Loading...
HomeMy WebLinkAboutContract 42903COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, the undersigned "Developer" desires to make certain improvements (refer to the name of the project at the bottom of the page) an addition to the City of Fort Worth, Texas; and WHEREAS, the said Developer has requested the City of Fort Worth, a home -rule municipal corporation situated in Tarrant, Denton, Parker, and Wise Counties, Texas, hereinafter called "City ", to do certain work in connection with said improvements. Developer Information: Developer Company Name: Speedway Distribution Center B, LLC Authorized Signatory: Linda D. Booker Title: Manager Project Name: Speedway Distribution Center Phase 2 Project Location: North of Three Wide Drive in Speedway Distribution Center, Phase 1 Additional Streets: N/A Plat Case No.: FP- 010 -026 Plat Name: Speedway Distribution Center Mapsco: 642M Council District: 0 - ETJ City Project No: 01642 CFA: 2010 -066 DOE: 6577/6760 To be completed y staff. Received by: Date: OFFICIAL FAECORI) CITY SLC,RE ARY rT WORTH, TX. NOW, THEREFORE, KNOW ALL BY THESE PRESENTS: 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 and subsequently amended from time to time via a Mayor and Council Communication adopted by the City Council of the City of Fort Worth, is hereby incorporated into this Community Facilities Agreement ( "CFA ") as if copied herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. B. Developer shall provide financial security in conformance with paragraph 6, Section II, of the Policy and recognizes that there shall be no reduction in the collateral until the Project has been completed and the City has officially accepted the infrastructure. Developer further acknowledges that said process requires the contractor 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 the sub - contractor and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full 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 are made a part hereof: Water (A) X , Sewer (A -1) X Paving (B) X , Storm Drain (B -1) _X_, Street Lights & Signs (C) C . E. The Developer shall award all contracts for the construction of community facilities in accordance with Section 11, paragraph 7 of the Policy and the contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section 11, of the Policy. Combined CFA final Sept 12, 2008 2 F. For all infrastructure 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 insured, licensed and bonded to do work in public streets and /or prequalified to perform water /waste water 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 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. 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 ACORD Certificate of Insurance supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours notice to the City's Construction Services Division of intent to commence construction so that City inspection personnel will be available; and to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces, and not to 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 to schedule a Pre - Construction Meeting. The 3 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 until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. G. Developer agrees to provide, at its expense, all engineering drawings and documents necessary to construct the improvements required by 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 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, his 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, his 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 Combined CFA final Sept 12, 2008 4 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 damaues are caused, in whole or in part, by the allezed nezlikence 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 and shall cause to be executed and delivered to the City an indemnity agreement from such contractors on a form to be promulgated by the City. N. Upon completion of all work associated with the construction of the infrastructure and 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. The City's obligation to participate (exclusive of front foot charges) in the cost of the community facilities shall terminate if the facilities are not completed within two (2) years; provided, however, if construction of the community facilities has started within the two year period, the developer may request that the CFA be extended for one year. If the community facilities are not completed within such extension period, there will be no further obligation of the City to participate. City participation in a CFA shall be subject to the availability of City funds and approval by the Fort Worth City Council. 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 community facilities if at the end of two (2) years from the date of this Agreement the community facilities 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 community facilities 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. Combined CFA final Sept 12. 2008 6 Cost Summary Sheet Project Name: Speedway Distribution Center, Phase 2 CFA No.: 2010 -066 DOE No.: 6577 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 $ 950,989.95 Developer's Cost A. Water and Sewer Construction $ 950,989.95 1. Water Construction $ 273,947.60 2. Sewer Construction $ 134,269.00 Water and Sewer Construction Total $ 408,216.60 B. TPW Construction 1. Street $ 476,412.35 2. Storm Drain $ 26,034.00 3. Street Lights Installed by Developer $ 40,327.00 TPW Construction Cost Sub -Total $ 542,773.35 Total Construction Cost (excluding the fees): $ 950,989.95 Construction Fees: C. Water /Sewer Inspection Fee (2 %) $ 8,164.33 D. Water /Sewer Material Testing Fee (2 %) $ 8,164.33 Sub -Total for Water Construction Fees $ 16, 328.66 E. TPW Inspection Fee (4 %) $ 20,097.85 F. TPW Material Testing (2 %) $ 10,048.93 G. Street Light Inspsection Cost $ 1,613.08 H. Street Signs Installation Cost $ 245.00 Sub -Total for TPW Construction Fees $ 32, 004.86 Total Construction Fees: Finanrial ruaranfoo nnfinnc rhnnco nno $ 48,333.53 Choice dmnnnt trk nna) Bond = 100% $ 950,989.95 Completion Agreement = 100% / Holds Plat $ 950,989.95 Cash Escrow Water/Sanitary Sewer= 125% $ 510,270.75 Cash Escrow Paving/Storm Drain = 125% $ 678,466.69 Letter of Credit = 125% w/2 r expiration period $ 1,188.737 44 7 IN TESTIMONY WHEREOF, the City of Fort Worth has caused this instrument to be executed in quadruplicate in its name and on its behalf by its Assistant City Manager, attested by its City Secretary, with the corporate seal of the City affixed, and said Developer has execute4 this instrument in quadruplicate, at Fort Worth, Texas this /L$ day of , 20�IA. CITY OF FORT WORTH - Recommended by: Water Department Wendy Chi- abulal, EMBA, P.E. Development Engineering Manager Approved ad to Form &Legality: X — Douglas W. Black Assistant City Attorney & Public Works Department Wt Douglas 14. Wiersig, P.E. Director Approved by City Manager's Office Fernando Costa Assistant City Manager M &C No. ;V 4 IF Date: oo�OnpWO o 000000 o ATTEST: ln o °a a 1° � c�{ j � c o�p x ° ° o oSe � City on- -.0 Attest: Signature (Print) Name: M. Thomas Mayfield Title: Assistant Secretary Combined CFA final Sept 12. 2008 8 Developer: SPEEDWAY DISTRIBUTION CENTER B, LLC, a Delaware limited liability company (By: ID International (Texas), Inc. Georgia Corporation, its sole general partner Signature (Print) Name: Linda D. Booker Title: Manager OFFICIAL REXORD CITY SECRETARY rT: NORTH, TX Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment ® Location Map ® Exhibit A: Water Improvements ® Water Estimate ® Exhibit A -1: Sewer Improvements ® Sewer Estimate ® Exhibit B: Paving Improvements ® Paving Estimate ® Exhibit 13-1: Storm Drain Improvements ® Storm Drain Estimate ® Exhibit C: Street Lights and Signs Improvements ® Street Lights and Signs Estimate (Remainder of Page Intentionally Left Blank) 9 ENGINEER'S OPINION OF PROBABLE COST Project Speedway Distribution Center, Phase 2 - Three Wide Drive Date: December 19, 2011 Location: Fort Worth, TX Job No. 10276 EZI Page: 2 of 6 ITEM UNIT TOTAL No. DESCRIPTION UNIT QUANTITY PRICE COST Three Wide Drive Water Facilities 1. 16" DR -18 Class 150 PVC L.F. 1,942 $50.00 $97,100.00 2. 12" DR -14 Class 150 PVC L.F. 107 $45.00 $4,815.00 3. 16" Gate Valve & Vault Ea. 4 $7,500.00 $30,000.00 4. 12" Gate Valve & Valve Box Ea. 3 $1,925.00 $5,775.00 5. Abandon Existing 12" Water Line L.S. 1 $100.00 $100.00 6. 6" Blow Off Valve Ea. 1 $4,900.00 $4,900.00 7. Connect to Ex. 16" W.L. Stub -out Ea. 1 $2,400.00 $2,400.00 8. Std. Fire Hydrant Assembly Ea. 2 $4,000.00 $8,000.00 w/ 6" Gate Valve & Box 9. 12 "x6" Tapping Sleeve & Valve Ea. 1 $3,000.00 $3,000.00 10. 6" Water Domestic Service Tap Ea. 1 $200.00 $200.00 11. 6" Domestic Meter Box, Type B Ea. 1 $8,500.00 $8,500.00 12. 6" DIP Service Line L.S. 1 $2,599.80 $2,599.80 13. 2" Water Irrigation Service Tap Ea. 1 $850.00 $850.00 14. 2" Irrigation Meter Box, Type B Ea. 1 $200.00 $200.00 15. 2" Copper Pipe, Type K L.S. 1 $300.00 $300.00 16. C.I.R.T. Fittings Ton 1.8 $3,800.00 $6,840.00 17. Thrust Blocks L.S. 1 $400.00 $400.00 18. End & Plug 16" WL Ea. 3 $50.00 $150.00 19. End & Plug 12" WL Ea. 3 $50.00 $150.00 20. Trench Safety L.F. 2,049 $0.30 $614.70 21. Water System Testing L.F. 2,049 $0.50 $1,024.50 Three Wide Drive Water Subtotal $177,919.00 This Engineer's opinion of probable construction cost is made on the basis of the Engineer's experience and best judgment as a design professional. It must be recognized that any evaluation of work to be performed to construct this project must by necessity be speculative in nature until completion of its actual detailed design In addition the engineer has no control over the cost of labor, material. or services to be furnished by others or over market conditions Accordingly ((' % „• �� 1� Goodwin & Marshall, Inc can not guarantee that actual costs will not vary from the opinions a If ' 1 expressed here in T/,J .. P J H A I -I, caves E WICEAS - R.*wMEas - SUFNEY0116 ENGINEER'S OPINION OF PROBABLE COST Project Speedway Distribution Center, Phase 2 - Three Wide Drive Date: December 19, 2011 ED Location: Fort Worth, TX Job No. 10276 Page: 3 of 6 ITEM UNIT TOTAL No. DESCRIPTION UNIT QUANTITY PRICE COST Short Track Court Water Facilities 1. 16" DR -18 Class 150 PVC L.F. 820 $56.00 $45,920.00 2. 16" Ductile Iron Pipe L.F. 95 $65.00 $6,175.00 3. 10" DR -14 Class 150 PVC L.F. 55 $26.00 $1,430.00 4. 30" Steel Carrier Pipe L.F. 95 $140.00 $13,300.00 5. Remove & Dispose 16" Water Line L.F. 915 $10.00 $9,150.00 6. Connect to Ex. 16" W.L. Ea. 2 $1,235.00 $2,470.00 7. C.I.R.T. Fittings Ton 0.3 $18,283.33 $5,485.00 8. Relocate Ex. Fire Hyd. Ea. 1 $2,000.00 $2,000.00 9. Std. Fire Hydrant Assembly Ea. 1 $2,955.00 $2,955.00 w/ 6" Gate Valve & Box 10. 1" Combination Air & Vacuum Ea. 1 $3,850.00 $3,850.00 Release Valve w/Vault 11. End & Plug 10" WL Ea. 1 $500.00 $500.00 12. Trench Safety L.F. 970 $1.00 $970.00 13. Water System Testing L.F. 970 $1.88 $1,823.60 Short Tract Court Water Subtotal Water Total $96,028.60 $273,947.60 This Engineer's opinion of probable construction cost is made on the basis of the Engineer's experience and best judgment as a design professional It must be recognized that any evaluation of work to be performed to construct this project must by necessity be speculative in nature until completion of its actual detailed design In addition the engineer has no control over the cost of labor, S J G i\' material, or services to be furnished by others or over market conditions Accordingly Goodwin & !y''(AP. —S, HALI�� Marshall, Inc can not guarantee that actual costs will not vary from the opinions expressed here in pvk ENIMINEEM — PLMMEAS - eurwEYORS ENGINEER'S OPINION OF PROBABLE COST Project Speedway Distribution Center, Phase 2 - Three Wide Drive Date: December 19, 2011 Cl Location: Fort Worth, TX Job No. 10276 Page: 4 of 6 ITEM UNIT TOTAL No. DESCRIPTION UNIT QUANTITY PRICE COST Sanitary Sewer Facilities 1. 10" SDR -26 PVC L.F. 45 $100.00 $4,500.00 2. 8" SDR -26 PVC L.F. 1,889 $43.00 $81,227.00 3. 6" S.S. Service L.F. 17 $25.00 $425.00 4. 6" S.S. Service Tap Ea. 1 $625.00 $625.00 5. 6" 2 -Way Clean -out Ea. 1 $507.75 $507.75 6. Abandon Existing 8" Sanitary Sewer L.S. 1 $3,000.00 $3,000.00 7. 5' Dia. Std. S.S. Manhole Ea. 4 $4,000.00 $16,000.00 8. 5' Dia. Drop S.S. Manhole Ea. 1 $4,690.00 $4,690.00 9. 5' Dia. Drop S.S. Manhole Lining Ea. 1 $4,000.00 $4,000.00 10. Extra Depth for 5' Dia. MH V.F. 36 $280.00 $10,080.00 11. Connect to Existing S.S.M.H. Ea. 1 $5,000.00 $5,000.00 12. End & Plug 8" S.S. Ea. 4 $20.00 $80.00 13. End & Plug 6" S.S. Ea. 1 $20.00 $20.00 14. Concrete Collar Ea. 1 $200.00 $200.00 15. S.S.M.H. Vacuum Test Ea. 5 $100.00 $500.00 16. Trench Safety L.F. 1,951 $0.75 $1,463.25 17. T.V. Sanitary Sewer Line L.F. 1,951 $1.00 $1,951.00 Sanitary Sewer Total $134,269.00 This Engineer's opinion of probable construction cost is made on the basis of the Engineer's experience and best judgment as a design professional It must be recognized that any evaluation of work to be performed to construct this project must by necessity be speculative in nature until completion of its actual detailed design In addition the engineer has no control over the cost of Tabor. material, or services to be furnished by others or over market conditions Accordingly Goodwin &r %l,^aL,1.a� Marshall, Inc can not guarantee that actual costs will not vary from the opinions expressed here in CNIL ErxOW41EERS - PLANNERS - SLOWEVORS ENGINEER'S OPINION OF PROBABLE COST Project Speedway Distribution Center, Phase 2 - Three Wide Drive Date: December 19, 2011 Location: Fort Worth, TX Job No. 10276 Page: 1 of 6 ITEM UNIT TOTAL No. DESCRIPTION UNIT QUANTITY PRICE COST Three Wide Drive Paving Facilities 1. 8" Reinforced Concrete Pvmt S.Y. 9,746 $33.50 $326,491.00 2. 8" Subgrade Preparation S.Y. 10,050 $2.50 $25,125.00 3. Hydrated Lime 41 # /SY Ton 206.0 $139.00 $28,634.00 4. 18" Curb & Gutter L.F. 114 $30.00 $3,420.00 5. Construct Concrete Header L.F. 102 $10.00 $1,020.00 6. Connect to Concrete Header L.F. 49 $10.00 $490.00 7. Connect to Exist. Asphalt Pvmt L.F. 136 $5.00 $680.00 8. Remove Exist. Concrete Pvmt S.Y. 86 $7.45 $640.70 9. Remove Exist. Asphalt Pvmt S.Y. 684 $7.45 $5,095.80 10. Pavement Markings & Signage L.S. 1 $7,500.00 $7,500.00 11. Traffic Control L.S. 1 $1,000.00 $1,000.00 12. 4' Sidewalk L.F. 1,582 $12.00 $18,984.00 13. Barrier Free Ramps Ea. 2 $750.00 $1,500.00 14. Connect to Existing Concrete L.F. 82 $10.00 $820.00 Three Wide Paving Subtotal $421,400.50 Short Track Court Turn Lane 1. 8" Reinforced Concrete Pvmt S.Y. 1,095 $24.30 $26,608.50 2. 8" Subgrade Preparation S.Y. 1,165 $0.90 $1,048.50 3. Hydrated Lime 41 # /SY Ton 23.9 $330.00 $7,881.23 4. 7" Vertical Curb L.F. 111 $5.75 $638.25 5. Remove Exist. Concrete Pvmt S.Y. 111 $5.25 $582.75 6. Sawcut & Remove Curb & Gutter L.F. 626 $6.62 $4,144.12 7. Sawcut 8" Pavement L.F. 195 $3.60 $702.00 8. Remove & Dispose 4' Sidewalk L.F. 565 $5.50 $3,107.50 9. Pavement Markings & Signage L.S. 1 $300.00 $300.00 10. Traffic Control L.S. 1 $500.00 $500.00 11. 4' Sidewalk L.F. 485 $13.40 $6,499.00 12. Barrier Free Ramps Ea. 3 $1,000.00 $3,000.00 Short Track Court Paving Subtotal $55,011.85 Paving Total $476,412.35 This Engineer's opinion of probable construction cost is made on the basis of the Engineers experience and best judgment as a design professional It must be recognized that any evaluation of work to be performed to construct this project must by necessity be speculative in nature until a completion of its actual detailed design In addition the engineer has no control over the cost of� v X ���� labor, material, or services to be furnished by others or over market conditions Accordingly .��:.HAl.Li Goodwin & Marshall. Inc can not guarantee that actual costs will not vary from the opinions CML ENGINEERS - PLANNERS - SURVEYORS expressed here in ENGINEER'S OPINION OF PROBABLE COST Project Speedway Distribution Center, Phase 2 - Three Wide Drive Date: December 19, 2011 I Location: Fort Worth, TX Job No. 10276 Page: 5 of 6 ITEM UNIT TOTAL No. DESCRIPTION UNIT QUANTITY PRICE COST Three Wide Drive Storm Drain Facilities 1. 10' Curb Inlet Ea. 3 $2,500.00 $7,500.00 2. 21" R.C.P. L.F. 17 $56.00 $952.00 3. 24" R.C.P. L.F. 107 $61.00 $6,527.00 4. 24" Sloped End Headwall Ea. 1 $2,000.00 $2,000.00 5. Connect to Existing 24" R.C.P. Ea. 1 $2,500.00 $2,500.00 6. Gabion Mattress (6" Dia.) S.F. 54 $25.00 $1,350.00 7. Trench Safety L.F. 124 $1.00 $124.00 Three Wide Drive Storm Drain Subtotal $20,953.00 Short Track Court Storm Drain Facilities 1. 24" R.C.P. L.F. 12 $55.00 $660.00 2. 10' Curb Inlet Ea. 1 $2,750.00 $2,750.00 3. Remove 18" R.C.P. L.F. 12 $12.00 $144.00 4. Remove 10' Curb Inlet Ea. 1 $395.00 $395.00 5. Connect to Existing 24" R.C.P. Ea. 1 $560.00 $560.00 6. Connect to 10' Curb Inlet Ea. 1 $560.00 $560.00 7. Trench Safety L.F. 12 $1.00 $12.00 Short Track Court Storm Drain Subtotal Storm Drain Total $5,081.00 $26,034.00 This Engineer's opinion of probable construction cost is made on the basis of the Engineer's experience and best judgment as a design professional It must be recognized that any evaluation of work to be performed to construct this project must by necessity be speculative in nature until rr completion of its actual detailed design In addition the engineer has no control over the cost of labor. material. or services to be furnished by others or over market conditions Accordingly Goodwin & y � q S,HALI Marshall. Inc can not guarantee that actual costs will not vary from the opinions expressed here in CAVIL ENCIIINEERB - PLAMERB - 8UFNEVORS ENGINEER'S OPINION OF PROBABLE COST Project Speedway Distribution Center, Phase 2 - Three Wide Drive Date: December 19, 2011 Location: Fort Worth, TX 1:3 Job No. 10276 Page: 6 of 6 ITEM UNIT TOTAL No. DESCRIPTION UNIT QUANTITY PRICE COST Three Wide Drive Street Lights 1. Street Light Bases with Pole Ea. 8 $4,250.00 $34,000.00 2. Street Light 2" Conduit L.F. 1,406 $4.50 $6,327.00 Three Wide Drive Street Lights Subtotal $40,327.00 Three Wide Drive Street Signs Street Name Signs Ea. 1 $345.00 $345.00 Street Signs Total $345.00 This Engineer's opinion of probable construction cost is made on the basis of the Engineer's experience and best judgment as a design professional It must be recognized that any evaluation of work to be performed to construct this project must by necessity be speculative in nature until completion of its actual detailed design In addition the engineer has no control over the cost of labor. l Sd Ni material. or services to be furnished by others or over market conditions Accordingly Goodwin & A' ,f ,-� aF S,�"1ALI—i Marshall. Inc can not guarantee that actual costs will not vary from the opinions expressed here in CMIL ENG NEERB PLANNERS SURVEYORS VICINITY MAP NTS ownII�)I cC= OF FORT WORTH., '1CILiXAS O BY: PREPARED BY: Atlanta • Chicago • Cincinnati (' OODVaNI Im Dallas • Ft. Lauderdale *Memphis ��� Los Angeles • Philadelphia Two Llwoh Gnk*.�Swutte 1275 CIVIL ENGINEERS — PLANNERS — SURVEYORS 5420 LBJ Ddw, TX 75240 205pMetro ((817) 329-Q73 «r 7e061 Fax- (9722 0770 AUGUST, 2011 E; \10276 \GE \Plans \Three Wide Drive CFA. pro Mon Aug 08 17;29; 18 2011 B N S F ti Catherl�e �Z-t LOCA u 1L 1L® PETTY n S H 114 �P� TEXAS MOTOR SPEEDWA Y ti E1'Zaoet � C� eek I35W Nm WE FORT ff S CITY LIMIT VICINITY MAP NTS ownII�)I cC= OF FORT WORTH., '1CILiXAS O BY: PREPARED BY: Atlanta • Chicago • Cincinnati (' OODVaNI Im Dallas • Ft. Lauderdale *Memphis ��� Los Angeles • Philadelphia Two Llwoh Gnk*.�Swutte 1275 CIVIL ENGINEERS — PLANNERS — SURVEYORS 5420 LBJ Ddw, TX 75240 205pMetro ((817) 329-Q73 «r 7e061 Fax- (9722 0770 AUGUST, 2011 E; \10276 \GE \Plans \Three Wide Drive CFA. pro Mon Aug 08 17;29; 18 2011 _N S � � c n • L d • i: WWW it a� fQN' U O N F 3 In 8 -- �Q�o ug � -M A& 'rorQkro AL1134 V1343 SAX go *sd i"o "0' ua wa jo A \ A -- L +�$ a ON �• r3g w Q J Q 3 _J > a LF"- 0 0 we J� W - V g 0 r Li w ZD j MO Co (a c E (D 8 rnre m 7N a. 0 m ;ID 0 w S El Z W- . . ..... ..... . -i NOIS V 3i El ENIO-li�e 38pin3 C14 . . .......... ... . .. i Z-Z U>j CD X Gi ui FF7 - jj con 0 P: F- �i So 0 Sa WX x Ld U.I.. ---- - ---------- --------- --- FU — - - - - - ------------------ O ")Oo)ovdi Jack's ui 0 o y BErti cma1Y $r ir W < HW Q U m W t7� J • z o m a ��r Q z � •O�m W I CL I Ow F 18 z Ln u-I io C4 N � .1'7Ukfa LL1 AH81 IIIAl31 AkH31 ® W ZU 1 '1'7Q1f0 aw AW31 'KO Li 6 C6 014 (!) J N o F i Q m Lim \1 N I� ;o N m N I � r eo U) _ i gg i .8 q 7NuY O v ky1 R co 4 -2 1 _ > W — Y _ f N 'L rL o C E L T Q 0 a 91 2S n m o 8 i h N CO y �. Sc U m o m N mh >+ o tm 4W TZD cr m 9 El N 1'7VHO AU MU AI '41 ' UM lUK 91 IQA�1 6l W 5d W ow AUBi 'wo �° 'i$ °• �IE� N �s�� llga V d pad -- 0 2 p a L J C m CL 8h J O 8 co L — O O s (o °" m NOW U � � Cc rya LCL 'Bd 'OS '11 i AUBI WA-M AlfHl W Sd um au 'ad aro •M Aow AWN wo orM wei 'Ka I I Hwy(; >n / o� N t- CL t A a c E t n O U� m S2 S o c •fir �r ~ ~ �(D oa. V C WE o CL CL 8 at on �ca� 3 N N N 44N � � •raawu .w� "114 I wu� .wet W q fm I" tuai tuai WM •w� o wo +v _ u = o cl Cq d o of tA A2 L CL ca E L cmE $n C.) � -5 g c • -0 _ I ° U 0 'R N ov a O1 cm • � L r av C • W� E w o � •nr � � � PLO �p fly `�' S Q in .m Q 18 co - RE i 1' 1' A»s� 'A'�ovo A-M W M •t� iaAai Auer w •roravo S4 "a w 'ed WA •ion AWNiH VIM-MM _OM AWW3H 'WO r l' i 0 N v v Q m 0 0) a C 0 0 L a Q LL U N .N L 0 m 2 .N 3 L L N C ro a / w C) / lD n N O ti Iii