Loading...
HomeMy WebLinkAboutContract 48970 CITY SECRETARY ok�q 1CONTRACT NO. 10 // Developer and Project Information Cover Sheet: Developer Company Name: Columbia North Texas Subsidiary GPP, LLC as general partner of Columbia Plaza Medical Center of Fort Worth Subsidiary, L.P. Address, State,Zip Code: 900 8'Avenue,Fort Worth, TX 76104 Phone&Email: 817-347-5858,N/A Authorized Signatory, Title: Clay Franklin,Vice President Proj ect Name: HCA Plaza Medical Center Emergency Department Addition Brief Description: Water, Sewer, Paving, Storm Drain Project Location: Southwest corner of Cooper St and 91h Ave. Plat Case Number: None Plat Name: None Mapsco: 76G Council District: 9 City Project Number: 100790 CFA Number: 2017-032 DOE Number: None To be completed by staff.- Received taffReceived by: Date: —3 JC% 7 APR 12 2017 ''Inst°Rr,A(jr rt' OFFICIAL RECORD CITY SECRETARY City of Fort Worth,Texas FT.WORTH,TX Standard Community Facilities Agreement-HCA Plaza Medical Center Emergency Department ion CFA Official Release Date: 01.03.2017 Page 1 of 11 STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, Columbia North Texas Subsidiary GP LLC aseg neral partner of Columbia Plaza Medical Center of Fort WOrth Subsidiary L.P., ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as HCA Plaza Medical Center Emergency Department Addition ("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 City of Fort Worth,Texas Standard Community Facilities Agreement-HCA Plaza Medical Center Emergency Department Addition CFA Official Release Date: 01.03.2017 Page 2 of 11 has been completed and the City has officially accepted the Improvements. Developer further acknowledges that said acceptance process requires the Developer's contractor(s) to submit a signed affidavit of bills paid and consent of Surety signed by its surety to ensure the contractor has paid any sub-contractor(s) and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full by Developer for all the services provided under this contract. C. Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City-approved construction plans, specifications and cost estimates provided for the Project and the exhibits attached hereto. D. The following checked exhibits describe the Improvements and are incorporated herein: Water(A) ©, Sewer (A-1) ® Paving (B) 0, Storm Drain (B-1) M, 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 maintenance City of Fort Worth,Texas Standard Community Facilities Agreement-HCA Plaza Medical Center Emergency Department Addition CFA Official Release Date: 01.03.2017 Page 3 of 11 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. 1. City shall not be responsible for payment of any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. City of Fort Worth,Texas Standard Community Facilities Agreement-HCA Plaza Medical Center Emergency Department Addition CFA Official Release Date: 01.03.2017 Page 4 of 11 J. Developer hereby releases and agrees to indemnify, defend and hold the City harmless for any inadequacies in the preliminary plans, specifications and cost estimates supplied by the Developer for this Agreement. K. Developer agrees to provide, at its expense, all necessary rights of way and 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 injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. M. Developer will further require its contractors to indemnify, defend and hold harmless the City, its officers, agents and employees from and against any and all claims, suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from, or in any way connected with,the construction of the infrastructure contemplated herein, whether or not such injuries, death or dant ages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. Further,Developer will require its contractors to indemnify, and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and construct the improvements in a good and workmanlike manner, free from defects, in conformance with the Policy, and in accordance with all plans and specifications. City of Fort Worth,Texas Standard Community Facilities Agreement-HCA Plaza Medical Center Emergency Department Addition CFA Official Release Date: 01.03.2017 Page 5 of 11 N. Upon completion of all work associated with the construction of the Improvements, Developer will assign to the City a non-exclusive right to enforce the contracts entered into by the Developer with its contractor along with an 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 the end of two (2)years from the date of this Agreement(and any extension period) the Improvements have not been completed and accepted. iv. The City may utilize the Developer's financial guarantee to cause the completion of the construction of the Improvements or to cause the payment of costs for City of Fort Worth,Texas Standard Community Facilities Agreement-HCA Plaza Medical Center Emergency Department Addition CFA Official Release Date: 01.03.2017 Page 6 of 11 construction of same before the expiration of two (2) years if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction, the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement. (REMAINDER OF PAGE INTENTIONALLY LEFT BLAND City of Fort Worth,Texas Standard Community Facilities Agreement-HCA Plaza Medical Center Emergency Department Addition CFA Official Release Date: 01.03.2017 Page 7 of 11 Cost Summary Sheet Project Name: HCA Plaza Medical Center Emergency Department CFA No.: 2017-032 City Project No.: 100790 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 $ 55,492.00 2.Sewer Construction $ 33,114.00 Water and Sewer Construction Total $ 88,606.00 B. TPW Construction 1.Street $ 27,894.80 2.Storm Drain $ 226,427.00 3.Street Lights Installed by Developer $ - 4. Signals $ - TPW Construction Cost Total $ 254,321.80 Total Construction Cost(excluding the fees): $ 342,927.80 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 1,772.12 D. Water/Sewer Material Testing Fee(2%) $ 1,772.12 Sub-Total for Water Construction Fees $ 3,544.24 E. TPW Inspection Fee(4%) $ 10,172.87 F. TPW Material Testing(2%) $ 5,086.44 G. Street Light Inspsection Cost $ _ H. Signals Inspection Cost $ _ H. Street Signs Installation Cost $ _ Sub-Total for TPW Construction Fees $ 15,259.31 Total Construction Fees: $ 18,803.55 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 342,927.80 x Completion Agreement= 100%/Holds Plat $ 342,927.80 Cash Escrow Water/Sanitary Sewer= 125% $ 110,757.50 Cash Escrow Paving/Storm Drain= 125% $ 317,902.25 Letter of Credit= 125%w/2yr expiration period $ 428,659.75 City of Fort Worth,Texas Standard Community Facilities Agreement-HCA Plaza Medical Center Emergency Department Addition CFA Official Release Date: 01.03.2017 Page 8 of 11 ACCORDINGLY,the City of Fort Worth and Developer have each caused this instrument to be executed in quadruplicate in each entity's respective name by its duly authorized signatories effective as of the date executed by the City's City Manager or his/her designee. CITY OF FORT WORTH DEVELOPER � Columbia North Texas Subsidiary GP,LLC, C!A !— as general partner of Columbia Plaza Medical Jesus J. Chapa Center of Fort Worth Subsidiary,L.P. Assistant City Mana er Date: 1 � � Recommended by: Name: Clay Frank6 Title: Vice President Wendy Chi-J4abulal, EMBA, P.E. Date: �ZL� Development Engineering Manager Water Department ATTEST: (Only if required by Developer) a4 (J. �j Dougla . Wiersig, P.E. Director Signature Transportation &Public Works Department Name: Approved as to Form &Legality: Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and Richard A. McCracken administration of this contract, including Assistant City Attorney ensuring all performance and reporting M&C No. N)A requirements. Date: ti It,1t7 Form 1295: N IA— Pr � 0il'j) Name: ATTEST: ®� F OR�� Title: CJ: S ar J. a City Se ry •�XAs. City of Fort Worth,Texas Standard Community Facilities Agreement-HCA Plaza Medical Center Emergency Department Addition CFA Official Release Date: 01.03.2017 Page 9 of 11 Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment ® Attachment 1 -Changes to Standard Community Facilities Agreement ® Location Map ® Exhibit A: Water Improvements ® 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 ❑ 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-HCA Plaza Medical Center Emergency Department Addition CFA Official Release Date: 01.03.2017 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 100790 None City of Fort Worth,Texas Standard Community Facilities Agreement-HCA Plaza Medical Center Emergency Department Addition CFA Official Release Date: 01.03.2017 Page 11 of 11 O NO 2� W J z Y �.� _ W � o W = CK O W ) < z o- a cD o _j - 0'- 0 < 0 2i � E3 2 U) U H18 m O F- F- 16 z W' z � mW � U) O O = U vi X Q Q o Q z H W W N w z 31 S31 U O � O � o O ca >- 0ryn Q � HlLQ J CL -10 LLI U 75; = U U)N�Wd sEIOJ z I— J Q m 75 n V-10E-� 0 C-� Q LEGEND PROP.WATER LINE EX.WATER LINE NORTH PROP,GATE VALVE ra EX.GATE VALVE GRAPHIC SCALE IN FEET 60 PROP.FIRE HYDRANT {� 0 40 80 1 I EX.FIRE HYDRANT � EX. 16"WATER LINE — PROPOSED 6"PUBLIC WATER LINE $ w — W COOPER STREET 8"PROPOSED PROPOSED 6" PUBLIC PUBLIC WATER LINE _DOMESTIC METER IN VAULT / v PROPOSED 8"PUBLIC Lo R WATER LINE OI6SEl TRACT VOLUME 106,PAGE IN 50 I DRTCT RLINE FW''SEMEN I I I PROPOSED PUBLIC INS ROME 6"WATER LINE 22NO. DZ73301 0) LOT IM oISESELTRW,P G PROPOSED 6"PUBLIC VOLUTAERTCT GE 1b I( oeE DRTCT WATER METER IN VAULT 'UTILITY I ABf�NDON SEMEN B PLAN I CABINET SLIDE 252 P.R.T.C.T. LOT 143 I DISSEL TRACT VOLUME 106,PAGE IN / DRTCT LOT 162 I ' DISSELTRACT VOLUME 100,PAGE 129 DRTCT J � 536ACRE w > TO COLUMBIA D AIEDICALCENTD,l OF Z FORTWUBSJDI y.0 LOT 141 (JJ SUBSIDIARY,LP SELTRACT PAI INSORS ENT O VOLUM EDRT TACE ID Q OPRTGT J 'I EX.36"WATER LINE DISSELTRAcr ' VOLUME R06,PAGE129 DRTCT PROPOSED 6"PUBLIC WATER LINE AND — — FH ASSEMBLY LOT 139 Q DISSELTRACT VOLUME 106,PAGE 1D DRTCT ' EX. 16"WATER LINE LOT 136 VOWME IDS,PAGE 19 I I -DRTCT LOT 13r DI6SELTRACT VOLUTADlDD AGE 129 I � � LOT 12 I I DISSELTRACT VOLUME 106,PAOE129 DRTCT EXHIBIT A: WATER IMPROVEMENTS HCA PLAZA MEDICAL 10mlepoHorn CFA PROJECT QUANTITY MATRIX HCA PLAZA MEDICAL(PUBLIC WATER IMPROVEMENTS) SHEET NO. ITEM TOTAL UNIT PRICE ITEM TOTAL COST ITEM NO. BID ITEM UNIT C-101 1 3312.0001 Fire Hydrant EA 1 1 $2,200.00 $2,200.00 2 3312.4111 16"x 6"Tapping Sleeve&Valve EA 3 3 $2,350.00 $7,050.00 3 3312.4112 16"x 8"Tapping Sleeve&Valve EA 2 2 $2,850.00 $5,700.00 4 3311.0001 Ductile Iron Water Fittings tiv/Restraint TON 1 1 $2,000.00 $2,000.00 5 3311.0161 6"PVC Water Pie LF 80 80 $30.00 $2,400.00 6 3311.0261 8"PVC Water Pie LF 57 57 $35.00 $1,995.00 7 3312.2803 6"Water Meter and Vault EA 2 2 $12,000.00 $24,000.00 8 3305.0109 Trench Safety LF 137 137 $1.00 $137.00 9 3471.0001 Traffic Control MO 1 1 $1,500.00 $1,500.00 10 3201.0202 Asphalt Pvmt Repair Beyond Defined Width,Arterial SY 114 114 $55.00 $6,270.00 11 3216.0101 6"Conc Curb and Gutter EA 70 70 $20.00 $1,400.00 12 0241.1300 Remove Conc Curb&Gutter EA 70 70 $12.00 $840.00 Total $55,492.00 UNIT TOTAL $55,492.00 LEGEND PROP.SSWR LINE SS EX.SSWR LINE _ss —SS --------- NORTH PROP.MANHOLE EX.MANHOLE GRAPHIC SCALE IN FEET 0 40 80 160 am- ss --- COOPER STREET / ( LOT 145 DISS I-T1iACT V7OLUTAE MPAGE 129 WATERLINEI 59 PROPOSED 6" EASEMEJE ( PUBLIC SSWR SERVICE PROPOSED PUBLIC IN"TRUMMANHOLE NO. LOT 14 I D213301 VOLUME 105.PAGE i29 DR1C1 0'UTILITYD m PROPOSED 12" ASEMENI BY PLAT) I CABINET PUBLIC SSWR LINE I — SLIDE 252 .R.T.C.T. LOT 143 OISSEL TRACT VOLUME 106.PAGE iD DRRCi CONNECTTO w EX. MANHOLE I 'LIIf z Jr LOT 142 vv DISSELTRACT �y, VOIUTAE 106.PAGE 129 > I I DRRCi N� 1.538 ACRE I ° — w N COLUTA�A PL I.IEDICAL CENTER OF FORTV.OR LOT 141 w W SUSLP SIDIMY, DISMI-TRACT ' INISDTRLRATN VOLUTAE105.PGE129 03301 DRTCT Q Pf I L LOT 140 I 1n (I DISSELTII D U CONNECT TO VOLUME 106.PAGE EX.MANHOLE D11, I � — — PROPOSED 6" LOT PUBLIC SSWR SERVICE VOLUME 106DISSELT,PAC.PAGE 129 '-m I I I f( LOT 135 DI3s LTRACT VOLUTAE 10'0.PAGE 129 —DRI= LOT 13] n DISSELTRACT in VOLUI.IE 106.PAGE 129 DMC1 w J LOT 136 ' DISSELTRACT Cn VO LUTAE 106,PAGE 19 (n LmCT 73 _ 1 04 X w ——— _ ———— HUMBOLDT STREET Lor tat c OISSELTRACT ❑ O VOLUME 106.PAGE 129 4� DRTCT 1 I EXHIBIT Al : SANITARY SEWER IMPROVEMENTS HCA PLAZA MEDICAL I *Horn CFA PROJECT QUANTITY MATRIX HCA PLAZA MEDICAL(PUBLIC SEWER IMPROVEMENTS) SHEET NO. ITEM TOTAL UNIT PRICE ITEM TOTAL COST ITEMNO. BID ITEM UNIT C-102 1 3305.3004 12"Sewer Carrier Pie LF 69 69 $98.00 $6,762.00 2 3305.1003 20"Casing By Oen Cut LF 69 69 $101.00 $6,969.00 3 9999.0001 6"SDR 26 150 PSI Pressure Class LF 58 58 $37.00 $2,146.00 4 3301.0002 Post-CCTV Inspection LF 127 127 $5.00 $635.00 5 3339.1001 4'Manhole EA 1 1 $2,000.00 $2,000.00 6 3301.0112 Concrete Collar EA 1 1 $900.00 $900.00 7 3339.1003 4'Extra Depth Manhole VF 3.9 3.9 $250.00 $975.00 8 3301.0101 Manhole Vacuum Testing EA 1 1 $200.00 $200.00 9 3339.0001 Epoxy Manhole Liner VF 6 6 $165.00 $990.00 10 9999.0002 H dmlic Slide in Ex.Manhole EA 1 1 $750.00 $750.00 11 0330.0001 Concrete Encase Sewer Pie LF 35 35 $25.00 $875.00 12 3305.0109 Trench Safety LF 127 127 $1.00 $127.00 13 3471.0001 Traffic Control MO I 1 I $1,500.00 $1,500.00 14 3201.0202 Asphalt Pvmt Repair Beyond Defined Width,Arterial SY 139 139 $55.00 $7,645.00 IS 3216.0101 6"Cone Curb and Gutter LF 20 201 $20.00 $400.00 16 0241.1300 Remove Cone Curb&Gutter LF 20 20 $12.00 $240.00 Total $33,114.00 UNIT TOTAL $33,114.00 LEGEND PROP.PUBLIC ".2:: :r::•''i r:r SIDEWALK 5+a:�~.:.tiz: -%�:s-�;•�;;- NORTH I GRAPHIC SCALE IN FEET I 0 40 80 160 PROP. T PUBLIC COOPER SIDEWALK STREET -.,-.r,.�..�.::':!::•:,:a.lt:. -:.:,: :. PROP.PUBLIC PROP.PUBLIC LOT 145 SIDEWALK RAMP DISSELTRAOi SIDEWALK RAMP VOLNAE oa PAGE 129 I I ( I DRiCi .a LOT 1. �• OISSELTRAGT VOLUME 10a PAGE 129 :y - ORrcT OT MSEFi -y U.jEI TRACT UTILITY VOIUTAE 1M PAGE 129 SEMENT I DRTa v. 'ABINET LIDE 2523 I �.R.T.D.T. � LLLL ry LOT 142 -II DISSELTRACT VOLUTAE 10a PAGE 129 PROP.8'PUBLIC SIDEWALK I f 38 ACRE TO W COL IAC Z I.IEDIC TER P K. TNOCENRhi OF I '1 LOW T f41 SUDIARY,IP DISSELTRALT II IINSVOLIAAE 11 a PAGE 1Ml D21330t I ORTC( OPRTCi ( II L LOT 140 II DISSEL TRACT ( z` VOLUTAE f05.PAGE 129 ORTCT I �I tH I I LOT 139 1 DLAE iRAGT VOLUiAET PAGE 123I I OfRRTOT I II � I LOT 139 OISSELTRAGT VJEUPEIQFYA� J I I -DRrcr LOT 13] DISSELlfl L VOLIAAE f06.PAGE 129 ORTCt I (; PROP.8'PUBLIC SIDEWALK LOT 130 DISSEL TRACT VOLUTAE lm PAGE 129 DOLT PROP.PUBLIC —_••SIDEWALK RAMP ——— ——————— HUMBOLDT STREET EXHIBIT B: PAVING IMPROVEMENTS HCA PLAZA MEDICAL I l)Horn CFA PROJECT QUANTITY MATRIX HCA PLAZA MEDICAL PUBLIC PAVING IMPROVEMENTS) SHEET NO. ITEM TOTAL UNIT PRICE ITEM TOTAL COST ITEM NO. BID ITEM UNIT C-200 C-005 1 0241.0402 Remove Asphalt Drive SF 80 80 $12.00 $960.00 2 0241.0100 Remove Side«alk SF 3060 3060 $1.00 $3,060.00 3 0241.1300 Remove Cone Curb&Gutter LF 199 188 $Z00 $1,316.00 4 3110.0102 6"-12"Tree Removal EA 8 8 $270.00 $2,160.00 5 3213.0301 4"Conc Side\talk SF 4033 4033 $3.60 $14,518.80 6 3471.0001 Traffic Control MO 1 1 $1,200.00 $1,200.00 7 3213.0506 Barrier Free Ramp,Type P-1 EA 6 6 $780.00 $4,680.00 Total $27,894.80 UNIT TOTAL 527,894.80 LEGEND PROP.STORM LINE EX.STORM LINE NORTH PROP.CURB INLET o CONNECT TO EX.33" GRAPHIC SCALE IN FEET STORM LINE 0 40 80 160 PROP.21"PUBLIC PROP.33"PUBLIC STORM LINE STORM LINE COOPER STREET PROP. 10'PUBLIC / CURB INLET 50' LOT tas WATERLINE I 'AE UL,RACT VOLwAEPAGE129 EASEMENT oRTRTCT INSTRUMENT I NO. D213301040 I — P.R.T.C.T. CrO BE LOT 1a4 ABANDONED ( .,,ACT BY PLAT) I MLIAE 106,PAGE 129 olzTCr 30'U ILRY EASEIIENT CABINET — B,SLID2523 P.R. C.T. Lor tai DIsSEL TRACT VOLLIAE 106,PAGE 129 DRTCi / ( LOT 142 5 O I VOLw E &0P GE 129 DRTCT U) ACHE - (� BI LLI J COLUI UTA TCE IAE IIAL FORT IMI OF z m I FORT YAR,L LOT 141 W '� SV861DIPtEY,LP UAEDISSELTIlACTG Q. I INSTRUTAEt1T 0. VCLtAAEtO6.PAGE f29 0213301 DRTCT Q OPRTCT I 0 Q II LOT uo co I( DIs6ELTRACT VOLUTAE 106.PAGE M DRTCi I I I - LOT 130 PROPOSED 39" I DIS SEL MACT VOLUiAE 106.PAGE 129 STORM LINE LOT 136 CONNECT TO EX.39" ( VOLNAES 08PAGEM STORM LINE I D�GT PROP.21"PUBLIC I- IRO OSED 6'PUBLIC STORM LINE LOT III PROP.21"PUBLIC I U I UN TION BOX olssEL TRAcr VOLwAEID6'P Elm STORM LINE m PROP. 10'PUBLIC ( PROP. 10'PUBLIC CURB INLET CURB INLET O I L°T IM w I DIs6ELTRACT vOIwAED M PAGE 129 PROP.PUBLIC 20' w P O .PUBLIC 20' CURB INLET URB INLET_ 48"PROP.PUBLIC STORM- --- PROP.36"PUBLIC- HUMBOLDT STREET STORM LINE PROP.24"PUBLIC LOT I3 PROP.21"PUBLIC oISSELTRACT STORM LINE STORM LINE VOLLIAE IMP E 1: DUCT 1 I EXHIBIT 131: STORM DRAIN IMPROVEMENTS HCA PLAZA MEDICAL I * ®rn CFA PROJECT QUANTITY MATRIX HCA PLAZA MEDICAL(PUBLIC STORM IMPROVEMENTS ITEM TOTALI UNIT PRICE I ITEM TOTAL COST ITEM NO. BID ITEM UNIT C-005 C-204 C-205 I 0241.3015 Remove 24"Slorm Line LF 408 4081 $8.00 $3,264.00 2 0241.3501 Remove Storm Junction Structme EA 3 3 $740.00 $2,220.00 3 0241.4001 Remove 10'Curb Inlet EA 3 3 $685.00 $2,055.00 4 3341.0201 21"RCP,Class III LF 36.5 70.5 107 $65.00 $6,955.00 5 3341.0205 24"RCP,Class III LF 108 108 $70.00 57,560.00 6 3341.0305 33"RCP,Class BI LF 352 352 $75.00 $26,400.00 7 3341.0307 33"RCP,Class V LF 83 83 $150.00 512,450.00 8 3341.0309 36"RCP,Class IB LF 85 85 $90.00 $7,650.00 9 13341.0312 39"RCP,Class III LF 18 18 $115.001 $2,070.00 10 3341.0409 48"RCP,Class IB LF 148 148 $140.00 $20,720.00 11 3341.0411 48"RCP,Class V LF 169 169 $240.00 $40,560.00 12 3349.0002 5'Stoan Junction Box EA ] I $4,000.00 $4,000.00 13 3349.0003 6'Storm Junction Bac EA 1 2 3 $5,000.00 $1500.00 14 3349.500110'Curb Wet EA I 2 3 $2,400.00 $7,200.00 15 3349.5003 20'Cmb Inlet EA 2 2 $4,500.00 $9,000.00 16 3349.8003 20'TN2Inlet EA 1 1 $7,500.00 $7,500.00 17 3201.0202 Asphalt Psmt Rcpair Beyond Def M Width,Arterial SY 153 515 668 $53.00 $36,740.00 18 13216.0101 6"Cone Curb and Gutter LF 191 193 384 $20.00 $7,680.00 19 0241.1300 Remove Cone Cmb&Gutlet LF 191 193 384 $12.00 $4,608.00 20 3213.0301 4"Cone Sidewalk SF 45 45 $5.00 $225.00 Traffic 21 3471.0001 Control ASO 1 1 $1,500.00 $1,500.00 22 3305.0109 Trench Safety LF 47L5 598.5 10701 $ 1.00 $1,070.00 Total $226,427.00 UNIT TOTAL 5226,427.00