS 74082 (2142346-4280 (TEL) ‘THPELS ENGINEERING POIM SFS¢2 na OS+02¢ WLS SNIT HOLVIN | ‘ is | [ OS9Z1 WIS ANIT 525 T { \ OLY {| | i! i i] il I | | 1 | | 1 Tenan JSON. THPELS FACINFFRING FRC F123 et WIE g20 I~ -—L-_ + ae ear : = i 1, aan 8. BELT LINE RD STORM DRAIN SS = = rears ae msi oe PLAN AND PROFILE _ide|— | a SHEET 5 OF 21 518 $: BELT LINE ROAD RECONSTRUCTION 1-635 TO SOUTHWESTERN — a | ey OT oa [ CITY OF COPPELL, TEXAS | | + eet 510 Design| pRAWwN| Dare | scaLe | avo’ | ,ociY | SKEET | | Sbt ead) | | L a | oe'ges a aa Ty ci ; | Se xa $15 ! = 5 f= i red = 1214 TNS Xa t | Adiwaa oat 510 | 7! _ | AEP LTS 23927 HO eUS GY TNDTISAZOSONTE NNW E its | 18+00 19+00 20+00 21+00 dpe | GaH | FSB lasworenj azeed j strata 464 Exhibit B Turn Lane and Driveway Paving for Victory Removal 27.33 «SY $7.69 $210.17 64,09 SY $7.69 $492,85 71,58 SY $7.69 $550.45 29,88 SY $7.69 $229.78 Street 88.99 SY $78,410 $6,950.12 150,76 SY $78.10 - $411,774.36 40.3 SY $78.10 $3,147.43 186,64 SY $78.10 $14,576.58 193.92 SY $78.10 $15,145.15 20.47. SY $78.10 $1,598.71 Driveway 114.65 SY $78.10 §8,954,17 96,15 SY $78.10 $7,509.32 102.82 SY $78.10 $8,030.24 Storm Drain for Victory Remove Curb Inlet 4 EA $552.11 $2,208,44 _ 18" RCP Pipe 20 sOLF $135,53 §2,710.60 24" RCP Pipe 43 OLE $130.88 $1,701,44 21" RCP Pipe 88 OWL $100.95 $8,883,60 Slotted Drain . 1 FA $19,069.71 $19,065.71, 15' TXDOT Curb and Grate Inlet 2 ~EA $11,200.00 $22,400.00 20’ Recessed Curb Inlet 1 EA $14,000.00 $14,000.00 15' Recessed Curh Inlet 1 «EA $10,200.00 $10,200.00 Total Victory Entrances / Strom Drain $160,343.11 Traffic Signal Hackberry / $ Belt Line 1 EA $576,493.87 $576,493.87 0.25 Signal Design $40,000.00 Victory entrance/storm drain $160,343.11 25% of Traffic Signal $144,123.47 Total All Cost $344,466.57 THE: ©¢'!TY:+oOF COPPELL x an i on, ; ® a MEMORANDUM To: Tony Ramji; Victory Retail Coppell, LLC From: Michael Garza, P.E., Director of Public Works Date: July 31, 2024 Reference: Development Management Agreement To whom it may concern, per the Development Management Agreement approved on September 12", 2023, we are requesting an executed copy of the agreement and reimbursement for design of traffic signal and 25% of installation of the traffic signal and for paving/drainage infrastructure improvements related to the development within the S. Belt Line right-of-way. The total amount requested for reimbursement is $344,466.57. We have attached the Development Management Agreement for reference. Please submit payment to: 265 Parkway Blvd. — Public Works Department Coppell, Texas 75019