Loading...
HomeMy WebLinkAboutContract 48876CI�Y ����iAF�I� �� ! CONTRACT N0. Developer and Project Information Cover Sheet: Developer Company Name: ' Centreport Industrial Bldg 7, LLC, a Texas limited liability company __ _ _ _ _ . __ _ _. __ __ _ ___ __ __ _ Address, State, Zip Code: 3000 Turtle Creek Blvd., Dallas, TX 75219 _ _ __. _ _ _ _ _ _ _ _ .. __ _ __ Phone & EmaiL• ' 972-201-2862, larry.blair@hillwood.com _ ___ _ __ - _._ __ __ __ _ _ __ _. Authorized Signatory, Title: ' Lariy Blair , Senior Vice Pt•esident __ _ _ _ _ _ _ _ __ _ _ _ Project Name: Hillwood Area 1 Brief Description: Water, Sewer, Paving _ _ _ -... . _ __ _ _ __ _ _ _ __ Project Location: ' Centreport Plat Case Number; FP-16-116 i Plat Name: Centrepoi�t _ _ , ___ _ __.._. _ . ___ __ _. __ ' Mapsco: Council District: 5 City Project Number: ' 100770 _ _ _ _. - _ __ _ CFA Number: i 2017-014 DOE Number: None __ _ _ __ _ _ _ _ _ _ _ _ __ _ _ _ _ To be cornpleted by staff R . . 2�� eceived by. �^y��`� _-_ '1 � ��� � �' C RECEIVED 4` MAR 1 f 2UI! S, CITY OF FORT WORtH CITYSECRETARY , �` . Date: OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas � � Standard Community Facilities Agreement - Hillwood Area 1 CFA Official Release Date: 01.03.2017 Page 1 of 11 STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS COUNTY OF TARRANT � 0 City Seci•etaiy Contract No. ��� WHEREAS, Centreport Industrial Bldg 7, LLC, a Texas limited liabilit,y compan� ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Hillwood Area 1("Project") within the City or the extraterritorial jurisdiction of Fort Worth, Texas ("City"); and WHEREAS, the City has no obligation to par�ticipate in the cost of the Improvements or Project; and WHEREAS, any futui•e 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 iinancial 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 City of Fort Worth, Texas Standard Community Facilities Agreement - Hillwood Area 1 CFA Official Release Date: 01.03.2017 Page 2 of 11 further acknowledges that said acceptance process requires the Developer's contractor(s) to submit a signed afiidavit 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) 0, Paving (B) '�°;, Storm Drain (B-1) O, Street Lights & Signs (C)1�'. 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 - Hiilwood Area 1 CFA Official Release Date: 01.03.2017 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 Communiry Facilities Agreement - Hillwood Area 1 CFA Official Release Date: 01.03.2017 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, whethef� of• not such iniu��ies, deatli o�� datr:a�es are caused, in wlzole or in part, by the alleged negligence of the Citv ofFort Wof�th, its offcei�s, servants. or enzploVees. M. Developer will further require its contractors to indemnify, defend and hold harmless the Cit,y, its officers, agents and employees from and against any and all claims, suits or causes of action of an,y 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 o� not suclt iniuries, death or damages ar•e caused, in whole ot� in pa�•t, bv the alleged ne�li�ence of tlze Citv of Fort Wo�•th, its of�cef•s, sef�vants, or enzplovees. 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 - Hillwood Area 1 CFA Official Release Date: 01.03.2017 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 �inancial 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 - Hillwood Area 1 CFA Official Release Date: 01.03.2017 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 Warth, Texas Standard Community Facilities Agreement - Hillwood Area 1 CFA Official Release Date: 01.03.2017 Page 7 of 11 Project Name: Hillwood Area 1 CFA No.: 2017-014 Cost Summary Sheet ect No.: 100770 An Engineer's Estimate of Probable Cost is acceptable. However, the construction contract price will ultimately detei7nine the ainount 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 $ 66,213.00 2. Sewer Construction $ 36,348.00 Waterand SewerConsfruction Total $ 102,561.00 B. TPW Construction 1. Street 2. Storm Drain 3. Street Lights Installed by Developer 4. Signals TPW Construction Cost Total Total Construction Cost (excluding the fees) Construction Fees: C. Water/Sewer Inspection Fee (2%) D. WateNSewer Material Testing Fee (2%) Sub-Total for Water Construction Fees E. TPW Inspection Fee (4%) F. TPW Material Testing (2%) G. Street Light Inspsection Cost H. Signals Inspection Cost H. Street Signs Installation Cost Sub-Total for TPW Construction Fees Total Construction Fees: Financial Guarantee Options, choose one Bond = 100% Completion Agreement = 100°/o / Holds Plat Cash Escrow Water/Sanitarv Sewer= 125% Cash Escrow Pavin /Storm Drain = 125% Letter of Credit = 125% w/2yr expiration period City of Fort Worth, Texas Standard Community Facilities Agreement - Hillwood Area 1 CFA Official Release Date: 01.03.2017 Page S of 11 $ 14,445.98 $ - $ - $ - $ 14,445.98 $ 117,006.98 $ 2,051.22 $ 2,051.22 $ 4,102.44 $ 577.84 $ 288.92 $ - $ - $ - $ 866.76 $ 4,969.20 Choice Amount 117, 006.98 117,006.98 128,201.25 18, 057.48 146.258.73 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 i � � ' , ' ,�� � � ���� esus J. Chapa Assistant ity anager Date: � Recommended by: � �/v t endy Chi-Babu l, EMBA, P.E. velopment Engineering Manager Water Department ,C� �,.�. �...� Douglas . Wiersig, P.E. Director Transportation & Public Works Department Approved as to Form & Legaliry: �� Richard A. McCracken Assistant City Attorney M&C No. NIA Date: .� I �3 I �7 Form 1295: � �� City of Fort Worth, Texas Standard Community Facilities Agreement - Hillwood Area 1 CFA Official Release Date: 01.03.2017 Page 9 of 11 DEVELOPER Centreport Industrial Bldg 7, LLC, a Texas limited liability company �r� ��d�� ' Name: La ry Blair Title: Senior Vice President Date: 0 a-�'�- 2 0/ ATTEST: (Only if required by Developer) ��f�.J � Signature Name: S�c n d r�t �t r d' o l� 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. 1�? l�1 - 1�1(`� � t�� � I �'UI�;�i'��_ Name: Title: OFFICIAL R6CORp cirir sec�ratY F1'. WO�i'1'I�y '�"X 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 C' Location Map j�X' Exhibit A: Water Improvements __ .DX Water Cost Estimate ❑X' Exhibit A-1: Sewer Improvements ;�; Sewer Cost Estimate [X�, Exhibit B: Paving Improvements C� Paving Cost Estimate � Exhibit B-1: Storm Drain Improvements C� Storm Drain Cost Estimate ___ O E�chibit 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 - Hillwood Area 1 CFA Official Release Date: 01.03.2017 Page 10 of 11 ATTACHMENT "1" Changes to Standard Agreement Community Facilities Agreement City Project No. 100770 None City of Fort Worth, Texas Standard Community Facilities Agreement - Hiliwood Area 1 CFA Official Release Date: 01.03.2017 Page 11 of 11 n PAVING, WATER, AND SANITARY SEWER TO SERVE HILLWOOD AREA 1 VI C I N ITY MAP Graham Associates,inc. � CONSULTING ENGINEERS & PLANNERS 60D SIX FLAGS DRIVE, SUITE 500 ARLINGTON, TEXAS 78011 (811) 640-8535 TBPE FIRM: F-1191/TBPLS FIRM:101538-0D DRAWN BY: JS DATE: 1!3l2017 PROJECT NO.; 2680•1021 SHEET 1 OF 1 NOT TO SCALE MAPSCO N0. 56Q COUNCIL DISTRICT �5 CITY OF FORT WORTH VOL 2008. PG. 243 d� VOL. 2037, PG. 567 D.R.T.C.T. -�-PROPOSED 4" WATER LINE �EXTENSION FOR mFUTURE CONNECTION � i PROPOSED 2" WATER LINE� `�EXTENSION FOR - �FUTURE CONNEC'ON '��, i ., ` ! 1 �� � `' 1 ,j J i 1 I � 12 E F,A.A. BLVD. ! � � � �f LOT 5, BLOCK 113 ---_ CENTREPORT ADDmON PHASE 111 � ' �j @ CEMREPORT4INDUSTRI/ALB BLD� C7, LLC. � + � DOC. N0. D216265122 C.C.R.T.C.T. � ��� �� i� � i� ' � t� � � �� � � CHESAPEAKE LAND DEVELOPlAENt � � � COMPANY, LlC � DRILL SfTE A1 � � DQC. N0. D209053914 �jA C.C,R.T.C.T. -� -( -�- (� � � � PROPOSED 10'� WATER LINE EXTENSION FOR FUTURE CONNECTION PROPOSED 3" WATER LINE EXTENSION FOR FUTURE CONNECTION PROPOSED 2" WATER LINE EXTENSION FOR FUTURE CONNECTION �=EXIST. 24" CONCRETE WATER-�-b- (X-9368) --= �__�_�,� -R�,-_ EXIST. 20" REClA1MED WATER _� =;(X-21214) ������������. �—�...�.�. �.���r __ 4 ==�4a PROPOSED 8" WATER LINE � EXTENSION FOR FUTURE CONNECTION 1 WATER Graham Associates,lnc. GRAPHIC SCALE 1"=100� � CONSULTING ENGINEERS & PLANNERS 60D SIX FLAGS DRIVE, SUITE 500 A R L I N � T O N, T E X A S 7 6 0 1 1 ( 8 1 7) 6 4 a 8 5 3 5 100 Q � � � 2 � � TBPE FIRM: F-1191/TBPLS FIRM:101538-OD DRAWN BY: JS DATE: 1/3/2017 PROJECT NO.; 266U-1021 SHEET 1 OF 1 UNIT 1- WATER DEPARTMENT CONSTRUCTION ITEMS HILLWOOD AREA 1 WATER ITEM DESCRIPTION UNIT QTY PRICE AMOUNT 1 0241.1510 Salvage Fire Hydrant EA 1 $ 1,819.00 $ 1,819.00 2 3305.0109 Trench Safety LF 422 $ 1.00 $ 422.00 3 3311.0001 Ductile iron Water Fittings w/ Restraint TON 0.60 $ 5,�73.33 $ 3,104.00 4 3311.0441 12" Water Pipe LF 422 $ 42.00 $ 17,724.00 5 3312.0117 Connection to Existing 4"-12" Water Main EA 1 $ 1,000.00 $ 1,000.00 6 3312.2801 3" Water Meter and Vault EA 1 $ 10,620.00 $ 10,620.00 7 3312.3002 6" Gate Valve EA 3 $ 1,050.00 $ 3,150.00 8 3312.3003 8" Gate Valve EA 2 $ 1,323.00 $ 2,646.00 9 3312.3004 10" Gate Valve EA 2 $ 1,967.00 $ 3,934.00', 10 3312.3005 12" Gate Valve EA 3 $ 2,216.00 $ 6,648.00 11 3312.4211 24" x 12" Tapping Sleeve & Valve EA 1 $ 12,146.00 $ 12,146.00 12 3312.2203 2" Water Service EA 1 $ 3,000.00 $ 3,000.00 CONTINGENCY (25%) LS 1' $ 16,553.25 $ 16,553.25 TOTAL CFA UNIT 1: WATER IMPROVEMENTS $82,76625 HILLWOOD AREA 1 WATER Graham Associates,lnc. � CONSULTING ENGINEERS & PLANNERS 600 SIX FLAGS DRIVE, SUITE 500 ARLINGTON, 7EXAS 76011 (817) 64a8535 TBPE FIRM: F-1191/THPLS FIRM:101538-00 DRAWN BY: JS DATE: 2/14/2017 PROJECT NO.: 2660-1021 SHEET 1 OF 1 CtiY OF FORT WORiH VOL 2008. PG. 243 & VOL. 2037, PG. 567 D.R.T,C.T. �(TYP. LOT 5, BL�CK 113 -- CENTftEPORT ADDmON PHASE Iil 384,545 SQ.Ff./8.828 AC. CENTREPORT INDUSTRIAL BLDG. 7, LLC. "-" DOC. N0. D216265122 C.C.R.T.C.L `-�--- �� � � �� GHESAPEAKE LAND DEVELOP}AENT COAIPANY, 11C DRILL SfTE A1 DOC. N0. D209053914 C.G.R.T.C.T. 8'� SEWER SERVICE 8" SEWER PIPE � �. = _ _ -�_�''--• HILLWOOD AREA 1 SANITARY SEWER Graham Associates,�ilC. GRAPHIC SCALE 1"=100' C�� CONSULTING ENGINEERS & PLANNERS 600 SIX FLA�S DRIVE, SUITE 50U A R L I N G T O N, T E X A S 7 6 4 1 1 ( 8 1 7) 8 4 0- 8 53 5 � �� � � � Q 2 0 0 TBPE FIRM; F-1191/TBPI.S FIRM:10153&00 DRAWN BY: JS DATE: 113/2017 PROJECT NO,; 2680-1021 SHEET 1 OF 1 UNIT II - WATER DEPARTMENT CONSTRUCTION ITEMS I3ILLWOOD AR�A 1 SANITARY SEWER ITEM DESCRIPTION UNIT QTY PRICE AI�tOUNT 1 3301.0002 Post-CCTV Ins ection LF 261 $1.00 $261.00 2 3305.0109 Trench Safe LF 261 $1.00 $261.00 3 33313301 8" Sewer Service EA 2$1,000.00 $2,000.00 4 3331.4115 8" Sewer P' e LF 261 $43.00 $11,223.00 5 3339.0001 E o Manhole Liner VF 16 $175.00 $2,8Q0.00 6 3339.1001 4' Manhole EA 2$3,126.00 $6,252.00 7 3339.1001 4' Dro Manhole EA 1$6,915.00 $6,915.00 8 3339.1003 4' E�ra De th Manhole VF 8 $150.00 $1,200.00 9 3301A101 Manhole Vacuum Testin EA 3 $125.00 $375.00 10 9999.0001 Connect to Existin Sewer Line EA 1$2,561.00 $2,561.00 I 1 3125.0101 SWPPP - Pre aration, Im lementation and Ma�tenance LS 1$2,SOQ.00 $2,500.00 CONTINGENCY (25%) LS 1 $9,087.00 $9,087.00 TOTAL CFA UNIT II- SANITARY SEWER �45,435,00 ��������:�:����y:����r:�c�-�y�a�»c� Graham Associates,lnc. � CONSULTING ENGINEERS & PLANNERS 600 SIX FLAGS DRIVE, SUITE 50D ARLINGTON, TEXAS 76011 (617) 640-8535 TBPE FIRM: F•1191/THPLS FIRM:101536-00 DRAWN BY: JS DATE; 1/3/2017 PROJECT NO.: 2660-1021 SHEET 1 OF 1 CtTY OF FORT WORTH VOL 2006. PG. 243 dc VOL 2037, PG. 567 D,R,T.C.T. F.A.A. BLVD. ����Y �_3 �„3�"� " � f i j � V� ��r S�, _t � � � �. � �� _, • � . �. i i ��, �� � �� -------_____-------_____ LOT 5, HLOCK 113 — CENTREPORT ADDRION PHASE III � 384,545 SQ.Ff./6.828 AC. CEMREPOR7 INDUSTItIAL BLDG. 7, LLC. —`—' DOC. N0. D216265122 C.C,R.T.C.T, � '�► � � � CNESAPEAKE LAND DEVELOPMENT CO►�PANY, LLC DRILL SITE At DOC. N0. D209053914 C.C.R.T.C.T. � � � DRIVE , • � Graham Associates,�i1C. GRAPHIC SCALE 1"=100' � CONSULTING ENGINEERS & PLANNERS 600 51X FLAGS DRNE, SUITE 500 ARIINGTON,TEXAS76011 (817)640-8535 1 �� Q 100 2�� TBPE FIRM: F-1191/fBPLS FIRM:101538-00 DRAWN BY: JS DATE: 1/3/2017 PROJECT NO,: 2660-1021 SHEET 1 OF 1 � L7NIT IV - CONSTRUCTION ITEMS HILLWOOD AR�A 1 PAVING ITEM D�SCRIPTION UNIT QTY PRICE AMOUNT 1 0241.1000 Remove Conc Pvmt SY 26 $11,54 $300.04 2 0241.1300 Remove Conc Curb & Gutter LF 94 $13.00 $1,222.00 3 3213.0301 4" Conc Sidewalk SF 149 $4.10 $610.90 4 3213.0402 7" Concrete Drivewa SF 1634 $5.07 $8,28438 5 3213.0506 Bairier Free Ram , T e P-1 EA 2 $200.00 $400.00 6 3216.0101 6" Conc Curb and Gutter LF 77 $5.88 $452.76 7 3217.0001 4" SLD Pvmt Marking HAS (V� LF 73 $1.50 $109.50 8 3217.0002 4" SLD Pvmt Marking HAS (Y) LF 64 $1.50 $96.00 9 3217.0201 Remove 8" BRK Pvmt Marking HAS (W) LF 86 $1.08 $92.88 10 3217.0201 8" BRK Pvmt Markin HAS (W LF 48 $3.24 $155.52 11 3217.0501 24" SLD Pvmt Marking HAE (W) LF 22 $13.50 $297.00 I2 3217.1002 Lane Le end Ai�•ow EA 4 $150.00 $600.00 13 3217.4402 Remove Lane Le end Ai7�ow EA 1 $75.00 $75.00 14 STOP SIGN Rl-1 EA 1 $550.00 $550.00 15 SIGN BWAY R3-8 EA 1 $500.00 $500.00 16 DO NOT ENTER RS-1 EA 2 $350.00 $700.00 CONTINGENCY (25%) LS 1 $3,611.50 $3,611.50 TOTAL CFA UNIT IV: PAVING IMPROVEMENTS $18,057.48 HILLWOOD AREA 1 PAVING Graham Associates,lnc. � CONSULTING ENGINEERS & PLANNERS 600 SIX FLAGS DRIVE, SUITE 500 ARLIN�TON, TEXAS 76011 (817) 640-8535 TBPE FIRM: F-1191/TBPLS FIRM:101538A0 DRAWN BY: JS DATE: 113f2017 PROJECT NO.: 2860-1021 SHEET 1 OF 1