Loading...
HomeMy WebLinkAboutContract 45611 CffY SEC ' V i "W CONT Developer and Project Information v e Developer Com ailyr Name: Catholic Diocese of Port Worth Address, State,Lip "ode: 800 West Loop 820 South I Foil Worth, TX 76108 Phone, E-Mall: (817)5601-3300 Authorized Signatory/Title: Michael F. Olsen, STIR,Bishop of The Catholic Diocese of Fort Worth Project Name and Brief Description:Paving, Storm Drain&Street Light Improvements to serve St. Patrick Cathedral Parish Hall Center,Phase 2 Project Location: 13001 Throckmorton Street, Fort Worth TX Plat Case No.: FS-O 11-117/118 Plat Name: Da, ett's Addition I`' a sea; 77A Council District.- 9 City Project No: 0 1962 CPA: 2012-043 OE:6888 i Received b . ' 'kA Date: Lq a l u�W�Wmrru uuveiXiw, � pp` " 15 uu RY, I {7 C 1:1431E."O"IT1111% Combined FA.Agreement January Revised Jaar 2014 ����;,u u f �u fi Irl � � ,p'U„..,.../a,CI Y'�✓Wi %"d°l�laiXWiYNMUif��/�'Sf(rtMINPd@ 4J�I2fW1tQ4J'/WUW�hPdIIMw'UNNWd('d�l.... I; 13 COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, the undersigned Developer ("Developer") desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as St. Patrick Cathedral Parish Hall Center, Ph. 2 ("Project") within the City 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 Improvements and the Proi ect. 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 has been completed and the City has officially accepted the Improvements. Developer acknowledges that the said acceptance process requires the Developer's contractor(s) to submit an 2 affidavit of bills paid signed by its contractor and consent of surety signed by its surety to ensure the contractor has paid any sub-contractors and suppliers in full. Additionally, the contractor must also provide in writing that the contractor has been paid in full by Developer for all the services provided under their 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 worlmanlike 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 (Al,_.,Sewer. (Ay-1) Paving (B)�_ Storm Drain (B-1) X , Traffic Signal (C) X . 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, 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 streets and/or 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 Improvements, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the Improvements valid for a period of two (2) years fi om 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. 3 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 foam) supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give at least 48 hours' advance notice of intent to commence construction to the City's Construction Services Division so that City inspection personnel will be available; to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces, to not install or relocate any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. 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 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, 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 contemplated herein. I. City hall not be responsible for an costs that may be incurred by Developer in Y p y the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. 4 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 specified in the Project Name and Description 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, 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, jvliether or not such injuries, death or darn a es are caused in whole or in part, by the alleged neglkaen ce OL the Qy of.fort Worth its officers s ervants or em to ees. 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 5 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. 0. 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 WITTHIN 2 YEARS i. Developer shall complete the Improvements within two (2) years, provided, however, if construction of the Improvements has started within the two ear period p , the developer may request that the CFA be extended y p for one additional year. ii. Nothin g 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 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) is 7 Cast Summary Sheet Project Name: St. Patrick Cathedral Parish Hall Center,Ph. 2 CFA No.: 2012-043 DOE No.: 5888 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 $ - 2.Sewer Construction $ Water and Sewer Construction Total $ - B. TPW Construction 1.Street $ 222,332.50 2.Storm Drain $ 26,377.60 3.Street Lights Installed by Developer $ 103,936.36 4.Traffic Signal $ 50,295.25 TPW Construction Cost Total $ 402,941.71 Total Construction Cost(excluding the fees): $ 402,941.71 Construction Fees: C. Water/Sewer Inspection Fee(2%) $D. Water/Sewer Material Testing Fee(2%) $ - Sub-Total for Water Construction Fees $ - E. TPW Inspection Fee(4%) $ 9,948.44 F. TPW Material Testing(2%) $ 4,974.20 G. Street Light lnspsection Cost $ 4,157.45 H. Traffic Signal Inspection $ 2,011.81 Sub-Total for TPW Construction Fees $ 21,091.87 Total Construction Fees: $ 21,091.87 Choice Financial Guarantee options,choose one Amount ck one Bond=100% $ 402,941.71 Completion Agreement=100% Holds Plat $ 402,941.71 Cash Escrow Water/Sanitary Sewer=125% $ - Cash Escrow Pavin /Storm Drain= 125% $ 503,677.14 z; Letter of Credit=125%w12 r expiration period $ 503,677.14 8 Jv 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 executed"this instrument in quadruplicate, at Fort Worth,Texas thi's day of 20_ CITY OF FORT WORTH-Recommended by Water Department Transportation&Public Works Department 1SA ( �A7 Wendy Chi-Blabulal,EMBA,P.E. Douglas,W iersig,P.E. Development Engineering Manager Director Approve d'cis to Forin &Legality: Approved by City Allanag et-s Office 011111001 11110 —Woo Douglas W. Black Fernando Costa Assistant City Attorney Assistant City Manager M&C,No. Date: . TT ES 000`, 0 0 OFFICIAL,RECORD a CITY SECRETARY y J. Kayser My I L", %00000 0 City Secretary )fA!S F`Fii 1N,(,`,)/)R1rHo PrX ATTEST: DEVELOPER: Catholic Diocese of Fort Worth 000000.,00-7, III o "Oot gnature Signature (Print)Name: Print Name:Michael F.Olson,STD, CLR Title:Bishop of The Catholic Diocese of Fort Worth k yV FDO 5SA- –DIr e cAD,0, oj '/Il C 00/ vt- S -Vk\j 5 er u '00 arm -�U P, T(No cL,^a-Il Pe 0 rM. I nn, rney�ln-Fact for fo chaei ro D, Bishop of the Combined CFA Agreement–Revised January 2014 Catholic Diocese of Fort Worth 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 B--1: Storm Drain Improvements ® Storm Drain Estimate ® Exhibit C: Street Lights and Signs Improvements ® Street Lights and Signs Estimate Exhibit C I: Traffic Signal Improvements Traffic Signal Estimate (Remainder of Page Intentionally Left Blank) 10 CFA Schedule of Values 2014-02-20.xlsx Baird,Hampton Brown, Inc. 2120/2014 6300 Ridglea Place,Ste 700, Fort Worth,Tx 76116 Tel 338-1277,Fax 3389245 Texas Firm No.F-000044 SCHEDULE OF VALUES St Patrick's Phase 2 B H B#2009.1 52.003 Fart worth,Texas Summary ITEM DESCRIPTION ConstrUGtion Cost Inspection Fee Testing Fee Fee Totals 1 Paving Improvements $2221332.50 $8,893.30 $4,446.55 $131339.95 2 Storm Drainage Improvements $25,377.60 $1,055.10 $527.55 $1,582.66 3 Street Lighting Improvemetns $1031936.36 $41157.45 0 $41157.45 4 Traffic Signal Improvements $50,295.25 $2,011.81 0 $2,011.81 P ro j ect Totals $402,941-71 $16,117.67 $4,974.20 $21,091.87 1 of 5 CFA Schedule of Values 2014-02-20.xlsx Baird, Hampton Brown, Inc. 2/2012014 6300 Ridglea Place,Ste 700, Fort Worth,Tx 76116 Tel 338-1277,Fax 338-9245 Texas Firm No.F-000044 SCHEDULE OF VALUES St Patrick's Phase 2 BHB#2009.162.003 Fort Worth,Texas UNIT 1 : PAVING IMPROVEMENTS ITEM DESCRIPTION SPECIFICATION NO UNIT QUANTITY UNIT PRICE TOTAL 1 0170.0102 Work Order Mobilization(Misc Only) 01 7000 EA 1 $91480.35 $9,480.35 2 0241.0100 Remove Sidewalk 0241 13 SF 2422 $1.15 $21785.30 3 0241.0401 Remove Concrete Drive 0241 13 SF 275 $1.15 $316.25 4 0241.0401 Remove Concrete Pvmt 0241 15 SY 1 350 $1 0.33 $13,945.50 5 10241.1100 Remove Asphalt Pvmt 0241 15 SY 1350 $9.63 $13,000.50 6 0241.1300 Remove Conc Curb&Gutter 0241 15 LF 795 $2.77 $2,202.15 7 2605.3031 4"CONDT PVC SCH 40(T) 26 05 33 LF 190 $48.40 $93196.00 8 3110.0101 Site Clearing 31 1000 LS 1 $9,024.18 $9,024.18 9 3123.0101 Unclassified Excavation 31 23 16 CY 500 $31.46 $151730.00 10 3125.0101 SWP PP ?1 acre 31 25 00 LS 1 $31932.50 $3,932.50 11 3201.0123 6'Wide Asphalt Pvmt Repair,Arterial 3201 17 LF 50 $36.30 $1,815.00 12 3212.0302 2"Asphalt Pvrnt Type D 32 12 16 SY 355 $12.10 $41295.50 13 3212.0501 4"Asphalt Base Type B 32 12 16 SY 355 $32.17 $11,420.35 14 3213.0301 4"Conc Sidewalk 32 13 20 SF 2920 $5.57 $10264.40 15 321 3.0401 6"Concrete Driveway 32 13 20 SF 275 $7.26 $1,996.50 16 3213.0501 4` Barrier Free Ramp,Type A 32 13 20 EA 3 $1,269.29 $3,807.87 17 3214.0100 Brick Pvmt 32 14 16 SY 221 $69.78 $15,421.38 18 3216.0102 7"Conc Curb and Gutter 32 16 13 LF 545 $34.57 $18,840.65 19 3217.0009 4"SLID Pvmt Marking Paint(W) 32 17 23 LF 24 $3.63 $87.12 20 3217.0012 4"BRK Pvmt Marking Paint(W) 32 17 23 LF 855 $3.63 $3,103.65 21 3217.0305 12"SLD Pvmt Marking Paint(W) 32 17 23 LF 105 $12.10 $1,270.50 22 13217.0503 24"SLID Pvmt Marking Paint(W) 32 17 23 LF 24 $18.15 $435.60 23 3217.1002 Lane Legend Arrow 321723 EA 3 $363.00 $11089.00 24 3217.1003 Lane Legend DBL Arrow 32 17 23 EA 1 $415.03 $415.03 25 3217.1004 Lane Legend only 32 17 23 EA 3 $363.00 $1,030.00 26 3217.4301 Remove 4"Pvrnt Marking 32 17 23 LF 15 $1.03 $15.45 27 3217.4304 Remove 12"Pvmt Marking 32 17 23 LF 15 $1.03 $15.45 28 3291.0100 Topsoil 3291 19 CY 20 $60.50 $11210.00 29 3305.0107 Manhole Adjustment, Minor 33 05 14 EA 2 $423.50 $847.00 30 3305.0108 Miscellaneous Structure Adjustment 33 05 14 EA 6 $605.00 $3,630.00 31 3471.0001 Traffic Control 3471 13 M0 6 $5,687.00 $34,122.00 32 Tree Grate EA 5 $41055.92 $20,279.60 33 IStructural Soil Backfill CY 48 $10.89 $522.72 34 ISawcut LF 600 $1.21 $726.00 Project Subtotal $2221332.50 4%Inspection Fee Separate Check to Cit $8,893.30 2%Testing-Fee Se arate Check to City $4,446.65 Total $235,672.45 2 of 5 CFA Schedule of Values 2014-02-20.xlsx Baird, Hampton Brown, Inc. 212012014 6300 Ridglea Place,Ste 700, Fort Worth,Tx 76116 Tel 338-1277,Fax 338-9245 Texas Firm No.F-000044 SCHEDULE OF VALUES St Patrick's Phase 2 BHB##2009.152.003 Fort Worth,Texas UNIT'I :STORM DRAINAGE IMPROVEMENTS ITEM DESCRIPTION SPECIFICATION NO UNIT QUANTITY UNIT PRICE TOTAL 1 0241.3013 Remove 18"Storm Line 0241 14 LF 75 $7.51 $553.25 2 0241.4001 Remove 10'Curb Inlet 0241 14 EA 1 $442.18 $442.18 3 0241.4501 Remove 6"Trench Drain 0241 14 LF 12 $100.00 $11200.00 4 3305.0109 Trench Safety 33 05 10 LF 75 $1.21 $90.75 5 13305.0110 Utility Markers 33 05 26 LS 1 $11210.00 $1,210.00 6 3341.0201 21"RCP, Class III 3341 10 LF 75 $1 04.06 $7,804.50 7 3346.0001 4"Pipe Underdrain, Type 1 33 46 00 LF 115 $19.36 $21225.40 8 3349.0001 4'Storm Junction Box 33 49 10 EA 1 $41310.02 $41310.02 9 3349,5001 10'Curb Inlet 33 49 20 EA 2 $4,285.25 $81530.50 Project Subtotal $26,377.60 4% Inspection Fee Separate Check to City $1,055.10 2%Testing Fee iSeparate Check to City $527.55 Total $27,960.26 3of5 CFA Schedule of Values 2014-02-20.xlsx Baird,Hampton Brown,Inc. 2120/2014 5300 Ridglea Place,Ste 700, Fort Worth,Tx 76116 Tel 338-1277,Fax 338-9245 Texas Firm No.F-000044 SCHEDULE OF VALUES St Patrick's Phase 2 BHB#2009.152.003 Fort Worth,Texas UNIT 2:STREET LIGHTING IMPROVEMENTS ITEM DESCRIPTION SPECIFICATION NO UNIT QUANTITY UNIT PRICE TOTAL 1 2605.0101 Electrical Facilities 26 05 00 LS 1 $3,630.00 $3,630.00 2 2605.0131 Salvage Electrical Equipment 26 05 10 LS 1 $695.06 $695.06 3 2605.3011 2"CONDT PVC SCH 40(T) 26 05 33 LF 920 $9.68 $8,905.60 4 2605.3011 2"CCNDT PVC SCH 40(B) 26 05 33 LF 55 $12.10 $665.50 5 3441.1 408 NO 6 Insulated Elec Cond r 34 41 10 LF 3218 $1.82 $5,856.76 6 3441.1410 NO 10 Insulated Elec Condr 3441 10 LF 1073 $1.21 $1,298.33 7 3441.1502 Ground Box, Small,wf Lid Apron 3441 10 EA 1 $786.50 $786.50 8 3441.3021 Ornamental Assmbly, Simple 344120 EA 11 $5,841.01 $64,251.11 9 13441.3303 Rdwy Ilium Foundation TY 7 344120 EA 11 $11584.00 $17,424.00 10 13441.3501 Salvage Street Light Pole 344120 EA 1 $423.50 $423.50 Project Subtotal $103,936.36 4% Inspection Fee ISeparate Check to City $4,157.45 Total $108,093.8'1 4 of 5 CFA Schedule of Values 2014-02-20.xlsx Baird,Hampton Brown, Inc. 2/2012014 6300 Ridglea Place,Ste 700, Fort Worth,Tx 76116 Tel 338-1277,Fax 338-9245 Texas Firm No.F-000044 SCHEDULE OF VALUES St Patrick's Phase 2 BH B#2009.1 52.003 Fort worth,Texas UNIT 2 :TRAFFIC SIGNAL IMPROVEMENTS ITEM DESCRIPTION SPECIFICATION NO UNIT QUANTITY UNIT PRICE TOTAL 2605.3022 3"CCNDT PVC SCH 40(B) 26 05 33 LF 190 $42.35 $8,046.50 2 3441.1001 3-Sect Signal Head Assmbly 3441 10 EA 1 $907.50 $907.50 3 3441.1002 4--Sect Signal Head Assmbly 3441 10 EA 2 $1,149.50 $21299.00 4 3441.1011 Ped Signal Head Assmbly 3441 10 EA 1 $655.50 $655.50 5 3441.1314 1 O/C 14 AWG Multi-Conductor Cable 3441 10 LF 130 $4.54 $590.20 6 13441.1315 20IC 14 AWWG Multi-Conductor Cable 3441 10 LF 325 $6.65 $2,164.50 7 3441.1414 NO 8 Bare Elec Condr 3441 10 LF 190 $1.51 $285.90 8 Opticom 3441 10 LF 240 $2.66 $638.40 9 3441.1502 Ground Box, Large,wl Lid Apron 3441 10 EA 1 $907.50 $907.50 10 3441.1603 Furnish/Install 10'-14'Ped Pole Assmbl 3441 10 EA 2 $1,815.00 $3,630.00 11 3441.1611 Furnish/Install Type 41 Signal Pole 3441 10 EA 1 $11,979.00 $11,979.00 12 3441.1523 Furnish/Install Mast Arm 16'-36' 3441 10 EA 1 $6,534.00 $5,534.00 13 3441.1701 TY 1 Signal Foundation 3441 10 EA 2 $11452.00 $2,904.00 14 3441.1703 TY 3 Signal Foundation 3441 10 EA 1 $3,025.00 $3,025.00 15 3441.2001 Salvage Traffic Signal 3441 13 EA 1 $3,025.00 $3,025.00 16 3441.3411 Reconnect Conductor 34 41 20 EA 125 $8.47 $1,058.75 17 13441.4005 Install Alum Sign Mast Arm Mount 34 41 30 EA 3 $544.50 $1,633.50 Pro'ect Subtotal $50,295.25 4% Inspection Fee iSe2arate Check to Cit $2,011.81 Total $52,307.06 5 of 5 Field z SANSOM r-- PARK NW 28th St. NE 28th St. �9 9 2 o� � P............. ROJECT ------------ Whit ettle ent � LOCATIO 7thSt �o Vic e Ga � Ivd . Rosed Cn 0 o B rr St. Cn Seminary Dr. z DRAWN BY: AB Baird, Hampton & Brown, Inc. NEW PARISH HALL PHASE 2 CHECKED BY: BB o� ST.PATRICK CATHEDRAL ° D ° Engineering 8c Surveying BHB PROJECT: 2009.152.003 sxa Fjeyw?kc+,si..goo n r«u,nc 7611e r.Hen)zv-irn rer(en)M-nos E-u r,.aoew,«oM raw etg�dwu„c-aoow4 8e eaaccr J 2M.152oo3 PROJECT LOCATION MAP DATE: January, 2014 r 11 Street r rc�.�a ea rn�ej �� � ■ •; .-�f PROPOSED SIDEWALK �- RECONSTRUCTION ^' DRIVEWAY % RECONSTRUCTION '�''. ROW ABANDONED [ i % PROPOSED INTERSECTION 1 IMPROVEMENTS E3 1 ® V PROPOSED SIDEwAK -- CONSTRUCTI N Ile �.r y �:' � ���'•.tit .� r Q c, STREET ABANDOND Ta pfr 100 50 0 100 GRAPHIC SCALE DRAWN BY: AB NEW PARISH HALL PHASE� Baird, Hampton & Brown, Inc. CHECKED BY: BB 0 U Engineering g & Surveying ST.PATRICK CATHEDRAL &W �,Ste.70D R llvik TX 76116 T 4817)3M-1277 Fk=j&17f 338-8245 E—lia Curs B H 8 PROJECT: ��3[3 9. 5 .0 3 Texas Re*slrcGvn F—OW4 we PR4.lECT 1 2dD4.15Lfl43 EXHIBIT B-PAVING IMPROVEMENTS DATE: January, 2014 { ► 11th Street �� r % % % ' ,, PROPOSED 10 CURB INLET 1' � I -;x •�� PROPOSED 4 SDMH s • h � . Stir r. Fil- 1 AEI �I = I � I - -. .. �•- � � �� I III �� I � • � o �t � i[� I l � ♦e a r loo 50 o loo GRAPHIC SCALE DRAWN BY: AB NEW PARISH HALL PHASE 2 CHECKED BY: BB Baird, Hampton & Brown, Inc. Engineering & Surveying i n S T,PATRICK CATHEDRAL BHB PROJECT: 20 09. 5 .[03 M Rdg6v PA",sl=.700 R TxK TX 76116 Td#17335 1277 Fmd(817�59245 Tirm RtOMVon r'4W4 BM PRDEC[j 2W1152M3 EXHIBIT B I -•STORM DRAIN EXHIBIT DATE: January, 2014 I � �,�� •14 �r r Sti�E,t 11th (reet , ' 1 r , PROPOSED ANTIQUE TYPE J1I f % , % STREET LIGHTING TYP) 41 `, G . I � I ,\0 4 S . II I Zt�4 g dr I s E3II.= I I � �' �$APP� �, `��' `'` �•, � � � :v r I co III �- 104 50 0 100 GRAPHIC SCALE DRAWN BY: AB o Baird, Hampton & Brawn, Inc. NEW PARISH HALL PHASE Z ST.PATRICK CATHEDRAL CHECKED BY: BB r 1 En ineerin & Surveying M fWtd Axe,Stir.7DO f1.we%TX 75115 TA(817)338—grl Fv48S7)338-9Z45 E—i�s�3�%bk srn BH8 PROJECT: 2009-152.003 Tema Regsin kn 1-- 444 13x18 PROM j xpU3.1RMS EXHIBIT C-STREET LIGHT EXHIBIT DATE: January, 2014 t � r r 'Ilk" E rrtsr Street E (tYv.c$as 7n�t'e1 !`� � r .� E � Vf ! 3 l 1 II r 1 % JS E L, ■ I t PROPOSED TRAFFIC SIGNAL �. ' F _.� :`• `: o PEDESTRIAN SIGNAL PROPOSED PEDESTRIAN SIGNAL df § �� /Ile '(0 el ! �-r ' ♦1ff.� ,1 Ile �' •' # 14 0 14 _._. -. Er I [� ) I i 1► � � rr " 100 50 o loo GRAPHIC SCALE DRAWN BY: AB Baird, Hampton & Brown, Inc. NEV PARISH HALL PHASE Z CHECKED Br: BB EJ ° Engineering & Surveying ST.PATRICK CATHEDRAL BHB PROJECT: 20 G9.'52.tD3 m mom pi=.5le.loo R ifod 76116 Tek(017)3M-3277-m(817)33&-9245 E-1a—:C ur Terns R[o*vUori f-4M4 EXHIBIT C2—TRAFFIC SIGNAL EXHIBIT DATE: January, 2014