Loading...
HomeMy WebLinkAboutContract 48580 CITY SECRETARY/ CONTRACT NO. Project Information Cover Sheet: Governmental Entity/ISD Name: Fort Worth Transit Authority Address, State,Zip Code: 801 Cherry St, Ste 850, Fort Worth,TX 76102 Phone &Email: riche,, .t�pson@fwta.org, 817-215-8629 Authorized Signatory, Title: Paull Ballard,President&CEO Project Name and Brief TexRail—Water, Sewer, Paving and Storm Drainage Improvements Description: Project Location: 801 Cherry St, Ste 850, Fort Worth,TX 76102 Plat Case Number: FS-15-273 Plat Name: <Plat Name> Mapsco: Council District: 2, 4, 8, 9 City Project Number: 100415 CFA'Number: 2016-088 DOE Number: N/A To be completed by staff.• Received by: G Date: ,r N2 PM o, ;.. rep w ;y, oto cr LicW City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 07.01.2015 FFT. WORTH, RECORD Page 1 of 10 ETARY TX GOVERNMENTAL ENTITY/ISD COMMtINITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, the undersigned "Fort Worth Transportation Authority, a regional transportation authority created and operating under the authority of Chapter 452 of the Texas Transportation Code("FWTA"),desires to make certain specific improvements that will be owned and maintained by the City of Fort Worth, Texas, ("City") as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Tex Rail-Water, Sewer, Paving and Storm Drainage Improvements ("Project") within the City of Fort Worth, Texas; 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,FWTA and the City desire to enter into this Community Facilities Agreement ("CFA"or"Agreement') in connection with the Improvements and the Project. NOW,THEREFORE,for and in consideration of the covenants and conditions contained herein, the City and FWTA 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. FWTA 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 FWTA to comply with the Policy in connection with the work performed by said contractors. To the extent the Policy is in conflict with this Agreement, this Agreement shall control. City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 07.01.2015 Page 2 of 10 in the amount of$4,874,468.88, which the City acknowledges is adequate to pay for all work to be performed under this Agreement. FWTA acknowledges that the City's process for accepting the Improvements requires FWTA's contractor(s)to submit an affidavit of bills paid signed by its contractor and consent of surety signed by its surety to ensure the contractor has paid any sub-contractors and suppliers in full. Additionally,the contractor must also provide in writing that the contractor has been paid in full by FWTA for all the services provided under their contract. C. FWTA 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, as the same may be amended from time to time in accordance with this Agreement (collectively, the "Plans"). D. The following checked exhibits describe the Improvements and are incorporated herein: Water (A) ❑X, Sewer(A-1) ®, Paving (B) ®, Storm Drain (B-1) ®, Street Lights & Signs (C) ❑. E. [Intentionally omitted.] F. For all Improvements included in this Agreement for which FWTA awards construction contract(s), FWTA agrees to the following: a. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, such approval not to be unreasonably withheld, conditioned, or delayed, provided said contractor meets City's requirements for being prequalified, insured, licensed and bonded to do work in public streets and/or to perform water/waste water construction as the case may be. b. To require its contractor to furnish a maintenance bond in the name of the City for one hundred percent(100%) of the contract price of the Improvements valid 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 Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 07.01.2015 Page 3 of 10 c. 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 FWTA's standard specifications and contract documents for FWTA-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. d. To require its contractor to give at least 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. e. 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 FWTA's contractor, which issuance will be coordinated with FWTA's scheduling requirements for the construction. £ To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement until said sewer and water mains and service lines have been completed in accordance with the Plans. G. FWTA shall provide, at its expense, all engineering drawings and documents necessary to construct the improvements under this Agreement. H. FWTA shall cause the installation or adjustment of the required utilities to serve the development or to construct the Improvements contemplated herein. I. Except to the extent the City is responsible for such costs under existing license agreements or franchise agreements related to such utilities, the City shall not be responsible for any costs that may be incurred by FWTA 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 Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 07.01.2015 Page 4 of 10 J. To the extent permitted by applicable law and subject to the limitations hereinafter set forth, FWTA hereby releases and agrees to indemnify, defend and hold the City harmless for any material errors or omissions in the preliminary plans, specifications and cost estimates supplied by FWTA for this Agreement. K. To the extent permitted by applicable law and subject to the limitations hereinafter set forth, FWTA further covenants and agrees to, and by these presents does hereby, 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 negligence or intentional misconduct by FWTA or its contractors, subcontractors, officers, agents or employees in the construction, design, performance or completion of any work to be performed by said FWTA, its contractors, subcontractors, officers, agents or employees under this Agreement, or in consequence of any negligent failure to properly safeguard the work to be performed under this Agreement. L. FWTA 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 such contractor's negligence or intentional misconduct in the construction of the infrastructure contemplated herein. Further, FWTA will require its contractors to indemnify, and hold harmless the City for any losses, damages, costs or expenses suffered by the City caused as a result of said contractor's failure to complete the work and construct the improvements in accordance with the Plans. M. To the extent permitted by applicable law and subject to the limitations hereinafter set forth, the City covenants and agrees to, and by these presents does hereby, indemnify, hold harmless and defend FWTA, its contractors, 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 any negligence or intentional misconduct by the City or its contractors, subcontractors, officers, agents or employees in connection with the exercise of any of the City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 07.01.2015 Page 5 of 10 City's rights or obligations under this Agreement or the City's operation and maintenance of the Improvements. N. Notwithstanding anything to the contrary contained herein, it is expressly understood and agreed that, in the execution of the Agreement and contracts incidental hereto,neither FWTA nor the City waives any immunity or defense that would otherwise be available to it against any claim arising from the Agreement, including the defense of governmental immunity, and FWTA and the City each shall hall be liable for only those claims for which liability is imposed on it by the Texas Tort Claims Act. O. Inspection and material testing fees are required as follows: i. FWTA shall pay in cash water and wastewater inspection fees and material testing fees equal to two percent (2%) for a total of 4% of FWTA's share of the total construction cost as stated in the construction contract. ii. FWTA 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 FWTA's share of the total construction cost as stated in the construction contract. iii. FWTA shall pay in cash street light inspection fees equal to four percent (4%) of the FWTA's street light construction cost as stated in the construction contract. iv. FWTA shall pay in cash the total cost of street signs. P. COMPLETION WITHIN 2 YEARS i. FWTA shall complete the Improvements within two (2) years, provided, however, if construction of the Improvements has started within the two year period, FWTA may request that the CFA be extended for one additional year. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 07.01.2015 Page 6 of 10 Cost Summary Sheet Project Name: TexRail CFA No.: 2016-088 City Project No.: 100415 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 FWTA's Cost A. Water and Sewer Construction 1. Water Construction $ 973,174.34 2.Sewer Construction $ 435,921.81 Water and Sewer Construction Total $ 1,409,096.15 B. TPW Construction 1.Street $ 2,650,473.63 2.Storm Drain $ 814,899.10 3.Street Lights Installed by Developer $ TPW Construction Cost Total $ 3,465,372.73 Total Construction Cost(excluding the fees): $ 4,874,468.88 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 28,181.93 D. Water/Sewer Material Testing Fee(2%) $ 28,181.93 Sub-Total for Water Construction Fees $ 56,363.86 E. TPW Inspection Fee(4%) $ 138,614.91 F. TPW Material Testing(2%) $ 69,307.45 G. Street Light Inspsection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 207,922.36 Total Construction Fees: $ 264,286.22 Choice Financial Guarantee Options,choose one Amount Mark one Bond= 100% $ 4,874,468.88 Completion Agreement= 100%/Holds Plat $ 4,874,468.88 Cash Escrow Water/Sanitary Sewer= 125% $ 1,761,370.19 Cash Escrow Paving/Storm Drain= 125% $ 4,331,715.91 Letter of Credit= 125%w/2yr expiration period $ 6,093,086.11 Statement of Appropriated Fundin For Governmental Entit /ISDs ONLY X City of Fort Worth,Texas Governmental Entity/ISD Conlnuu1ity Facilities Agreement CFA Official Release Date: 07.01.2015 Page 7 of 10 ACCORDINGLY,the City of Fort Worth and FWTA 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 FORT WORTH TRANSPORTATION AUTHORITY Name: PaW Ballard Assistant City Manager Title: President&CEO Date: l r/"-))—) Date: 1 (D Recommended by.- Wendy y:Wendy Chi- bulal, ENMA, P.E. Development Engineering Manager Water Department a-4 � a Lj,-� Dougla . Wiersig,P.E. Director ATTEST: Transportation&Public Works Department Approved as to Form &Legality: ary J. kV City Secre ary =o �pF......... �2 Ac ^20 A. (Ac aAceW C i` :7a Assistant Cit Attorney Y ;—� M&C No. N Date: AS City of Fort Worth,Texas OFFICIAL,RECORD Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 07.01.2015 CIS SECRETARY Page 8 of 10 FT.W oRyli0 'X 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. a ul-e Wes erma evelopment Manager Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment 5 Attachment I -Changes to Standard Community Facilities Agreement q Location Map 15d Exhibit A: Water Improvements Water Cost Estimate Exhibit A-1: Sewer Improvements Sewer Cost Estimate Exhibit B: Paving Improvements Rr Paving Cost Estimate Exhibit 13-1: Storm Drain Improvements 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 CFA Official Release Date: 05.01.2015 Page 9 of 10 ATTACHMENT"1" Changes to Standard Agreement Governmental Entity/ISD Community Facilities Agreement City Project No. 100,536 All occurances of "Developer" have been replaced with "FWTA" throughout the standard agreement. City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 07.01.2015 Page 10 of 10 00 42 43 DAP-BID PROPOSAL Paec 1 of7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value UNIT I:WATER IMPROVEMENTS 1 0241.0100 Remove Sidewalk 0241 13 SF 10 $1.25 $12.50 2 0241.1001 Water Line Grouting 0241 14 CY 9 $230.00 $2,070.00 3 0241.1106 16"Pressure Plug 0241 14 EA 1 $600.00 $600.00 4 0241.1118 4"-12"Pressure Plug 0241 14 EA 3 $800.00 $2,400.00 5 0241.1300 Remove Conc Curb&Gutter 0241 15 LF 10 $4.28 $42.80 6 0241.1302 Remove 6"Water Valve 0241 14 EA 1 $95.65 $95.65 7 0241.1303 Remove 8"Water Valve 0241 14 EA 2 $135.00 $270.00 8 0241.1401 Abandon 4"Water Valve 0241 14 EA 2 $100.00 $200.00 9 0241.1402 Abandon 6"Water Valve 0241 14 EA 1 $100.00 $100.00 10 0241.1403 Abandon 8"Water Valve 0241 14 EA 1 $100.00 $100.00 11 0241.1510 Salvage Fire Hydrants 0241 14 EA 2 $281.94 $563.88 12 0241.1511 Salvage 3/4"Water Meter 0241 14 EA 1 $86.36 $86.36 13 0241.1218 4"-12"Water Abandonment Plug 0241 14 EA 23 $500.00 $11,500.00 14 3201.0121 4'Wide Asphalt Pvmt Repair,Arterial 3201 17 LF 308 $77.00 $23,716.00 15 3201.0123 6'Wide Asphalt Pvmt Repair,Arterial 3201 17 LF 281 $80.00 $22,480.00 16 3201.0203 Asphalt Pvmt Repair Beyond Defined Width, 3201 17 SY 432 $40.00 $17,280.00 17 3201.0400 Temporary Asphalt Paving Repair 3201 18 LF 477 $80.00 $38,160.00 18 3211.0112 6"Flex Base,Type 3211 23 SY 46 $6.00 $276.00 19 3216.0101 6"Conc Curb and Gutter 32 16 13 LF 10 $20.20 $202.00 20 9999.0000 Temp Erosion Control SY 1154 $1.50 $1,731.00 21 3292.0100 Block Sod Placement 32 92 13 SY 6 $4.00 $24.00 22 3292.0400 Seeding Hydromulch 32 92 13 SY 650 $1.57 $1,020.50 23 3304.0002 Cathodic Protection 33 04 12 LS 2 $5,000.00 $10,000.00 24 3304.0101 Temporary Water Services 33 04 30 LS 2 $15,000.00 $30,000.00 25 3305.0109 Trench Safety 33 05 10 LF 151 $7.85 $1,185.35 26 3305.0110 Utility Markers 33 05 26 LS 2 $600.00 $1,200.00 27 3305.0114 Manhole Adjustment,Major w/Cover 33 05 13 EA 1 $1,200.00 $1,200.00 28 3305.1002 16"Casing By Open Cut 330522 LF 50 $131.64 $6,582.00 29 3305.1004 24"Casing By Open Cut 33 05 22 LF 161 $269.04 $43,315.44 30 3305.1005 30"Casing By Open Cut 33 05 22 LF 50 $500.00 $25,000.00 31 3305.1103 20"Casing By Other Than Open Cut 33 05 2233 05 LF 158 $553.32 $87,424.56 32 3305.1104 24"Casing By Other Than Open Cut 33 05 22 LF 100 $440.48 $44,048.00 33 3305.2002 8"Water Carrier Pipe 330524 LF 158 $27.77 $4,387.66 34 3305.2004 12"Water Carrier Pipe 33 05 24 LF 100 $57.00 $5,700.00 35 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 Ton 9.9825 $4,349.87 $43,422.58 36 3311.0151 6"DIP Water Pipe 3311 10 LF 104.88 $135.00 $14,158.80 37 3311.0161 6"PVC Water Pipe 3311 12 LF 79.73 $35.48 $2,828.82 38 3311.0251 8"DIP Water 3311 10 LF 107 $131.00 $14,017.00 39 3311.0261 8"PVC Water Pipe 3311 12 LF 848.3 $31.97 $27,120.15 40 3311.0451 12"DIP Water 3311 10 LF 345 $180.56 $62,293.20 41 3311.0461 12"PVC Water Pipe 3311 12 LF 1310.8 $41.86 $54,870.09 42 3311.0551 16"DIP Water 3311 10 LF 50 $145.77 $7,288.50 43 3311.0561 16"PVC C905 Water Pipe 3311 12 LF 1516 $141.16 $213,998.56 44 3312.0001 Fire Hydrant 33 12 40 EA 6 $2,851.48 $17,108.88 45 3312.0106 Connection to Existing 16"Water Main 33 12 25 EA 1 $2,901.01 $2,901.01 46 3312.0117 Connection to Existing 4"-12"Water Main 331225 EA 11 $2,000.00 $22,000.00 47 3312.2003 1"Water Service 33 12 10 EA 2 $750.00 $1,500.00 48 3312.2203 2"Water Service 331210 EA 1 $1,524.98 $1,524.98 49 3312.2204 2"Private Water Service 33 12 10 LF 170 $40.00 $6,800.00 50 3312.3002 6"Gate Valve 33 12 20 EA b $878.22 $4,391.10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1.2015 0042 43-Bid Proposal-2016-07-29-CFW.xLS 00 42 43 DAP-BID PROPOSAL Pagc 2 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value 51 3312.3003 8"Gate Valve 33 12 20 EA 9 $1,126.67 $10,140.03 52 3312.3005 12"Gate Valve 33 12 20 EA 11 $2,145.47 $23,600.17 53 3312.3006 16"Gate Valve w/Vault 33 12 20 EA 2 $14,522.82 $29,045.64 54 3312.1002 2"Combination Air Valve Assembly 33 12 30 EA 1 $8,491.13 $8,491.13 55 3312.6003 8"Blow Off Valve Assembly 33 12 60 EA 1 $8,500.00 $8,500.00 56 3471.0001 Traffic Control 3471 13 MO 0.5 $16,400.00 $8,200.00 57 9999.0000 Remove Conc Foundation TxDOT Item SF 104 400 $15.00 $6,000.00 58 9999.0000 Automatic Flush Assembly 331240 1 EA 1 1 $3,000.00 $3,000.00 TOTAL UNIT I:WATER IMPROVEMENTS1 $976,174.34 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Foran Version Scptc bcr L 24115 004243_Bid Proposa1-2016-IK7-27-CFN.XLS 00 42 43 DAP-BID PROPOSAL Pegc 3 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value UNIT II:SANITARY SEWER IMPROVEMENTS 1 0241.1300 Remove Conc Curb&Gutter 0241 15 LF 20 $4.28 $85.60 2 0241.2001 Sanitary Line Grouting 0241 14 CY 5 $158.73 $793.65 3 0241.2102 6"Sewer Abandonment Plug 0241 14 EA 8 $820.00 $6,560.00 4 0241.2103 8"Sewer Abandonment Plug 0241 14 EA 10 $600.00 $6,000.00 5 0241.2104 10"Sewer Abandonment Plug 0241 14 EA 2 $1,000.00 $2,000.00 6 0241.2201 Remove 4'Sewer Manhole 0241 14 EA 7 $859.26 $6,014.82 7 0241.1218 4"-12"Water Abandonment Plug 0241 14 EA 1 $500.00 $500.00 8 0241.5001 Abandon Manhole 0241 14 EA 2 $500.00 $1,000.00 9 3110.0101 Site Clearing 31 1000 LS 2 $30,000.00 $60,000.00 10 3110.0102 6"-12"Tree Removal 31 1000 EA 15 $585.86 $8,787.90 11 3110.0103 12"-18"Tree Removal 31 1000 EA 10 $674.97 $6,749.70 12 3110.0105 24"and Larger Tree Removal 31 1000 EA 5 $1,413.00 $7,065.00 13 3123.0101 Unclassified Excavation by Plan 31 2316 CY 235 $8.35 $1,962.25 14 3201.0123 6'Wide Asphalt Pvmt Repair,Arterial 3201 17 LF 348 $80.00 $27,840.00 15 3201.0203 Asphalt Pvmt Repair Beyond Defined Width, 3201 17 SY 12 $40.00 $480.00 16 3213.0105 10"Conc Pvmt 32 13 13 SY 35 $42.00 $1,470.00 17 3216.0101 6"Conc Curb and Gutter 32 16 13 LF 20 $20.20 $404.00 18 3292.0400 Seeding Hydromulch_ 32 92 13 SY 80 $1.57 $125.60 19 3301.0001 Pre-CCTV Inspection 3301 31 LF 430 $1.52 $653.60 20 3301.0002 Post-CCTV Inspection 3301 31 LF 303 $1.60 $484.80 21 3301.0101 Manhole Vacuum Testing 3301 30 EA 4 $107.16 $428.64 22 3305.0109 Trench Safety 33 05 10 LF 115 $7.85 $902.75 23 3305.0110 Utility Markers 33 05 26 LS 2 $600.00 $1,200.00 24 3305.0112 Concrete Collars 336517 EA 16 $350.00 $5,600.00 25 3305.1003 20"Casing By Open Cut 33 05 22 LF 137 $126.37 $17,312.69 26 3305.1103 20"Casing By Other Than Open Cut 33 05 22 LF 186 $553.32 $102,917.52 27 3305.3002 8"Sewer Carrier Pipe 33 05 24 LF 97 $43.87 $4,255.39 28 3305.3003 10"Sewer Carrier Pipe 33 05 24 LF 89 $103.00 $9,167.00 29 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 Ton 0.06 $4,349.87 $260.99 30 3331.4105 4"DIP Sewer 3311 10 LF 62 $60.00 $3,720.00 31 3331.4115 8"Sewer Pipe 3311 10,33 LF 961.55 $29.03 $27,913.80 32 3331.4116 8"Sewer Pipe,CSS Backfill 33 11 10,33 LF 92 $44.84 $4,125.28 33 3331.4119 8"DIP Sewer Pipe 3311 10 LF 239.61 $81.42 $19,509.05 34 3331.4120 8"DIP,CCS Backfill 3311 10 LF 68 $100.00 $6,800.00 35 3331.4205 10"DIP Sewer 3311 10 LF 85 $120.00 $10,200.00 36 3339.1001 4'Manhole 33 39 10,33 EA 17 $2,413.66 $41,032.22 37 3339.1002 4'Drop Manhole 33 39 10,33 EA 4 $4,307.40 $17,229.60 38 3339.1003 4'Extra Depth Manhole 33 39 10,33 VF 6 $169.95 $1,019.70 39 3339.1105 5'Type A Manhole 33 39 10,33 EA 1 $4,556.27 $4,556.27 40 3339.1004 4'Shallow Manhole 33 39 10,33 EA 1 $2,394.00 $2,394.00 41 3471.0001 Traffic Control 3471 13 MO 1 $16,400.00 $16,400.00 TOTAL UNIT It:SANITARY SEWER IMPROVEMENTS $435,921.81 CITY OF FORT NORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version Septcmb,,L 2015 004243 Bid Proposal-2016-07-29-CFW.XLS 00 42 43 DAP-BID PROPOSAL Page 4 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No Description Section No' Measure QuantityUnit Price Bid Value UNIT III:DRAINAGE IMPROVEMENTS 1 0241.3023 Remove 48"Storm Line 0241 14 LF 605 $265.00 $160,325.00 2 3137.0101 Concrete Riprap 31 3700 SY 75 $68.15 $5,111.25 3 3137.0104 Medium Stone Riprap,dry 31 3700 SY 725 $51.57 $37,388.25 4 3201.0203 Asphalt Pvmt Repair Beyond Defined Width, 3201 17 SY 183 $40.00 $7,320.00 5 3305.0109 Trench Safety 33 05 10 LF 2100 $7.85 $16,485.00 6 3341.0207 24"RCP,Class V 3341 10 LF 1274.1 $119.00 $151,617.90 7 3341.0206 24"RCP,Class IV 3341 10 LF 110 $58.15 $6,396.50 8 3341.0205 24"RCP,Class III 3341 10 LF 1044 $45.05 $47,032.20 9 3341.0409 48"RCP,Class Ill 3341 10 LF 605 $105.78 $63,996.90 _ 10 3341.0411 48"RCP,Class V 3341 10 LF 65 $285.00 $18,525.00 11 3341.0302 36"RCP,Class III 3341 10 LF 282 $71.30 $20,106.60 12 3341.0310 36"RCP,Class V 3341 10 LF 349 $236.00 $82,364.00 13 3349.0001 4'Storm Junction Box 03 30 00 EA 6 $3,848.49 $23,090.94 14 3349.0002 5'Storm Junction Box 03 30 00 EA 2 $3,991.38 $7,982.76 15 3349.0102 4'Manhole Riser 33 49 10 EA 3 $1,628.44 $4,885.32 16 3349.0103 5'Manhole Riser 33 49 10 EA 1 $1,750.00 $1,750.00 17 3349.4105 24"SET,1 pipe 33 49 40 EA 2 $1,697.50 $3,395.00 18 3349.4113 48"SET,1 pipe 33 49 40 EA 1 $3,500.00 $3,500.00 19 3349.5001 10'Curb Inlet 33 49 20 EA 2 $2,533.20 $5,066.40 20 3349.7001 4'Drop Inlet 33 49 20 EA 2 $2,860.04 $5,720.08 21 3349.9003 4'Grate Inlet 334926 EA 12 $4,300.00 $51,600.00 22 9999.0000 6'X6'Grate Inlet EA 2 $7,000.00 $14,000.00 23 9999.0000 Txdot Headwall CH-FW-0 TxDOT Item EA 4 $8,500.00 $34,000.00 24 9999.0000 5'Grate Inlet EA 2 $6,500.00 $13,000.00 25 9999.0000 8'Grate Inlet EA 1 $9,000.00 $9,000.00 26 9999.0000 24"Smooth Steel Pipe(SSP) LF 129 $120.00 $15,480.00 27 9999.0000 Flexamat SY 80 $72.00 $5,760.00 TOTAL UNIT III:DRAINAGE IMPROVEMENTS1 $814,899.10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version Scptc bcr L 2015 00 42 43_Bid Proposa1-2016-07-29-CFN.\LS 00 42 43 DAP-BID PROPOSAL Page i of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity UNIT IV:PAVING IMPROVEMENTS 1 0241.1000 Remove Cone Pvmnt 0241 15 SY 241 $9.20 $2,217.20 2 0241.1100 Remove Asphalt Pvmt 0241 14 SY 3555 $7.15 $25,418.25 3 0241.1300 Remove Cone Curb&Gutter 0241 15 LF 1139 $4.28 $4,874.92 4 2605.0111 Furnish/Install Elec Sery Pedestal 26 05 00 EA 1 $5,000.00 $5,000.00 5 2605.3015 2"CONDT PVC SCH 80(T) 26 05 33 LF 1530 $10.00 $15,300.00 6 2605.3017 2"CONDT PVC SCH 80 For Riser 26 05 33 LF 20 $6.00 $120.00 7 3211.0112 6"Flex Base,Type 32 11 23 SY 1670 $6.00 $10,020.00 8 3211.0315 12"Flexible Base,Type D,GRA 32 11 23 SY 67 $6.00 $402.00 9 3211.0400 Hydrated Lime 3211 29 TN 672.03 $150.43 $101,093.47 10 3211.0501 6"Lime Treatment 3311 29 SY 1274 $3.25 $4,140.50 11 3211.0502 8"Lime Treatment 3211 29 SY 31862 $3.33 $106,100.46 12 3212.0201 2"Asphalt Pvmnt Type C 32 12 16 SY 12229 $14.47 $176,953.63 13 3212.0302 2"Asphalt Pvmnt Type D 33 12 16 SY 12395 $16.81 $208,359.95 14 3212.0501 4"Asphalt Base Type B 32 12 16 SY 13647 $26.92 $367,377.24 15 3212.0502 5"Asphalt Base Type B 33 12 16 SY 10502 $36.00 $378,072.00 16 3212.0505 8"Asphalt Base Type B 3312 16 SY 535 $50.00 $26,750.00 17 3213.0101 6"Cone Pvmt 32 13 13 SY 4700 $32.58 $153,126.00 18 3213.0102 7"Cone Pvmt 32 13 13 SY 927 $35.33 $32,750.91 19 3213.0105 10"Cone Pvmt 32 13 13 SY 8957 $42.00 $376,194.00 20 3213,03014"Cone Sidewalk 33 13 13 SF 26699 $3.94 $105,194.06 21 3213.0302 5"Cone Sidewalk 32 13 20 SF 1747.7 $3.72 $6,501.44 22 3213.0401 6"Concrete Driveway 32 13 20 SF 4885.9 $5.00 $24,429.50 23 3216.0101 6"Cone Curb and Gutter 321613 LF 2262.6 $20.20 $45,704.52 24 3216.XXXX 8"Non-Mountable Curb&Gutter 32 16 13 LF 1084 $25.00 $27,100.00 25 3216.XXXX 6"Cone Curb 32 16 13 LF 2979 $8.04 $23,951.16 26 3217.XXXX REFL Raised Marker TY II-Y-Y 32 17 23 EA 35 $8.00 $280.00 27 3217.XXXX YIELD BAR TRI 32 17 23 EA 11 $22.98 $252.78 28 3217.0002 4"Pvmnt Marking HAS(Y) 321723 LF 1436 $1.58 $2,268.88 29 3217.0003 4"BRK Pvmnt Marking HAS(W) 32 17 23 LF 560 $1.49 $834.40 30 3217.0004 4"BRK Pvmt Marking HAS(Y) 33 17 23 LF 340 $1.50 $510.00 31 3217.0008 4"SLID Pvmt Marking Tape(Y) 33 17 23 LF 6171 $2.58 $15,921.18 32 3217.0101 6"SLD Pvmt Marking HAS(W) 33 17 23 LF 1465 $1.50 $2,197.50 33 3217.0203 8"SLD Pvmt Marking Tape(W) 33 17 23 LF 314 $1.50 $471.00 34 3217.0302 12"SLD Pvmt Marking HAE(Y) 33 17 23 LF 512 $3.91 $2,001.92 35 3217.0501 24"SLD Pvmnt Marking HAE(W) 32 17 23 LF 1736 $8.84 $15,346.24 36 3217.1001 Lane Legend RR 32 17 23 EA 29 $300.00 $8,700.00 37 3217.1004 Lane Legend Only 32 17 23 EA 4 $170.10 $680.40 38 3232.0101 Cone Ret Wall with Sidewalk,Sidewalk 32 32 13 SF 100 $7.00 $700.00 39 3291.0100 Topsoil 3291 19 CY 285 $4.10 $1,168.50 40 3292.0200 Seeding,Broadcast 329213 SY 2191 $2.00 $4,382.00 41 3441.1209 Furnish/Install BBU System EXT Mounted 3441 10 EA 1 $7,500.00 $7,500.00 42 3441.1502 Ground Box Type B,w/Apron 3441 10 EA 3 $1,015.97 $3,047.91 43 3441.1703 TY 3 Signal Foundation 3441 10 EA 9 $3,720.00 $33,480.00 44 3441.3404 2-2-2-4 Quadplex Alum Elec Conductor 3441 20 LF 1520 $9.01 $13,695.20 45 3441.3201 LED Lighting Fixture 3441 20 EA 9 $750.00 $6,750.00 46 3441.3003 Rdwy IIIumAssembly TY 18,18A,19 and D- 3441 20 EA 9 $3,800.00 $34,200.00 47 3441.3302 Rdwy IIIum Foundation TY 3,5,6,and 8 3441 20 EA 9 $1,936.001 $17,424.00 48 3441.4006 Install Alum Sign Ground Mount 3441 30 EA 88 $487.80 $42,926.40 49 9999.0000 Retaining Wall(Soil Nailed) TxDOT Item SF 2425 $40.00 $97,000.00 50 9999.0000 Retaining Wall(Ground Anchor) TxDOT Item SF 339 $40.00 $13,560.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Farm Version Scptc bcr L 201 i 00 42 43 Bid Proposal-2016.07-29-CMXLS 00 42 43 DAP-BID PROPOSAL Page 6 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value 51 9999.0000 Soil Nails TxDOT Item LF 3130 $18.15 $56,809.50 52 9999.0000 Ground Anchors TxDOT Item LF 684 $18.15 $12,414.60 53 9999.0000 Hand Railing TxDOT Item LF 192 $150.00 $28,800.00 TOTAL UNIT IV:PAVING IMPROVEMENTS $2,650,473.63 CITY OF FORT NORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September L 2015 00 42 43 Bid Proposn1-21116-117-20-CFWXLS 004243 DAP-BID PROPOSAL Pngc 7 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity Bid Summary UNIT 1:WATER IMPROVEMENTS $976,174.34 UNIT It:SANITARY SEWER IMPROVEMENTS $435,921.81 UNIT III:DRAINAGE IMPROVEMENTS $814,899.10 UNIT IV:PAVING IMPROVEMENTS $2,650,473.63 Total Construction Bid $4,877,468.88 Contractor agrees to complete NVORIC for FINAL ACCEPTANCE within N/A calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September I.2015 00 42 43 Bid Proposal-2016-07-29-CFFV.XLS ISNAO\\lav K'in�Tvla(Steal\vvi�T.amJ�\W-ASI W3\lalvcavWVlelS ay..... al'IO�a�dWilai\1�.1 o - U W 7 N Fr O ~ omM a Z 3x Q. Wp J W xLLa' i _ \ N N FLLTW o \ Q W OY r\ � Z wLLN x J UU P TO x v1�� \"\\o v Q k s a W, iWW 0 IV ' r Fo, d� r. w t g f w 1 w ?P gAl�y o/ �Qo tiO / �LB� QMH E 4 v O� v\ a� cliOr LL O� z - L Z ;o UPRR SVB f- \ O ~ OJ O-Z �a- /a� aTn E'✓ \ 3s z o 9 M o00 Prl ,viol rir _ clj H yo�d m v~ai - \ Y� 7�mks 2 s s �oy� lam. i \ � S \ \ d yin �ryg1 2d 7 <1<la4aa� ICA2II362nLLL.A\.1!1.•l ............ ........... 2:�. O F O mri jr Z NM Q. / /J co rr / /`/ W J y ww ` / v J Q W HOY� ww 1414 az cP wca Q r IWW /a - WW �SS CAW/ X76 -- a F F a oz a 30 OF til` r O, low I W W -!!0 3OiSH1aO 12ww 2 � e d, yY�y i IP" lu ✓Y I �� W W/ 1 '�rw cc Iv v=i/ L (/ cr a x r - w ow SPRINGS Ro Vz GO\Q ¢a- 28 � 3� —1S ANOW- lo B� a ) a- j OSxs`'2 a bis � a W N --1S UUVHd i «]444P'- I[9[IlM(ruL.11.\I�1�e.1 rl�lrlfi,\iTlvw6'Iv+3..+lvlgs+1\vvlrJ'rvVl\�rvq-q\Iragll\vleuuvgvlvl5 vv.vl�v \ e F W \Ci C 0 ~ ' 2000-£Nv OMO 33S jr z 00'05+6110£ tl1S 3NI1 HOldW z d J.3mo 0 J a w"wM 3 Z yl bjNb m c� ?�7S H J a � � a MF 0 a j O F 4ff O \\ VI Q Oy v N��O o`er dl ji�- / WCIO Ob Ul CY +�h H Ul s Q as ,w 1 ICY �� 4 Q / ft-LU b 29 ti CIJF LdL WLd � / / no a3 — wm/ tv ' 40, o o�cbe e�3q e::i::n M\\.vm K':.r.Nm:\:SVU\+.I�f�.41\��rq-�I�m33\.e.vavpr:el5 ry.rlea.�.v.:ve�l0:.�edPlerl\\:•e F.. U W F s e £000-£WN OMO 33S 0 F o�M 00'05+6ZZ0£ VIS 3NIl HOIVWw �3mLL r O / W X'w Z ei-a 3~+1 a 2 Oven o /1 W /I 9 Hl�o SIJ O a so y0 X110 O o a N 2 r F- or \ a � �ISSO� boll F- Lqw _ a x / -AO w U ' � m a`. ISSoy It,:It -4 b It lo, I"' \�s yl � I I►- £ I IW I, IN / \� 3NI� HO1dW / N 00'05+6110£ tl19M0 33S 1000-x, naaaa<�� S 13Mv F- a 7 N Fx Y n W 2�XN z F- Ul Z H �LLOLLW o Z z w 2 V W Z K m W J U > W m x O > w W K O O F- CL d V) p .+ o Z a LLI w 'n = ' Wo D a CD cr W LL a- J � a- ir x Y 2 J 1 o z 3 O 1 rc a o 1 S a co z �Z j W ,QLq1 � Z5 7 xLLJ \\ Z I F- C3 0'n w �� '.t N �I I o , cr 0 a d YlpI �' 1 8_T�H SST _ —l 1 — — vi r i z0 1 Y 1 KZ J F-U' \o \ Wln \ Wdl \N Y� as \ \, L J \ o� O \ Q- 0 Ir a • U w N F 0 F OFNI W 3mLL d J� O a o J N Z wows 3 tn .. H F QW QO W Z Z o V VWsi o _ 22 W 0 J U O�r%�O. O O O F of 0 P F S� / Z a w N tC` W o � a ` G2 o M cr �P W w a i J € \ q II s R \ o N x \ 1 a x F- 0 O Z C3 2 Pp FF to n°rc \♦ to a i / (r IIf / 1I AL �'a' -AR x vwi m p C/3 \ \ \ \ Q /• N a °- CL LLJ i i I �� /•� i V) SPV�Z80 I v N ' I c i / a QVR S v �i H U 7 N � z3 m J w RIW F to Z HN Fp¢W W z C3 Q M MVN W Z _ W Li E C3 J U O > cr w w O O F a Cr F- CL N f 1 _ W o D a- < F- O 00W Ir LL a cr 03+ (LO/p2 —" 1 111 .Ilii b1S 3N1 j HJl b i 3 a r, fit1 / ; o z 1 I it in 11 j o f w ' 1 z T d m ' J — ST--�--- �. 1 ST ST �VnlIZN w N 1 / O CID o / I ati 1 / 1 zr� r/�_-=--- 1 z 1 YI n! cr z 1 1 m 1 Q w /it IZ 11 1 w _ �� 1 r� 'r 1 ' W 1 1 1 � u� l0 1 I 1 cl 1 n to 0 1 11 1 a I _ a_ 1 J. II/ �l o 1 4. 1 -- I Ill 1 Ill C _ 1 1 C 11l V) ! O 111 1 1 11 f W llI 1 v 1 I f 0 1 l 4 Iq I 1 I I 111 I 111 0p•03+96p02 1S 3NIl Hal VW 1 'I 'Ia�l 'I � F- 0 7 N Fw ti O 2 33M - J N wLLmF- i < Z raWN a W Z W Z x J c W > Q W > Q HJK H J 2w a o a o f- J > T J > > 2 2 w 2w W W WW W W 1 3 3 W 3 3 LL C) 00'0 Z 000S+10/OZ b W (n V) V) o 0 0 " 3 1 ` S N w w LL) w a as a HolV4 J _ 'Fa 11 3 i 0 3 0 F a 1 vri 1, n I °rc w Z \✓�: _1ST ST F IST ST q {. oa w cr - ' I 1 r // / Ll _` 1 • 1 / ice - 1 Ic dJ A a a 1� N 11 t!; 11 a Il w IIZ F- 1 f t w loo w. 11 Ii 1 < 1 /� /// 3 Ir 1 1 i ` w ' 111 _ 6n 1/1 m l 0 / � Il1 IM , , � Ill ' to o l i a I '. / I p 'II / I Ill 1LXLI Il/ 1.Fq 1 till a t 3RD ST- 1 C) I Eu I// _ �-ZLLJ � 1 lIif -w / W I/I I I 2 1 / 111 -wpl 1 I / //1 F I t'Ill 3ml 1 111 w 1 I \ 7 1 /// F- 1 ! IN 00.09+960 OZ b1S 3NII G— No Vry <1<]<laa5� F- 0 W i¢ 2 2 0 Z 3h7 f d W w w w w '� w xLLm z H � FLLXy~j o Q W WN z z 2 z F 0 0 0 Q VI In N N 0 CD C3 0 z ui vwi Ln I W W U) a a 0 0 0 00 OS+�O[OW w w a a z b J s V) II I11 1S -3N1 a a — — �• H01 bpy Y 1 111'I F-: �--%1 1 111 It N nl� 2 0 I Iw i1k� F a oz a 1 'I 1• � ni 1 II � � � � �o a to cr 12 sT 1ST ST _ 0 1ST rx I ' .,�/ ry _ W a ,I I •1 •1 d! 0 ��- ' N 1 /r� � ST 111 i 1 z LL — 2ND X — �i = _ -W-- Z Oi G 1 ) cr ' 4 1 % ii cc w I l _-Elr ^ 1 � t—r — 1 in 111 10 1 1 0 1 V EL 0 �I m IIl l III .fir / I ___-X 1 - i 1 it, W 3RD ST I I it, 1 1 -j n/ 1 - I - �j IlI I 1 I - • I/I 14 Ill II I� I Ill 1 00.0----- 02 0.0----poi-V-- 16 HIA,S+96 - 1S 3NIl Hyl yw _ �I<IQ<I�I<IQ U 7 N F 0 r Oar d � Irmo U' �OKO - J W xLLw� z H (/� Z ~ N F06W o W LLw Z z 0 Q Q V 2 „ ~ N vJ V >LU W f X O > x W O: O O F- 0- X F- a- Ln \ z a cr o \ W 0 D a 0 \ W cr LL a x G \ \ \ x 3 0 \�U \ •\ 0 a \2 `O may \ \ H \ \ \ Z A::60, I o y SV /' \ J \ a\ o ul ui a . 4 �1 X 1 CL X \ MATCH LINE STA 20107+50.00 4Q<]4<1<Id 1[n II llM YA\II�a�Irl fl�l,IA�aar+u Y'In�A®Iarga�tlavl�faviTvaq-OS\I�k6L\al.wvgalvl[av.al�a•awa�af•IOI.,yAvtaa,\\�•l U 7 ry Fw O t— W d f J~I O H N FLLS� o pKW Q W Z w N a `30 W 2 w W Z X J V U HJ S lZ-1 J C F a o a o J > >- J > T S S W W W W W W 3 3 LL 3: 3 LL 9 Q 0 Z z w w w f`\ W H v~i N a a a 5 Y \ \ W w w w m a a 1 z 0 ' i y h F Q °a o J o F Q O¢ \Z6 \ \ O m a �Cy \ z ir vl a xLk \ dQ C %1 i to f_ \ C,3 € \ 3 300 i. \ \\Go o + w a •\ fir' z ^ u i S� \x \ I w O .00 MATCH LINE STA 20107+50 4v4Jv4� f- U w N W �w Z Z Q z Syn W LL O W W W W W' JOHN 3 3 3 3 J N w m ui UI 0 N N a W ~w w w Y T Y Y Q' Z ram Q Q K K ULL F F F F x J U W a a a a C� C7 D O H Z W W y \ lJJ M M a a () O O \ W w w a a o Ga ", o \ rc a S� 1 a°z n^ \y av \\d'�j \\ \ ~ \ N \ z a � �rc y x F-: w , I w j d o Y I � � s E7, r' �N e N co I Ul o / \ \ \ V) z \ LO En x Li N a jr 40 10\ 107*50.00 MATCH LINE STA 20 444444 U 7 N F W O Z 33m / w d W F O s J a wLLmW M F O x W W T „ r<� F F- J ULL w > Q w > Q X U z w z -i w W > a > o t- x x La x w x La w w w w w F- rx < r ¢ 3 3 ti 3 3 tL Q z z w w w W r r 0 0 0 Ln V' 0 0 0 EL CD W w w w a as as oz I I I I °rc II I a z cl' I �Iw -i III ILII it I � L m I UCID ZW Z I I J f I 3 I _ _ I � N m x Z Ix i a F I I 'I 3 O d C3 N w I ao 0 I I W Io a J CL x C a . �� w I iii I I i III � I I fd I I I I I I I I � F 0 W a �W 2 2 0 Z 3Nm f a W d u a0. w w w w N w W m f (n V) W V) Q W ~ ww r r r r W W z z z z F a a a a UI N V) N C7 0 O O H H w w W v! v2 a a x 0 0 W w Ca as J € Fo I I M I I � I I 0z I �I I I j a ' F O II I I 0 a. � p LOo L I// Mo X � � 0 O w i I d ' a V _ li I ~ I I N 'n J I a Ln YI I o '^ a I � I m I X 0 fw I I r w ) I X Ul e 2 �0 li I w a 1 a- 0 I, CL I a . yl�s I I I I I � I I I I , .ira.m.��s�..3 snnm.rnn....Q��•.mmrvsanvav,.ma�.w-�n.asnn....,maws..,n-.•+ U 7 N F=- rc a' ZW ;•s-. a Vmox— J W XLLw� M z a W w In F Hz In O V z Q Q �x 2 w m H „ �n J U > w 2 X w O O W a_ cr H Ma tn f p o Z a w vwi W o M a W Ir LL a J III I - I N i 5 Fo Fa it 30 cwi I w a a O > LLO¢ 4 \\ O a N Z r io I I M a I n I i I 41 I a � o I � III a X Q m F- I a o w a a O 3 z �w wQ it Itrz II o0 lil I I II o:w a I� 30ISHJ.80N I , I e_ N� aa<laPa- F- U w s� N f 3� 2 2 O Z 3Nr �2 d W w W u�i u�i 'A0 w LL 30 In N In N a W ~Oxw w Y T Y >- ErJ ULL F F F F x U Z Z Z Z F- in (n In w p0 0 0 0 LUui Z z z W Ln a W r r 0 0 In Ln a a- CD x x 0 0 W a a_ J �N ¢ 0 0z wI it V 0K V 0 a T a z Ir F I Ir I � � I i I I 1�� o - UJ _ QI u a Q w LU x a 0 CL 0 I N III III ( w i V) a0 30I a0N a -- SI Hl - � �o cli IIIIa li - YL- X cl X W II it II Illi I NI_ —_ I Ir j I I I II �I�� III � i 0 w � o U K LU N s \ o erZ 3Mn W p, W 0 U xOx z M J LL Nm M w FLLGw a3 2 r m Q W O V x W ZLu Q d' H oJ V > WLd co x (y0 O Q- cr r f W Z LU r ' W o D W w LL Z3 J ly � =c �l ,W� r Ir �I Fa z I io a i I� I 0< a I °o IL X I N W ZZ W i I to q 0- 0 I IL I � Q I vP a r- I I Off' `" w > I I J L) Q I / N / Ul Ir I 0 I ✓ Z tn N Q }<. / a a 0 h � � I 1 �I 1 r r I 1 I I r r I I r r I r r I r r I I r r I I r r I I r I r r r r ,1 I I I I I I I r r r r I I r r I r r I r r i r r F- 0 w N Fw O f 03M x Z 3 d W J4 LLO / U .+m # � J N W VLL m H Z. ZW FOXW Q W HQN $o W ui> z W LU> z X J W V z J w z J x W a o .; a o F- >J Y J > Y 2 2 w W W W W W W F- r C� r r W � � - ' 3 3 t1 3 3 t1 Q C7 0 O Wr r r 0 0 0 sa V) V) " 0 0 0 W w w w as a s J � r a w i \� 1 Ia i ' 7 0z I o� Wo ¢ I I a X z r o w I a s N o i a I w Q E O� CID N Fv 0 O O PI `cr \\ a X w r J I I I to I I a I o 0- I I I � 1 I I I I � I I 1 I I ! I � I 1 I I I I I I I 1 I I ' I ,n cows SN�tirt 1[>D�l lIM r!r 1 I I I,�,,n�Flr.a.¢lHre�w,Mil\lii��nmJ,W-�i M31Iv�evv,Nviv,S ss.vlma�vwaiai-�otv�.teGili,llv.f - ,,,,, „ . U 7 N H 0 Z 3 LL = U Qoim cn = J W xLLw� F fn Z ~ N rOaw Z F Q Q W y.w W Z K Q r r N m W 0 J U se > W 2 X (r O O W a cr r f 1 1 I p 2 o 1 z 3 w o 1 1 I W o D a- I I < F o �u� W ir LL a I I I I �as,��. J I II i t �� idaP I M I o F I ro s I F 3 0 I 1 w I I rr f , 0 c� I o r W I 4Ir 0 0.N 1 I I N Z I I N F r Z I I W W I 1 Z - ,, VEZLL LLJ 1 I 1 I 1 I I �I 'I I ► I �� I• , ,I Iii I 1 li I .I ,1 L<1<I<]4<J U 2 2 Q Z 3Nn 3 3 3 3 J z W W W W N Ww a N N N N Q W o~ Wx Z w w cK K J ULL 30 F F F F x V W Z Z Z Z F Q Q Q Q N N N N 1 1 I 1 Q H W W F� Wv~ a a i 1 1 1 .. o o W w w d a 1 I I I o j I I I F'a I II 30 1 I o oLU i- 1 1 N I o CY I N LU CY 1 N 1 I o Z 11 1 J 1 1 _j I I - 1 Q 1 1 X I I - 1 LU u N m f I I I I 0 1 I I (n2 1 I Qw 1 1 1 1 I I \I \I I I N I r En w I� \N N I,I I ` NO CO 1 1LU1 I ; o\ w / ,1 ,1 P Ii 13M vFrf:airrl rl:liin uTf..>_.r;'i.:iA\®IrfN�l\rrl:l.ry�J:ry-YS\I�Ri3t\rfvwap\.�e it r.::f:1:�r:.i:f�fOf o�.ft:�ie:i\\:.f U a ��mo J WIn x�wN H In z H IW—LLO¢w o z F- w z ¢ z So W LU 7 O J cc O O W (L M F— a. a. w C) o z s w o LV a W o a. o n cr W Q� LL a J = 00'09+L100£ VIS 3NI3 H01VN O i Fa I h < 0 0I ��. F II I I We o z a ..Q o 3 0 a = I F OF I z 00 N 1S H16Z A� V, ,I Ei j j i i ILo o II I ! No a m II X o W I I 01 g a a;lo F- w � o In o IQ ; i I N I O I I I cr I ' I � I J I I IS HIBZ 3N ��aaa<1 nsE®s alwlEEn icP ii tnc rF'fa�:lff:i:fn nF..w:sf.+e�vfrin.uvr.....iunJ:rq-mi w3lvivu.rarf=fs vrrf ssa rn.,s,iaf.:.art+fa.f\v.t :z zvs.rnunm glom un.,�K•i�,a�arvvuv.,r„me.n-mrw3nn..,,+=aans.•,nti+•.w,�.n•�o,.rzo•gmv.a F U � n � 0 z 3 LL d W 'rmo W QOIN J �LLxN H W FLLQf a Q W �UW Z w N e W Z w W Z J t. Z J K ZJ w w Q O .-+ Q O r J > > J > Y 2 2 ¢ m wW W W W w W W W lii41. nww w r r r o 0 000'05+L100£ VIS 3NII HOiM � �' 0 0 0W w w w a a ao � T = � I OK °o z �rc I. a° ------_—_---- i 1S H162 r——————------ 3:: I ----- — ---— / / dap j l I N cr la I I I I a h U E LL I I I I I wo li x I I I I I I I W � o I 1 I I I Z N < i I I w I_. r o I a a \ vri w r z a D F- I � I I i i ii i I I I I - i— 1S H183 3N U4nav<l� F- U w n r U _ a W I- V, - F- N zw $e zw W o cr w 2 J U ¢ O O W a w r / M rami Lf) uj / u w (ALLI C3 D COL ? z N O 7 0 W O w (L J � s i I x< rc a 30 I ; 1 I NE 31ST ST oir f I ; ° a N z I F I I f' • I I�\ w 7 CD - I rQ � m w NE 30TH ST Z I a I N a ' Q ,I W I a ~ 1 LU I, V) of cr CL , I i �I n I DEWEY ST II'i •I I I 'I • � I 1 I I 00•pg+LL00£ tl15 3NI'1 HO1tlW -1 "I<I<1<I�j > F- _ U 7 M W w - W ct: (rw W W W W ¢ ww w w J N wwmw o (n N w w w r r r r w cr a: m -j V w F- r r r x W 2 Z Z Z a a a a (n N N N .Z. .Z. W Ln _ _ _. _ /• I w N® o Ln o F F O O I 0 .N+ N O O \ / W w w a a r > \ a / x I x 7 rc I I 30 Fr � I 1 NE 31 ST ST o 0 I O I / N Z I F I � X P w I I1 to I J v) o I'w NE 30TH ST - I $ Z II Y1'On - a a Q- °L W J a x F v) I ol• I, li� I �I III I N ' 'I S I• DEWEY ST I II� I i i I • I � I � 00'09+LL00£ tl1S 3NIl H�1tlW iIL6 rAriia er3'��i lk uTrrmg'Ima9lmlel.V\ral.l'aa+.t.." .OS�IiM3��r1e�raaTrle�S raral�a O W , O F o m Z 3�LL d w X,�'-W z° u aoxin J w "O1 Ln F N Z H N F�<W 3 Z F Q Q M >�x f W o d r v LLI J u > w f X K O O W d X F- fa. N 0 n+ O Z 3 ¢ 0 w O D a O O cr LLI K LL a. J 9 00'05+£900£ VIS 3NII HUM 3 a I I I i 0 30 as o� I I ao a N a K CID Ul E ��b21, z I i i N Qm - z a - i I w C3 ; IL I OCL P Id g M I I ! I I I I I I I I i m=j I I l 444<14<Ia Hulas wmarn.iim u.,n. .io,.,r„ - F- 0 U w O Z (L 3 LL W ;J-20 = a w � l. J 1, w F Vl ,-+ ~ 11 1-OLLw 2 F G Q W Ui 2 w 0 d' ,Z., N Sow 2J U > w x ¢ O O W EL w F- a- tn � 40 z Q wIn LLJ 3 w 0 S d 11I Of E d 00'09+b900£ V1S 3NIl H01VW 2 _ - s I I „o i I x xn 'I I Ir I I I I 3 0 I f r ---� 1S OF 0 0 I S��NNnb LL N N I I l i a I P I I a I ' O J I I a w P z I �I o I a I IaI i� cr X. w, FI a I - o, 0 jl CL III a oy0n�t0y^b 37b Yr N I I' I I 0H Z - I Er0 = o � J Z I 0 a ` I I , I I i i j I I I I - ill � IIS I I I � i I \ 1s NOSNIHJ d� I 1 I o �y *0 ' 9 I I I d i i S i � I I � I I � I I 00'05+£900£ V1S 3NIl H01VW 1[A xi 13)6 rA\+I�ax+i x11 16�Ih\,.vY'Iv+�Tal+xgsrl\+x1.3'>riT•i�+q-0431�Rtl11\+laysep+,tvis,vwl�a•,w+,vf•IOIe�JAeix+i\t�•f U 7 � Z 3", Q. XJ LLw o in z J WwLLF o r V) '' ~oLLw w w mW O Z e LU 2 -1 U > W x K O O w d ir r ~ f CL N 0 r Q Z Q w In € s s LL) � d O =) K LLQ w LL d J 9 00'09+9L00£ ViS 3NII HOiM Iij } V i 3 0 T a 0 F III' II I �11 4 O a F r I W I,I ->> I III � P VIII I •r N o E i } a �6 Lq 3 , 3 0 - , o I X W I it I V) o I Cl d i 10 i 00'05+b900£ VIS 3NIl H01VN a��laa4� J�\q-�IvNll\vivaraep\i,o,s:v U 7o M Fw �r Z 33m n W JF o z 7 r J N WLLmf. 3 Y. r a W FQXW W Z F N F- r a Eo W Z W Z x J VU W > Q W > Q Z J K Z J W > r > F J > Y J > Y 2 2 w K w W W W W W W - 3 3 W 3 3 w p z z z w w w ZV) in vi 00'09+SL00£ VIS 3NII HOIVW CCD 0 0 0 rrr 000 W w w w a a m ill l o I J Ho ill j C' z 0 IIS; =5 > 3 0 r F- 0 o a I 1 3 c irir yylli j l 0 l a I c I t. 0& I N3�0 w - I olu ol ;o \ - /Lq� w H r � VIII I j < M XI I I r'• I i 0 a- 0 I I a I i i i i 00'09+6900£ VIS 3NI-1 HOlVW <I<Iap«I � H U O F own _ Q Z 3 N z J N w�wF a NH ti1LLw z 1 Q Q Z yUi W z (L Q H H N So W x O LLI J U > w f X cr O O W a ¢ F 2 a N p �. o z 3 ¢ o a W o D a W Er LL a J x o W Io = ' � F p I F Q Ld OZ N 3:2 I d O Ff CX CL I a I o CL N I � I F I I I J �I I I E I I - ul _ z - I b I o � , N I I ! I i II o� e � I aaa�aa � n E.YY 6 swEiEErt �f PU E)ra tm+wE v.l��,�,n nna,ru v:,»9.e,i M,i.,i,i.vndw+]-V.S:�Rs3E,wevaa.�a,w,S w„yxa�cnwvE'a9w�•1Emi1•„�:H na msrm+nsv3 mvm emo.oR•n,re.,wr„n,.ns,.m�.w-a.n.vuv�==^+.mans,=.n-+ .aioi„�ardmve _ U � W M -— - — - O F0,v; .\ ---- -- (r Z 3 _ — a W Hfmo XLLWM u 15 H3tl38 N - -- a Q w �0—W ; U / - \ k: Z V! X \ Z F— Q — — — W \ f w 0 I J \ W � 5 L O >¢ € I I U I0. �W N M a v~i C) o r CL -io Z a w Ln rc a \\ w 0 D d = W of LL a- F a T I a \ \ 30 1 F II I a \\\\ I I w \\ \ \ I Z \ \ F O O \\ 1`��' a \\ \ \irE I I \ \ ZLL 01 ILLJ o \ I I O I I 0 Z J yo a z I � �m � I I I I CL �. I o I � I i O F of \ \• $ Z 3 1S HOV39 N a W >w= / I 00 \ \\ ` \ / -1 a o a o J > = J > 2 J I r ` LU W W W W W W \ \ 0 0 0 0 0 0 \ z z z vi vi V) W Ln V) 0 0 0 La a a o� d W w w w m m a z 0 \ II I I z o I I a\ D r=-'a 3 0 I � w \\ \\ 0 rc r V w i \ I 0 \ \ N I o \\ o Y I \ o \ cn \ \ II Y \ \ Lq Oo / \ m d \\ ~ o I ' I a o \ i �6 aIL D \ r o U s I mm w� J (n J 3 V)LL ao O =r I I I I d I