Loading...
HomeMy WebLinkAboutContract 49880 Developer and Project Information Cover Sheet: Developer Company Name: 13H Development Two,L.P. Address, State,Zip Code: 600 Summit Ave,Fort Worth,TX 76102 Phone&Email: 1817-377-2900,rhb@barhaminterests.com Authorized Signatory,Title: Ro rt H.Barham,President Project Name: Highpoint Hill Phase 3 Brief Description: Water, Sewer,Paving, Strom Drain;Street Lights Project Location: South of Archbury Rd. Plat Case Number: FP-16-134 �Platame: Plat Name] Mapsco: 118M 1 Council District: 6 CFA Number: 2017-125 City Project Number: 100967 To be complete"d by stojjT- Received by,4 Date: l 017,L4 /1 '7 City of Fort Worth,Texas Standard Community Facilities Agreement-Highpoint Hill Phase 3 CFA Official Release Date: 02.20.2017 Page 1 of 11 CITY SECRETARY CONTRACT N0. STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS,BH Development Two, 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 Highpoint Hill Phase 3 ("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 3q 5678 y and recognizes that there shall be no reduction in the collateral until the Project 4�ss be N ompleted and the City has officially accepted the Improvements. Developer ' ?�G�W Cher a owledges that said acceptance process requires the Develop on r or( a Cico �ND4��th, s OFFICIAL RECORD !0 St�mmu acilities Agreement-Highpoint Hill Phase 3 CITY SECRETARY FA fficial Date:02.20.2017 FT WORTH,Tx 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) ®, Storm Drain(B-1) ®, Street Lights & Signs (C) M. 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 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 Standard Community Facilities Agreement-Highpoint Hill Phase 3 CFA Official Release Date: 02.20.2017 Page 3 of 11 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. 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. City of Fort Worth, Texas Standard Community Facilities Agreement-Highpoint Hill Phase 3 CFA Official Release Date:02.20.2017 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 damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. Further,Developer will require its contractors to indemnify, and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and 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-Highpoint Hill Phase 3 CFA Official Release Date:02.20.2017 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-Highpoint Hill Phase 3 CFA Official Release Date: 02.20.2017 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. Q. Developer acknowledges that in accordance with Chapter 2270 of the Texas Government Code,the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not boycott Israel; and (2)will not boycott Israel during the term of the contract. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth,Texas Standard Community Facilities Agreement-Highpoint Hill Phase 3 CFA Official Release Date:02.20.2017 Page 7of11 Cost Summary Sheet Project Name: Highpoint Hill Phase 3 CFA No.: 2017-125 City Project No.: 100967 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 $ 155,112.50 2.Sewer Construction $ 190,990.00 Water and Sewer Construction Total $ 346,102.50 B. TPW Construction 1.Street $ 304,529.00 2.Storm Drain $ 73,669.00 3.Street Lights Installed by Developer $ 39,075.00 4. Signals $ - TPW Construction Cost Total $ 417,273.00 Total Construction Cost(excluding the fees): $ 763,375.50 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 6,922.05 D. Water/Sewer Material Testing Fee(2%) $ 6,922.05 Sub-Total for Water Construction Fees $ 13,844.10 E. TPW Inspection Fee(4%) $ 15,127.92 F. TPW Material Testing(2%) $ 7,563.96 G. Street Light Inspsection Cost $ 1,563.00 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 24,254.88 Total Construction Fees: $ 38,098.98 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 763 375.50 Completion Agreement=100%/Holds Plat $ 763,375.50 x Cash Escrow Water/Sanitary Sewer=125% $ 432,628.13 Cash Escrow Paving/Storm Drain=125% $ 521,591.25 Letter of Credit=125%w/2yr expiration period 954,219.38 City of Fort Worth,Texas Standard Community Facilities Agreement-Highpoint Hill Phase 3 CFA Official Release Date:02.20.2017 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 BH Development Two,L.P. By: FM 1187 Management,LLC,GP By: Barham Interests,Inc.,LLC,Manager Jesus J. Chapa Assistant City Manager Date: Recommended by: N obert H. Barham Title: President �y Date: _ o Wendy Chi Babulal, EMBA, P.E. Developm nt Engineering Manager ATTEST: (Only if required by Developer) Water Department Li, L _ DouglAd W. Wiersig,P.E. Signature Director Name: Transportation & Public Works Department Contract Compliance Manager: Approved as to Form & Legality: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including Richard A. McCracken ensuring all performance and reporting Assistant City Attorney requirements. M&C No. Date: Form 1295: _ Al Name. Janie Morales FORT t1e: Development Manager ATTEST: Al Mary J. I�Cay' r City Sec&y City of Fort Worth,Texas Standard Community Facilities Agreement-Highpoint Hill Phase 3 CFA Official Release Date: 02.20.2017 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 M Exhibit A-1: Sewer Improvements ® Sewer Cost Estimate ® Exhibit B: Paving Improvements ® 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-Highpoint Hill Phase 3 CFA Official Release Date:02.20.2017 Page 10 of 11 ATTACHMENT"I" Changes to Standard Agreement Community Facilities Agreement City Project No. 100967 None City of Fort Worth,Texas Standard Community Facilities Agreement-Highpoint Hill Phase 3 CFA Official Release Date:02.20.2017 Page 11 of 11 LEGEND 4 5 I PQ I f V ) P� ASCE, J ` -_� PROP EXIST 2 ,, '` WATER t 4 33 / 33 \_-- s t `'"—" LINE `"'— � 3\ J4 ,, ¢ / �� //�\\4 / 4 / 1 I IN GATE M i 2 / 3 Js / 3 1 VALVE `\ + ` 36 / / 36 2 FIRE r� 2E T G HYDRANT 37 1 PROPOS D F X T 2EIS2TI �H —� a E ING FH 8 " 5 't9 Mb Y2_ 24 1 2 3 4 5 6 l 8 9 A5 ( BLY 10 MN NOLL R .2 u 2 BLD15 M C &E 4 14 12 //" 9 14 / I34 /// 1t W TE S RV.� 33 r 10 13 13 32 � /( / 30 11 29 38 2] 26 25 34 23 22 21 20 19 10 17 1612 S I 4 5 6 9 9 15 16 1] 18 19 0 21 22 23 24 25 2ti Z7 28 29 30 3t J2 3J 34 35 — I XI&T NC- ' L � t P OPO' ED MMMAS'M Rao 45 44 43 42 41 40 7 35 I� 35 / i t1 PfRbp .7C 8 7 I 8 5 4 3 --- 3�.. r 33 H A SE BLY� z �- _--- OT 62 PEAL7+UNE 12 Z(LU LSF I —_ G 0 9 2 I 3 4 5 6 > 8 9 lU I Ii 31 13 t i 20 1 I I ` 12 24 t xa oU"—9��_�dOb— z ( cwwwc scwl.c w Feer 30 /� 23 I ,3 3 —— J0 23 24 23 1 22 X21 t /�'— -- -- — — — / 22 I/`— — __C 26 i 2 , 25 )'BIT A - WATER 48 ( 14 .9 47 '` Z1 o Baird, Hampton & Brown, Inc. BHB PROJECT NO. DATE a 0 e Engineering & Surveying 6300 Ridglea Place,Suite 700 Ft.Worth,1X 76116 TeC(617)338-1277 F":(817)338-9245 E—Maif:mail@bhbiac.com 2016.158.000 09-20-2017 Certificote of Authodzolion#F-000044 ff u ►�I � , 4 I ) I I-"O(I V 'Uri n A3? PROP LEGEND EXISTSEW4 5 / ss- LINE -ssi3 34 / / \ \34 r \ f SEWER 3 4 35� MANHOLE / 36 // 2 36 / 2 11 3 l( — I ING 15' _ 31 37L_ EASEMENT 9 f/ / 5 19 1ti 22 1 23 24� i) 1 2 3 4 5 I6 RR 12? Liss I I - 12 / 13 � IT- 8 9 mn tz 13 14 \�� 4 \ \ 12 //, ,( 9 14 ��134 ,i 1 py t 13 /% P (n�/ / / IO i�t ti 33 32 31 30 0 VSSS 8" 2 2� 136r 24. 23 22 2i 20 19 1B r] 1 \) ---= -- — B - - - - 1� - _ - - _ I g F7�1 �' 1M 1 22 23 24 25 26 2] 28 29 30 31 32 33 34 3 I 4 a ] d I t .JG Q _ 5 I I E SFFP WALLWEe Rao 15 i 44 43 I 42 I 41 to 39 ? SB 37 36 ' 35 / 34 ( 11 I 4 I 3 2�u ��" �rS PECH LAW 12 coum FILE N0.W=�3'�Z S--- I L_ 6 LQ7 52 2 i i iJ j/ 14 1 3 5 i5 31 �24 12 I� I ' 23 '1 GRAPHIC SCALEM FEET f3 If 13 3a 21 1 ( ( ' 24 23 22 2,.. 31 29 A ! 27 �Z6 25 2'1 7 1� " '==—==_= :9 \ e `?,E 1 IT Al — SEWER C� Ft Baird, Hampton & Brown, Inc. BHB PROJECT NO. DATE Engineering 8c Surveying 6300 Ridgleo Place,Suite 700 FL Worth,TX 76116 TeC(817)338-1277 Fm(817)338-9245 E—Mail:moil@bhbine.com 2016.158.000 09-20-2017 Certificote of Authorizatiun#F-000044 4 -J 35 / / 3 f z / 36 / z 36 II z I EXISTM 4' 3 SIDEW EXISTIG 4 / j \ \3 �� (BY D EL LL-�_ CONC.PA �, 1�1 5 /r / v11�5 — I 70 I I II 7 4 20 21 5 119 22 2} 24 1 2 } 4 15 --I 10 \ III IWIN ONau 10 7 16 / 11 II !f I B 15 1 } 4 1 5 6 7 B 9 10 11 12 13 14 12 9 14 X \ 3J 32 13 (I II / _ 37 0 29 28 2] 26 25 24 23 22 21 20 '9 O1P S7 D6 \� S 1 II II 1 16 J1 ! 10 — PHE484Ni IANE.. ... I 13 14 7 O -- — — — 9 ,5 16 17 18 19 20 21 22 2J 24 25 26 7 28 A39� 30 31' �32 33 34 35 d 5 6 7 fi 17 �IYY�I — — [y 1 143 42 41 4D 3H 38 3] 35 FQXI TING // 11 10 9 e 7 6 5 ! 4 3 - 45 44 ---._--_ CONC1..° P�3 E 2 Il IF--�1 ------ 1z I LOT 62 _ 32 -- -- 17 6 9 -— 10 16 20 I --- 13 t4 , Q ) 24 I 0� 12 / rR me SC MFFfT 30 I 23 I� 3 13 � 30 29 ' 23 22 21 I ' IL 48 24 29 , 4\ 2fi � 27 '`26 � 25 _ _ 1 2.2 �r T B - PAVING 9 a7 1 z1 o Baird, Hampton & Brown, Inc. BHB PROJECT NO. DATE a 0 e Engineering & Surveying 6300 Ridglea Place,Suite 700 Ft.Worth,TX 75116 Tel:(817)338-1277 Fox.-(817)338-9245 E-Mailmoil@bhbinc.com 2016.158.000 08-24-2017 7 Certificate of Authorization j F-000044 7 �r f t 1A1 <JI �, 35 2 , f 36 // 2 36 rr ( z ISTING 3 RAINAGE "1 / / =37 'f 3' EASEMENT I TING 2 J _ Z CURB 7 a zo � zt (STING " RCP 10 f 7 16 0B SED L N0. „ L I LE 211' L14 / 9 i4 1 I t 1 f h 13 p a 10 3 3z 31 R E PP S j �J 7 30 29 28 27 26 (3 24 23 �2 ,z7 R 191 E 12 l 1 _ 13 14 4 --i 6 7 ( 8 i 9 IS I6 1] 18 192200 21 22 23 ,7,� f5 26 7���28 29 0 31 2 33 34 35 PROPOSED I` 'tt 111 - O a ao s a 6P GPS E uw65r€rt RM I 45 44 ,� 43 42 i 41 40 j 38 I 38 I 37 39 35 / 34 f 11 i ! ,�G�." R1.,{ 3 PRAIP -- --.—_ / 2 � 9 _ - --� � � f 33 �I 10 C B 11 - i OT 62 PEACH LANE � 12 AUlFa COtIM T1 (L 17 I to t ,s 20 - — — 2 3 4 I 5 5 % 6 9 10 i 11 / 31 J3 4 15 ,6 14 ' 24 - - / 12 (J 1 G"PH1C SCALE Al FeEr 23 23 ' 11 3 22 _ '' 11 30 29 29 2.8 27 26 't 25 24 1 _ 21 � 21 B - — 9 46 47 14 —T 1r2, 1,' „1 STORM DRAINS C�10 Baird, Hampton & Brown, Inc. BHB PROJECT NO. DATE 0 e Engineering & Surveying 6300 Ridglea Place,Suite 700 Ft.Worth,TX 76116 TeC(817)338e1277 Fox:(817)338-9245 E—Moil:moil@bhbinc.com 2016.158.000 08-24-2017 Certificate of Authorization#F-000044 I OI N 1 // /F' AS, 32 2 2 34 35 / 35 35 / / G EX. STRE�I' 4 / / 37 1) - 7r 37 HTiNG 1 i -- 6 6 // TR / UG T zo 21 pi 121 t ` f 3�M1 j s 6 7 8 9 ,0 9U / S RE T s \� „1 4 t `/ �f�/ / 3a 33 / T \\ 15 133 ! „� 32 31 3Dt6 1 28 26 2 29 23 22 2 2D 19 ( ` —t 76 a to 12 13 — — - - 3 7: 3 6 7 ( B 9 15 16 17 18 19 20 21 22 23 2a 25 26 T7 28 29 30 31 32 33 34 35 11 o _ - - i2 i0 9 4GLLISTER RCAF 4= 43 I 42 41 40 39 38 I 37 36 35 \ 8 7 6 5 a _ — —————— 44 11 i 3 2 �� �L / 33 I ��.� LOT 62 PEACH LANE / 12 COURT B 32 5 —r 7 10 11 31 ,6 13 `I 77 t8 19 7n) 24 2 00_ 9 2 I 1 O i t —-- — j1 12 14 ' ' GRAPHIC SCALE G7 PEEr 30 23 23 2� \ 30 29 // 2q 31 \ 29 / 2E ' 27 26 '1 25 — — 22 —!m 9 a8 a7 4V to ' .,E ,IIS' q' STREET LIGHTS I a I oFtl Baird, Hampton & Brown, Inc. BHB PROJECT NO. DATE a 0 Engineering & Surveying 08-2 — 6300 Ridglea Place,Suite 700 Ft.Worth,TX 76116 Tel:(817)338-1277 Fo•:(817)338-9245 E—Mail:maillfbhbinc.conn 2016.158.000 42O q i 7 Certificate of Authorization#F-000044 V U G a (/ /1P01N ,. P AN - "/ 32 33 33 4 1 � / z 3 / 35 36 2 0. 3 / 5 � 2 1 \ 79 20 21 22 e 5 ' -- ' 23 � 24 1� , 2 3 12 2 t, / eTR 5 ,/ ( 4 1� 5 10 ti 12 13 14 ~ 2 AME GIH— ice 34 {PRO OL OUNT) 29 28 2] 28 25 24 23 22 2i 20 19 18 17 ,6 1' ,6 I, it _ _ _ _ - - - - 7-3�a 3 6 7 i B 9 75 16 1] 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35�� - 1 NW.USTER ROM 45 44 42 ! 41 40 39 38 37 35 35 ( 34 i 1 8 ] 6 5 4 1 3- 2 -------- 7 J ----- I + _ ..lam-J--� ,33 I 1 i j� .,.`,{L---1�- LOT 62 L COURT �y e REACH LANE ` 12 /,7JiLE)� 16 ' 17 ' 18 19 -• L i 3 4 �I 5 6 31 13 14 \ 15 ' O 1t I� 20 24 j 2 =-t00^-0 I 92 ( 1 CRAFHIC SCALe WFEEP 30 13 22 I 2 2 'L._ \ 30 29 24 23 21 I 25 / 6 4 6 27 16 EXHIBIT 1 — S R IET NAME SIGNS B ` 4] o Boird, Hampton & Brown, Inc. BHB PROJECT NO. DATE LZI I e Engineering & Surveying 6300 Ridglea Place,Suite 700 Ft.Worth,TX 76116 Tel:(817)338-1277 Fox:(B17)338-9245 E—Moil:mail@bhbinc.com 201 6.158.000 08-24-2017 Certificate of Authorization#F-000044 09/18/2017 9:13 170518 HIGHPOINT HILL PH3 ***Jennifer Black BID TOTALS Biditem Description Ouantity Units Unit Price Bid Total 1010 8"PVC WTR PIPE 2,050.000 LF 35.00 71,750.00 1020 8"GV 3.000 EA 1,250.00 3,750.00 1030 FH 2.000 EA 4,200.00 8,400.00 1040 1"WTR SVC 69.000 EA 950.00 65,550.00 1050 D.I. WTR FTINGS W/RESTRAINT 0.600 TN 4,500.00 2,700.00 1060 1"WTR SVC(IRRIGATION) 1.000 EA 950.00 950.00 1070 TRENCH SAFETY 2,050.000 LF 0.25 512.50 1080 8"WL LOWERING 1.000 EA 1,500.00 1,500.00 SUBTOTAL:WATER $155,112.50 2010 8"PVC SWR PIPE,0'-6' 2,020.000 LF 39.75 80,295.00 2020 CONN.TO.EX SWR MH 1.000 EA 1,500.00 1,500.00 2030 4'MH 10.000 EA 3,400.00 34,000.00 2040 4'EXTRA DEPTH MH 36.000 VF 185.00 6,660.00 2050 4"SWR SVC 69.000 EA 650.00 44,850.00 2060 POST-CCTV INSPECTION 2,020.000 LF 2.00 4,040.00 2070 MH VACC TESTING 10.000 EA 150.00 1,500.00 2080 TRENCH'SAFETY 2,020.000 LF 1.00 2,020.00 2100 CSS BKFL 50.000 LF 30.00 1,500.00 2110 EPDXY MH LINER(WARREN ENVIRONMEN 75.000 VF 195.00 14,625.00 SUBTOTAL:SANITARY SEWER $190,990.00 3010 21"RCP,CLASS III 69.000 LF 55.00 3,795.00 3020 24"RCP,CLASS 111 186.000 LF 60.00 11,160.00 3030 36"RCP,CLASS III 99.000 LF 90.00 8,910.00 3040 10'CURB INLET 6.000 EA 3,400.00 20,400.00 3050 4'STORM JUNC BX 1.000 EA 4,500.00 4,500.00 3060 TRENCH SAFETY 354.000 LF 1.00 354.00 3070 EROSION PROTECTION/CONTROL 1.000 LS 24,550.00 24,550.00 SUBTOTAL:DRAINAGE $73,669.00 4010 6"C07NC PVMT 6,595.000 SY 30.00 250,610.00 4020 6"LIME TREATMENT 7,054.000 SY 3.25 22,925.50 4030 HYDRATED LIME 106.000 TN 185.00 19,610.00 4040 4"CONC SDWLK 1,918.000 SF 3.25 6,233.50 4050 BF RAMP,TYPE R-1 2.000 EA 1,200.00 2,400.00 4060 BF RAMP,TYPE M-2 1.000 EA 1,200.00 1,200.00 4070 INSTL ALUM SGN GRND MNT 2.000 EA 550.00 1,100.00 4080 INSTL ALUM SGN PROP.POLE MNT 1.000 EA 450.00 450.00 09/18/2017 9:13 170518 HIGHPOINT HILL PH3 ***Jennifer Black BID TOTALS Biditem Description ouantity Units Unit Price Bid Total SUBTOTAL:PAVING $304,529.00 5010 2"CONDT PVC SCH 80(T) 505.000 LF 12.00 6,060.00 5020 6-6-6 TRIPLEX ALUM ELEC CONDR 505.000 LF 3.00 1,515.00 5030 F/I RDWY ILLUM TY 11 POLE 7.000 EA 2,400.00 16,800.00 5040 RDWY ILLUM FOUND TY 1,2,&4 7.000 EA 1,200.00 8,400.00 5050 F/I TYPE 33B ARM 7.000 EA 300.00 2,100.00 5060 F/I LED LIGHTING FIXTURE(ATBO COBRA 7.000 EA 600.00 4,200.00 SUBTOTAL:STREET LIGHTING $39,075.00 Bid Total =_ > $763,375.50 **Notes: Items in italics are Non-Additive. J 2