Loading...
HomeMy WebLinkAboutContract 48545 CITY MCRLTARY CONTRACT NO. , Developer and Project Information Cover Sheet: Developer Company Name: Hartman-RPC LLC Address, State,Zip Code: 8111 LBJ Freewaey, Suite 310 Dallas Texas 75251 Phone&Email: 832-392-6740; dclayton@hi.reit.com Authorized Signatory,Title: Allen R. Hartman,President Project Name and Brief Longhorn Business Park Description: Project Location: NWC of Business 287 and IH 820 Plat Case Number: FP-15-122 Plat Name: Longhorn Business Park Mapsco: 13B Council District: 2 City Project Number: 100360 CFA Number: 2016-046 DOE Number: N/A To be completed by staff.• Received by: Date: Ohl 7 8 ,9 . !�. OFFICIAL RECORD Q J0 CITY SECRETARY FT.WORTH,TX City of Fort Worth,Texas a Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 1 of 11 STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, Hartman RPC 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 Longhorn Business Park ("Project") within the City or the extraterritorial jurisdiction of Fort Worth, Texas ("City"); and WHEREAS, the City has no obligation to participate in 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 be 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 in 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 CFA Official Release Date: 10.07.2015 Page2 of 1-1 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) Z, Paving (B) ®, Storm Drain (B-1) ®, Street Lights & Signs (C) ❑. 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 City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 3 of 11 maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253, Texas Government Code. 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 contractor 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. City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 4 of 11 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. 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 easements 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 iniuries, 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 iniuries, 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 City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 5 of 11 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. 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 assignment 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 construction of the Improvements if at City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 6 of 11 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 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. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 7 of 11 Cost Summary Sheet Project Name: Longhorn Business Park CFA No.: 2016-046 DOE No.: N/A 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 $ 173,430.00 2.Sewer Construction $ 110,080.00 Water and Sewer Construction Total $ 283,510.00 B. TPW Construction 1.Street $ 154,879.00 2.Storm Drain $ 421,807.50 3.Street Lights Installed by Developer $ 82,760.00 4. Signals $ TPW Construction Cost Total $ 659,446.50 Total Construction Cost(excluding the fees): $ 942,956.50 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 5,670.20 D. Water/Sewer Material Testing Fee(2%) $ 5,670.20 Sub-Total for Water Construction Fees $ 11,340.40 E. TPW Inspection Fee(4%) $ 23,067.46 F. TPW Material Testing(2%) $ 11,533.73 G. Street Light Inspsection Cost $ 3,310.40 H. Signals Inspection Cost $ _ H. Street Signs Installation Cost $ _ Sub-Total for TPW Construction Fees $ 37,911.59 Total Construction Fees: $ 49,251.99 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% "$ 117 56.50 .Completion Agreement=100%/Holds Plat 56.50 Cash Escrow Water/SanitarySewer=125% 87.50 Cash Escrow Paving/Storm Drain=125% 08.13 Letter of Credit=125%w/2yr expiration period 95.63 City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 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 Hartman RPC,LLC a Texas limited liability company By: HARTMAN INCOME REIT MANAGEMENT,INC., Jesus J. Chapa a Texas Corporation, Assistant City Manager Its: Manager Date: ) �1� Recommended by: �-- Name: Allen R.I�-artman i Q Title: President �oXb Date: Wendy Chi-' abulal, EMBA, P.E. Development Engineering Manager ATTEST: (Only if required by Developer) Water Department I S' nature �Q r Dou a W. iersig, P.E. Name:�� �V---, 0 Dire Tra sportation & Public Works Department Approved as to Form & Legality: ®fi)" Richard A. McCracken ATTEST: Assistant City AttorneyXP�� M&C No. i i Date: Z 13o I ary J. roo-K 1 Z5 S N — City Secretry City of Fort Worth,Texas. OFFICIAL RECORD Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 CITY SECRETARY Page 9 of 11 FTS WORTH TX Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. N�-2aef WO jea W terman Development Manager 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 Improvments ® Water Cost Estimate ® Exhibit A-1: Sewer Improvements ® Sewer Cost Estimate ®' Exhibit B: Paving Improvements ® Paving Cost Estimate Exhibit B-1: Storm Drain Improvements ® Storm Drain Cost Estimate El 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 CFA Official Release Date: 10.07.2015 Page 10 of 11 ATTACI VIENT"I" Changes to Standard Agreement Community Facilities Agreement City Project No. 100360 None City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 11 of 11 ;t 28 I _:.. LONGHORN L _ ��',� INDUSTRIAL E — - ----_------- r.. -- ... -- _.._.__ fJ A O ' v 820 -........., Z ! lr _.-L ; j LO ell I MEACHtAM\ 28 INTERNATIONAL AIBP-ORT \ A 1 3 COUNCIL DISTRICT #2 Winkelmann VICINITY MAP �`• & Associates, Inc. LONGHORN BUSINESS PARK LOTS 1-9, BLOCK 1 CONSULTING CIVIL ENGINEERS ■ SURVEYORS FORT WORTH, TEXAS 5750 HILLCREST PLAZA DRIVE,SUITE 325 (972)490-7090 DALLAS,TEXAS 75230 (972)490-7099 FAX A.F. ALBRIGHT SURVEY — ABSTRACT NO. 1849 SHEET TARRANT COUNTY, TEXAS scale N.'.`.- Date HARTMAN—RPC, LLC OF Dwg. File i <i :^;r _ "5_ :; 8111 LBJ FREEWAY, SUITE 310 ;;4. . DALLAS, TEXAS 75251 Project No. -- - LEGEND NOTE: ALL PROPOSED WATER LINES ARE PROPOSED 12" UNLESS OTHERWISE NOTED WATER LINE EXISTING WATER LINE INSTALL AUTOMATIC FLUSHER N PROPOSED SEWER LINE PROPOSED STORM LINE t� SCALE: PROPOSED Ol"=250' FIRE HYDRANT a I PROPOSED GATE VALVE RLAV,'A Jiv'z")L' 112" X 6" TAPPING SLEEVE S'S 'J\ N Sm- 12" X 6 TAPPING SLEEVE 12" X 8" TAPPING SLEEVE, 8" PLUG, & 12" PLUG 12" X 12" ANCHOR mTEE I\ I IV] 12" X 90" BEND] 12" X 8" TAPPING SLEEVE GAS a- D" PLUG 12" X 6" TAPPING SLEEVE CONNECT TO EX. 48" 12"X48" TAPPING SLEEVE f Winkelmann EXHIBIT A N 12" WATER "• & Associates, Inc. LONGHORN BUSINESS PARK LOTS 1-9, BLOCK 1 CONSULTING CIVIL ENGINEERS E SURVEYORS FORT WORTH, TEXAS 6750 HILLCRESr PLAZA DRIVE,SURE 325 (972)4 07 20 DALLAS,TEXAS 75230 (972)490-7099 FAX vF"0(1­rs �M A.F. ALBRIGHT SURVEY — ABSTRACT NO. 1849 SHEET W.. !U05'6.vu TARRANT COUNTY, TEXAS -2 Cate i-� ­'��' —RPC, LLC OF Date HARTMAN Dwg. File ovq 8111 LBJ FREEWAY, SUITE 310 DALLAS, TEXAS 75251 Project No. : ­'­�,J46 LEGEND PROPOSED _ — PROPOSED NOTE: ALL PROPOSED SANITARY SEWER ® � SEWER LINE — STORM LINE LINES ARE 8" UNLESS OTHERWISE NOTED PROPOSEDEXISTING >, -- — S WATER LINE EWER LINE W ?O 2EXISTING 8" SANITARY SEWER CONST. 4' MANHOLE CONST. 4' MANHOLE ,, ` K / ' CONST. 4 CONST. 4' `r MANHOLE nx� MANHOLE & 2-6" PLUGS /;'r CONNECTTOEX. SSMH (X-18489) CAS ,.. / n CONST. 4' / i` %' ' %� , MANHOLE & - 3-6" PLUGS / EXISTING 8" SANITARY N SEWER LINE / � . SCALE: i 1"=250' Winkelmann EXHIBIT B N 8" SAN SEWER & Associates, Inc. LONGHORN BUSINESS PARK LOTS 1-9, BLOCK 1 CONSULTING CIVIL ENGINEERS ■ SURVEYORS FORT WORTH, TEXAS 6750 RILLCREST PLAZA DRIVE.SURE 325 (972)490-7090 DALLAS,TEXAS 75230 (972)490-7099 FAX A.F. ALBRIGHT SURVEY — ABSTRACT NO. 1849 SHEET 3 TARRANT COUNTY, TEXAS Scale _ '? } Date i-22 i HARTMAN—RPC, LLC pg Dwg. File : 26046 ",i A t= hihi;:.<;,y<- 8111 LBJ FREEWAY, SUITE 310 Project Na. i4 DALLAS, TEXAS 75251 f 3 $ I N 711 i Lu sUl''f. Al I:.'.. Ti 2 nxNm I /t X02 ICPss —__•— ``------ ._._ > iii;', , I 5' REINF. CONCRETE SIDEWALK 4" 3,000 PSI, PER MONOLITHIC CURB & GUTTER TO CITY OF FORT WORTH DETAILS -- _ REPLACE EXISTING DRIVE APPROACH & MOUNTABLE CURB /// ,►.;' '; co 8" Pte= ��n // / •_/ I �pkc SS) 12" pV \� 'oma REINF. CONCRETE ROADWAY 8" 3,600 PSI (5.5 SK), #3 BARS 18" O.C.E.W., (MACHINE PAVING) OR , 8" 4,500 PSI (6.0 SK), #3 BARS 18" O.C.E.W. 7 / . (HAND PAVING) 75'TEXAS ELECTRIC N SERNCf COMPANY 4LEUMf 2037,PACE 277 REINF. CONCRETE RIGHT TURN LANE 1 7" 4,000 PSI, PER TXDOT CRCP DETAILS SCALE: 1"=250' Winkelmann EXHIBIT D N DRIVE & WALK "• & Associates, Inc. LONGHORN BUSINESS PARK LOTS 1-9, BLOCK 1 CONSULTING CIVIL ENGINEERS ■ SURVEYORS FORT WORTH, TEXAS 6750 HI-REST PLAZA DRIVE,SUITE 325 (972)490-7090 DALLAS,TEXAS 75230 (972)490-7099 FAX A.F. ALBRIGHT SURVEY ABSTRACT N0. 1849 SHEET ' TARRANT COUNTY, TEXAS 2r"." ............ �: ...,.....:,1_,_ 1 Scale : : HARTMAN—RPC, LLC OF :'�., Date —/i--' ' Dwg. File : 2``60 6 -=s (_—?ib s.do"q 8111 LBJ FREEWAY, SUITE 310 Project No. : <';', DALLAS, TEXAS 75251 UNIT I-WATER CFA ESTIMATE Project Item Information Item No. Description Sheet No. Unit ofMeasure Quantity Unit Price Item Total Cost 3312.4415 48"x12"Tapping Sleeve&Valve C-6 EA 1 $12,500.00 $12,500.00 3312.3005 12"Gate Valve C-6,7, 8,9 EA 8 $2,200.00 $17,600.00 3312.0108 12"Water Pipe C-6,7,8, 9 LF 1,968 $46.00 $90,528.00 3312.0001 Fire Hydrant C-6,7,8, 9 EA 4 $4,200.00 $16,800.00 3312.4107 12"x8"Tapping Sleeve C-6,7,8, 9 EA 3 $850.00 $2,550.00 3312.4109 12"x12"Tapping Sleeve C-6 EA 1 $950.00 $950.00 3305.0109 Trench Safety C-6,7,8, 9 LF 2,181 $2.00 $4,362.00 3312.3003 8"Gate Valve C-6,7,8, 9 EA 3 $1,250.00 $3,750.00 3311.0261 8"Water Pipe C-6, 7,8,9 LF 185 $42.00 $7,770.00 3312.4106 12"x6"Tapping Sleeve&Valve C-6, 7,8,9 EA 4 $750.00 $3,000.00 3311.0001 Ductile Iron Water Fittings w/Restraints C-6, 7,8,9 TN 1.2 $4,500.00 $5,400.00 241.1118 12"Plug C-6, 7,8,9 EA 1 $800.00 $800.00 241.1118 8"Plug C-6,7,8,9 EA 3 $700.00 $2,100.00 3312.3002 6"Gate Valve C-6, 7,8,9 EA 4 $1,050.00 $4,200.00 3311.0141 6"Water Pipe C-6, 7,8,9 LF 28 $40.00 $1,120.00 UNIT TOTALI $173,430.00 LONGHORN BUSINESS PARK NWC BUSINESS 287 IH-820 FORT WORTH,TEXAS CFA Estimate 2 UNIT 2-SEWER CFA ESTIMATE Project Item Information Item No. Description Sheet No. Unit ofMeasure Quantity Unit Price Item Total Cost 3331.4115 8"Sewer Pie C-11,12,13 LF 1,510 $44.00 $66,440.00 3339.1001 4' Manhole C-11,12,13 EA 5 $4,500.00 $22,500.00 3305.0109 Trench Safety C-11,12,13 LF 1,700 $2.00 $3,400.00 3301.0101 M.H.Vacum Testing C-11,12,13 EA 5 $100.00 $500.00 3305.0112 M.H. Concrete Collar C-11,12,13 EA 2 $250.00 $500.00 3331.4108 6"Sewer Pipe C-11,12,13 LF 190 $40.00 $7,600.00 3331.2201 Service Connection, CIPP C-11 EA 1 $1,500.00 $1,500.00 241.1118 6"Plug C-11,12,13 EA 5 $500.00 $2,500.00 3305.0113 Trench Water Stops C-11,12,13 EA 2 $500.00 $1,000.00 3331.4101 4"Sewer Pipe C-9 LF 115 $36.00 $4,140.00 UNIT TOTALI $110,080.00 LONGHORN BUSINESS PARK NWC BUSINESS 287 IH-820 FORT WORTH,TEXAS CFA Estimate 2 UNIT 3-STORM CFA ESTIMATE Project Item Information Item No. Description Sheet No. Unit of Quantity Unit Price Item Total Cost Measure 3349.1003 24"Flared Headwall, 1-Pipe C-28 EA 4.00 $2,500.00 $10,000.00 3349.1005 30"Flared Headwall, 1-Pipe C-28 EA 2.00 $3,500.00 $7,000.00 3349.1009,42"Flared Headwall, 1-Pie C-28 EA 3.00 $6,500.00 $19,500.00 3305.0109 Trench Safety C-28 LF 1,017.00 $2.00 1 $2,034.00 3341.0201 21"RCP Class III C-28 LF 281.00 $60.00 $16,860.00 3341.0205 24"RCP Class III C-28 LF 215.00 $65.00 $13,975.00 3341.0302 30"RCP Class III C-28 LF 109.00 $70.00 $7,630.00 3341.0309 36"RCP Class III C-28 LF 230.00 $105.00 $24,150.00 3341.0402 42"RCP Class III C-28 LF 182.00 $115.00 $20,930.00 3349.0002 5'Storm Junction Box C-28 EA 2.00 $5,500.00 $11,000.00 3349.6001 10'Recessed Inlet C-28 EA 4.00 $3,200.00 $12,800.00 3349.0006 Storm Junction Structure C-28 EA 1 $4,500.00 $4,500.00 3125.01 SWPPP > 1 Acre C-28 LS 1 $4,500.00 $4,500.00 UNIT TOTALI $154,879.00 LONGHORN BUSINESS PARK NWC BUSINESS 287 IH-820 FORT WORTH,TEXAS CFA Estimate 2 UNIT 4-PAVING CFA ESTIMATE Project Item Information Item No. Description Sheet No. Unit of Quantity Unit Price Item Total Cost Measure 3213.0301 4'Concrete Sidewalk C-18 SF 11,487.00 $3.50 $40,204.50 3213.0506 Barrier Free Ramps Type P-1 C-18 EA 2.00 $2,500.00 $5,000.00 3216.0101 6"Monolithic Curb for Paving C-18 LF 2,030.00 $2.00 $4,060.00 3471.0001 JTraffic Control C-18 EA 1.00 $3,500.00 $3,500.00 3292.0400 Seeding,Hydromulch C-18 SY 752.00 $2.00 $1,504.00 3213.0403 8"Concrete Paving C-18 SY 6,046.00 $45.00 $272,070.00 3213.0402 7"Concrete Paving C-18 SY 400.00 $98.00 $39,200.00 3211.0400 Hydrated Lime C-18 TN 44.00 $175.00 $7,700.00 3212.0401 HMAC Transition C-18 LF 308.00 $30.00 $9,240.00 3211.0501 6"Lime Treatment C-18 SY 6,962.00 $4.50 $31,329.00 241.13 Remove Conc Curb&Gutter C-18 LF 400.00 $20.00 $8,000.00 U ITTOTALli $421,807.50 LONGHORN BUSINESS PARK NWC BUSINESS 287 IH-820 FORT WORTH,TEXAS CFA Estimate 2 UNIT 5-STREET LIGHTS CFA ESTIMATE Project Item Information Item No. Description Sheet No. Unit ofMeasure Quantity Unit Price Item Total Cost 3441.1501 Ground Box Type B C-31 EA 4.00 $750.00 $3,000.00 3441.3003 Rdwy Illum Assmbly TY 18, 18A, 19,&D-4 C-31 EA 8.00 $4,000.00 $32,000.00 3441.3302 Rdwy Illum Foundation TY 3,5,6,&8 C-31 EA 8.00 $1,200.00 $9,600.00 2605.3015 2" Schedule 80 PVC C-31 LF 1,930.00 $12.00 $23,160.00 3441.1770 Pad Mounted Contractor w/Meter C-31 EA 1.00 $7,500.00 $7,500.00 3441.3312 Contact Enclosure,Pad Mount C-31 EA 1.00 $7,500.00 $7,500.00 UNIT TOTAL $82,760.00 LONGHORN BUSINESS PARK NWC BUSINESS 287 IH-820 FORT WORTH,TEXAS CFA Estimate 2