Loading...
HomeMy WebLinkAboutContract 46765 Developer and Project Information Cover Sheet: Developer Company Name: Centreport Industrial Phase 1,LLC,a Delaware Limited Liability Company Address, State,Zip Code: 3090 Olive Street, Suite 300 Dallas,Texas 75219 Phone,E-Mail:214-303-5573,Greg_Scovitch@hillwood.com Authorized SignatoryfTitle:Larry Blair,Vice-President Project Name and Brief Description: FAA Boulevard and CentrePort Drive-water,sewer,paving, drainage and street lighting Project Location:Centreport Plat Case No.:FP-014-079 Plat Name: CentrePort Mapsco: Council District: 5 City Project No: 02528 CFA: 2015 3 DOE: 74] To 6e cometed Received by: odk a e. as—f51 OFFICIAL RECORD CITY SECRETARY 1 FT. WORTH,TX COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary (,, COUNTY OF TARRANT Contract No. lel-7��D_ 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 FAA Boulevard and CentrePort Drive-water, sewer, paving, drainage and street lighting ("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 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 M contractors hired by Developer to comply with the Policy in connection with M M the work performed by said contractors. G M B. Developer shall provide financial security in conformance with paragraph 6, z Section 11, 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 00 accepted the Improvements. Developer acknowledges that hOFFIC�AL RECORD CITY SECRETARY FT. WORTH, TX acceptance process requires the Developer's contractor(s) 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 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 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) , Street Lights & Signs (C) X . E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section Il, 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 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 3 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 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. L City shall not be responsible for any costs that may be incurred by Developer in 4 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 Fort Worth, its offcers, 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 5 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. 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 6 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) 7 Cost Summary Sheet Project Name: FAA Boulevard&Centreport Drive CFA No.:2015-036 DOE No.: 7413 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 $274,778.0 2.Sewer Construction $128,662.00 Water and Sewer Construction Total $ 403,440.00 B. TPW Construction 1.Street $ 1,876,619.18 2.Storrs Drain $ 2,622,340.90 3.Street Lights Installed by Developer $ 196,653.60 TPW Construction Cost Total $ 4,695,613.68 Total Construction Cost(excluding the fees): $ 5,099,053.68 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 8,068.80 D. Water/Sewer Material Testing Fee(2%) $ 8,068.80 Sub-Total for Water Construction Fees $ 16,137.60 E. TPW Inspection Fee(4%) $ 187,824.55 F. TPW Material Testing(2%) $ 89,979.20 G. Street Light Inspsection Cost H. Street Signs Installation Cost(Total of 70$245 each) $ 1,715.00 Sub-Total for TPW Construction Fees $ 279,518.75 Total Construction Fees: $ 295,656.35 Choice Financia/Guarantee Options,choose one Amount ck one Bond=100% $ 5,099,053.68 Completion Agreement=100%/Holds Plat $ 5,099,053.68 Cash Escrow Water/Sanitary Sewer=125% $ 504,300.00 Cash Escrow Paving/Storm Drain=125% $ 5,869,517.10 Letter of Credit=125%w/2yr expiration period $ 6,373,817.10 Of8 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 per has ex ed this instrument in u plicate,at Fort Worth,Texas this day o 20� CITY OF FORT WORTH-Recommended by: Water Department Transportation &Public Works Department Wendy Chi-Efabulal,EMBA, P.E. Douglas .Wiersig,P.E. 'Development Engineering Manager Director Approved as to Form &Legality: Approved by City Manager's Office Deug6s A'. B-109 Fernando Costa Assistant City Attorney Assistant City Manager M&C No. QUIR13D Date: ATTEST: 00 o pQ Mary4. Kays r Vg oy City Secretary g b8 **%:!0000000 XA ATTEST: DEVELOPER: CentrePort Industrial Phase 1,LLC a Delaware Limited Liability Company 'AAAA) Signature II Signature (Print)Name: �fOL 1/'✓ i Print Name: Larry Blair Title: Vice-President ©K 0-4r3 S•/� lS" OFFICIAL RECORD 9 CITY SECRETARY FT.WORTH,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 B-1: Storm Drain Improvements z Storm Drain Estimate ® Exhibit C: Street Lights and Signs Improvements ® Street Lights and Signs Estimate (Remainder of Page Intentionally Left Blank) 10 G E KAMOOD RD. 360 } j 161 F . 5 z � _ 00 IpyrAY D v PROJECT W LOCATION Z S" X83 SH 183 183 BOu�vPRO Z M Z+ G Q o 3 w M SOVEREIG RD. M � w it S O p J V1 l< v TRINITY BOULEVARD 360 ...................................... ............. .-........._...__ 0 . Fnn ................... /?AW;ELA ......REIR..... PEREIRA j 79320 ? _�w 1� < 2.14.2015 FAA BOULEVARD AND CENTREPORT DRIVE VICINITY MAP Graham Associates,lnc. NOT TO SCALE CONSULTING ENGINEERS&PLANNERS MAPSCO NO. 56Q 600 SIX FLAGS DRIVE,SUITE 500 COUNCIL DISTRICT#5 ARLINGTON,TEXAS 76011 (817)640-8535 TBPE FIRM:F-1191/TBPLS FIRM:101538-00 DRAWN BY: GAI DATE: 211412015 PROJECT NO.: 9905-1045 SHEET 1 OF 1 [nn] Sl�f _ SH 183.......................... _ j ANGELA.K. PEREIRA j �I 79320 Gi 1 ��oA%►��N 2.14.2015 ,`������♦ \ LOT 3 BLOC(113 LOT 2R-1,BLOCK 113 LOT 1R-1,BLOCK 113 ,. IENTREPCRT I CFNTREPORT I fENTREPORT R /i\ CAB•A SLIDE 12460 INST.NC 0 21 41320 7 4 INST.N0.3214132074 P.RT.CT. C.C.RT.CT. CCAT.CT. I g 1 d / f I DRLL 1IX Al 9/6T.NO 0207309359 CCR.LCT. FAA BOULEVARD..... OTT OF FORT NORTH VOL 204 PC.243 k VOL 2037,PC 567 / D.R.LCc I I EX 24' WATER X-0938 PROPOSE I 12'WATER LINE EXTENSIONS 1 FOR FUTURE SERVICE CITY OF FORT NORTH I LOT 1 BLOCK112 VOL 206,PC EII 243! 0TREPORT VOL 2037,PC 567 INST.NO.\ 0211218692\ CCRT.CT. D.RT.CT. —PROPOSED 12'WATER LINE I O 1 y I i / \ I EX 20' RECLAIMED WATE X-21214 I 1 I � DRILL SITE A: I INST.NO 3207309359 I a CGR.LCT. I PROPOSED 10'WATER LINE A j ' EXTENSION FOR FUTURE CONNECTION CITY OF FART WORTH Ill O ROPOSED 8'WATER LINE VOL 204 PC 243 k I EXTENSION FOR FUTURE CONNECTION VOL 2037•PC 567 O.R.T.CT. CTT OF FORT NORTH I z VOL 204 M 243! w VOL=17,PC 567 D.R.T.CT. sl AD 'I EX 16'-WATER-X-2n0A9 SOVEREIGN R - - ----- ------------- - -- ' Li /v s- 11 \ 1 f\4 -.I Ira LOT 1 BLOCK l0% CENTREPORT 'If I 11 INST.NO.D2111F4�1a I 1 - N l\ \ \\ \ A 111 18 P.R.T.CT. II 1 I I S li LOT 1 BLOCK 107 CABINET A QCE 11474 CTT?F(AT RORTH P.RT.CT. V0.204 PC 24J a t i\ P f V0.2337.Pc I� FAA BOULEVARD AND CENTREPORT DRIVE A - WATER IMPROVEMENTS Graham Associates,lnc. GRAPHIC SCALE 111=500' CONSULTING ENGINEERS&PLANNERS 600 SIX FLAGS DRIVE,SUITE 500 ARLINGTON,TEXAS 76011 (817)640-8535 500 5�� 1��� TBPE FIRM:F-1191/TBPLS FIRM:101538-00 DRAWN BY: GAI DATE: 2114115 PROJECT NO.: 9905-1045 SHEET 1 OF 2 Project Item wonnation Biddees proposal Bidlist Item Description Speeiil a n Unit of Bid Unit Pelee Bid Value No. Section No. Measure Quantity UNI?I-WATER DEPA�11��NSTRUCTION TIEhiS CFA Unit A-Water ,i,.1 3311.01616"PVCDRr14 WaterPipe 33 11 12 LF 80 S 40.00 S 3,2N.00 Art 3311.02612"PVC DP-14 Water Pipe 331112 LF 85 S 41.00 S 3,483.00 A-3 3311.0361 10"PVC AW WA DR.14 0900 Water Pips 331112 LF 80 S 41.30 S 3,320.00 A-4 3311.0441 12"PVC AW WA DP-14 0900 Water Pipe 331112 LF 3306 S 42.00 S 138.852.00 A-5 3312-M 6"(late Varve 331220 EA 8 S 1,000.00 S 8.000.00 A-6 33123003 8"Gate Valve 331220 EA 3 S 1,200.00 S 3,600.00 A,7 3312300410"Gate Valve 331220 EA 4 S 1,600.00 S 6,400.00 A-8 3312300312"Gate Valve 331220 EA 7 S 1,850.00 S 12,950.00 A-9 3311.0001 Ductile Icon Fittings 331111 Toa 498 S 4,000.00 S 19,920.00 A-10 3311.0462 12"PVC Water Pipe,CSS BackfM 331112 LF 80 S 65.00 S 5,200.00 A-11 3312.0001 Fin Hydrant Assembly 331240 EA 8 S 3,800.00 S 30,400.00 A-12 33122204 2"Water Service 331210 LF 10 S 130.00 S 1,300.00 A-13 3312.0117 Conned to Existing 12"Water Line 331225 EA 2 S 800.00 S 1,600.00 A-14 3312.410512":2"Topping Sleeve and Valve 331225 EA 2 S 2,000.00 S 4,000.00 A-15 3312.421124"s 12"Topping Sleeve and Vale 331225 EA 4 S 4,750.00 S 19,000.00 A-16 3305.0109 Trench Safety 330510 LF 3531 S 1.00 S 3,551.00 A-17 .0001 Relocate Existins 2"Combination Air Vaca Release 331230 LS I S 2,500.00 S 2,300.00 Valve on 20"RWL A-18 9999.0002 Relocate SCADA.deter LS I I S 7,500.00 S 7,300.00 TOTALValt A-Wat S 274.778,00 FAA BOULEVARD AND CENTREPORT DRIVE A - WATER IMPROVEMENTS Graham Associates,Inc. NOT TO SCALE Kfl CONSULTING ENGINEERS&PLANNERS MAPSCO NO. 56Q 600 SIX FLAGS DRIVE,SUITE 500 COUNCIL DISTRICT#5 ARLINGTON,TEXAS 76011 (817)640-8535 TBPE FIRM:F-1191/T8PLS FIRM:101538-00 DRAWN BY: GAI DATE: 211412015 PROJECT NO.: 9905-1045 SHEET 2 OF 2 SH 183 _ n s;,�j �. ...........I................ / ANGELA K. PEREIRA j /............................. 79,320 </CENSE.•CZ'... BLOCK 113 LOT'I "•�� �'14•LO15 LOT 3 2R-1.BLOCK 113 LOT 1R-1,BLOC(113 f ��..• {\` CEFITREPOKT CENTREPORT CENTREPORT I i CAB.A.SLOE 12400 NFL N0.D214132074 I INST.N0.02141=4 P.R.TC.T. C.C.R.T.C.T. GGRTGT I II � I I DRLL 9TE Al I ter.No DZo73w3s9 I r C.CRTGT• FAA BOULEVARD I 1 .. a 77 7 CITY OF FORT WORTH I VOL 204 PC.243! \ ��B VOL 2037.PC 307 / 0.R.TC.T. PROPOSED MANHOLE AN PROPOSED MANHOLE AND B"STUBOUT I / 8"STUBOUTS FOR FUTURE CONNECTION FOR FUTURE CONNECTION CITY OF FORT WORTH LOT 1 BLOC(112 VOL 204 P0.243 e I CINTREPORT I h \ VOL 2037•PC 307 INST.N0.0211218092 D.R.T.C.T. I C.C.R.TC.T I r \ ROPOSED 8•SANITARY SEWER j � ` I m � 1 C7 7 \ I I I PROPOSED MANHOLE I (TyP') A DRILL 9TE A2 + RST.NO D2073D9358 AI C.C.R.TC.T. E4 — ROPOSED MANHOLE AND8"STUBOUT fi 01 FORT WORTH VOL204 I FOR FUTURE CONNECTION OL P0.24J e VOL 2037.PC 307 D.R.TC.T. CITY OF FORT WORTH I �+ VOL 204,P0.243 e w VOL 2037,PC 307 C.7 D.R.T.C.T. t SOVEREIGN R AD 0 ----------- - --- -------------- I - ------- ---' XISTING 81,�ANITARY SEWER LINE' 'i I f/ . _XI�T1r1C�S5MOl---- _-- \ x\\ 1\ 'I'% (^ 11 I T BL I_1 o\ \ 1 1 I I LOT 1 REPO to✓ \ \\ \\ I I CENTREPORT L N\ 1 \1 I I INST.N0.D211i� I I 11 11 I I P.RTC.T ,, I I \ �\ l 11 I I l i I I LOT 1 BLOCK 107 CABINET A,SLIDE 11474 dTY OF FORT WORTH i PAT.CA VOL 208,PQ 24J e VOL 2037.PC 307 FAA BOULEVARD AND CENTREPORT DRIVE Al -WASTEWATER IMPROVEMENTS Graham Associates,lnc. GRAPHIC SCALE 1"=500' CONSULTING ENGINEERS&PLANNERS 600 SIX FLAGS DRIVE,SUITE 500 ARLINGTON,TEXAS 76011 (817)640-8535 500 0 500 1 000 TBPE FIRM:F-11911TBPLS FIRM:101538-00 DRAWN BY: GAI DATE: 2114115 PROJECT NO.: 9905-1045 SHEET 1 OF 2 Project Item Idonzation Biddees Praposal Bidiist It Description Spec>Seation Unit o[ Bid Unit Pace Bid V" Ito. Section No. Measure Quantity UNIT I-NATER DEPARTIf ENT CONSTRUCTION TMAIS CFA Unit Al-Sanftary Sewer AI-1 02411103E"Sewer Abandonment Plug 024114 EA 6 $ 830.00 $ 5,100.00 Al-2 0330.0001 Concrete Encase Sewer Pipe 033000 CY 2 $ 200.00 $ 400.00 AI-3 3303.0113 Trench nater Stop 330515 EA 3 $ 450.00 S 1,350.00 A1-4 3331.4115 8"SDR-26 PVC Sanitary Sewer 333121 LF 1759 S 40.00 S 70360.00 Al-5 3331.4116 8"Sewer Pipe CSS Bath 33 11 10 LF 30 $ 65.00 S 1,930.00 Al-6 3339.1001 Standard 4'Diameter Sanitary Sewer Manhole 333920 EA 12 S 2,300.00 S 30,000.00 A1-7 3339.1003 Extra Depth 33 3910,20 VF 65 $ 185.00 S 12,025.00 Al-8 3301.01.01 Manhole Vaaaan Testing 330130 EA 12 $ 100.00 $ 1,200.00 Al-9 9999.0003 Connect to Existing Sanitary Sewer Line 333121 EA 2 $ 500.00 $ 1,000.00 Al-10 3303.0109 Trench Safety 330510 1 LF 1 1759 $ 3.001$ 5,277.00 TOTAL CFA L'ai#Al-Sanitary Sewer $ 12$662.00 FAA BOULEVARD AND CENTREPORT DRIVE Al - SEWER IMPROVEMENTS Graham Associates,Inc. NOT TO SCALE CONSULTING ENGINEERS&PLANNERS MAPSCO NO. 56Q 600 SIX FLAGS DRIVE,SUITE 500 COUNCIL DISTRICT#5 ARLINGTON,TEXAS 76011 (817)640-8535 TBPE FIRM:F-1191/r6PLS FIRM:101538-00 DRAWN BY: GAI DATE: 211412015 PROJECT NO.: 9905-1045 SHEET 2 OF 2 TvI1f _ SH 183 - - [nn /. ..............................0 / ANGELA K. PEREIRA 793201 It��1ss'i N/11. ~� 2.14.2U15 �' \ LOT 3 BLOaf 117 LOT 01-1.BLOaf 113 LOT 1R-1.BLDG(113 /\ CABCENTREPORT .A.SIDE 124BO I INST.CN0.0E21477P74 I INST.NO.DCENTR1413x074 P.R.tCt T. O._R. CT. =kT.CT. 1 / II � I I DRAT 9TE Al I p6T.NO Dx073093so �_T•_T• FAA BOULEVARD --- - OTT CF FORT N'ORTN - VOL x04 PO.x43& VOL 2037.PC 567 i 0.R.T.Ct r / POSED FAA EASTB UND LANES PROPOSE6'SIDEWALK \,_LRO SED 10'SIDEWALK B-BROPSEDEACH FAA BOULEVARD EACH SIDE 26'B�EACH WAYI CITY Of FORT WORTHI LOT 1 a0a(111 I / vM 206.PG 243 t CENTREPORT I 1 \ vM 2037.PC 567 INST.N0.001218691 I O.R.T.CT. I CCAT.CT. � � I II p � I � � I M \ I / I / I I PROPOSED CENTREPORT DRIVE 30 B-B EACH WAY I I WITH INTEGRAL 6'BIKE LANE DRILL 9h A2 MIST.NO D2073DO359 i al MR.T.C.T. I I " I I I E-I I — — x arr OF FORT IIORiN � I VOL 204 PO.243 6: w ROPOSED 6'SIDEWALK VOL 2037,PC 567 EACH SIDE Ij D.R.T.CT. r� QTY OF FORT WORTH I w VOL 204 P0.243 k V VOL 2037.PO 567 D.R.T.Ct I SOVEREIGN RI AD - - - ------------ -----' �\ - _----- ----- - c�/ 9 --------�-iii hojw hes Idaoalion Bidders Proposal NOW It Speelfeetioa U,*of Bid No. SDescription ection Ne. Meows Quvotity Unit hire Bid�'dw UM 3I Or O rMIS CFA L'sk S Payin - 2-1 3110-0101 Site Prepusbon-Clea and Grubbing 311000 LS 1 s 4,000.00 S 4,000.00 ss_ 3123.0101 undassised Excavation 312315 Cy 14224 s 263 s 3703A 24 3124.0101UadassiffedFmbaolmreot 312400 Cy 3431 s 4A0 f 13,722.SD 3.4 3213.0104 9"RmlbroW Concrete Povesent 321313 Sy 28669 f 46.00 S 1,31x,774.00 &3 3213.04016"Concrete DrivvmW U 1320 SF 12236 f 330 S 67,29x.00 241 3211.050 1"Thick lie Shbized Subgrade 321129 BY 32293 S 2.x3 S 92,01225 -&7 3211.04M line for Subgtadt Stabilization,(2711 per SY) 321129 TONT 436 S 163.00 s 71,95631 24 3213.03014"Cone Sidaeat 321320 SF 21702 S 3-00 S 65,10600 3-9 3213.0302 5"Cane Sideaat 321320 SF 1659! f 3.13 S 52 /3.70 &10 3213.0303 Baer Free Sidneat Romp.Type M-1 321320_ EA 10 S 1,000.00 S 10,000.00 all- 3213.0306 Bomar Free Sidwret Romp,Type P-1 321320 EA 2 s 1,200.00 s 2,400.00 B-12 9999.0004 Patterned Concrete crosswalk 34_7113_ SF 1927 S 930 s 11,30630 1.13 3291.0100 Topsoi(4-Dep(h) 32 91 19 Cy 1182 S $A0 S 9,43610 B-14 32910100 Blank Sod 32 91 13 sY I ION f 4.75 S 52,65230 &IS 3471.0001 Tic Coelyd plan 34 7113_ 360 10 f 300.00 S 3,000.00 &16 26053015 2"-SCIM PVC Con"Tubb Signals) 260333 IF 128 s 18.00 f 2,304-00 2-17 260530314"SCHm ri'C Conduit(Lriget;on) 260533 LF 128 f 22-00 S 2,816.00 2718 3217.0001 4"SLD h-M.Msdoog HAS(W) 321723 LF 2358_ S 123 s 2,94730 2.19 3217.0002 4"SLD Pamt Making HAS(Y) 32 n 23 LF 2164 S 123 s 2,7WA 2-20 3217.0003 4"BRX Trst Madaeg HAS(W) 321723 LF 9122 f 123 s 11,02730 B-21 3217.0003 4"DOT Prst Mang HAS(W) 321723 LF 99 f 123 S 1,21125 AM 3217.0104 6"DOT Post Mod ing HAS(W) 321723 LF 50 f 1.73 S V-50 2.23 3217.0201 rSLDPvmmarkingHAS(w) 321723 LF 161 s 230 S 2,132.30 s 25 3219.0301 24-SLD Pvst lldodo,rg HAE(W) 321723 LF 170 f 5.00 s 130-00 L23- 3217.1002 Low Legend Acv 321723 gA 23 s 150.00 S 3,300-00 2-26 3217.1004 Laos Legend Ody 321721 EA la f 150-00 f I,1100-00 B-27 3217.1006 Looe L egendBls 331723 gA 10 f 350.00 f 3,300-00 2-29 32172102 REFL Raised Maher TY I-C 321723 EA 40 f SAO S 200.00 &29 32172103 REFLRasadM@&wTTII-A-A 32 17 23 EA 10 $ 310 $ 50-00 2-30 32172104 REFI.Raised!later TY Il-C-R 321723 IA 220 S 3.00 f 1,100.00 2.31 9999.0003 Yield Ber 321723 LF 60 S 10.00 f 600A0 &32 9999.0021 86.2 One Way Sigq 36"u2" 344130 TA 6 S 600A0 $ 3AN-00 233 9999.0016 RI-1 Stop Sips 344130 EA 7 f 350.00 f 3,00-00 s 34 9999.0019 R3-7R Right Looe Abhst Tun Right Sign 344130 FA 3 s 750.00 $ 2.230-00 &33 9999.0023 SRU.2 Ysdd Sign 34 4130 EA 4 f 50010 f 2,000-00 &36 9999.0014 D11-1 Bike Route Sign 3"09' EA 1 f 500.00 S 1.300-00 &37 9999.0024 W6-3 Two Wry Sign 34411,30 EA 3 f 500.00 S 1.300-00 2J8 9999.0013 CW13-1P Advisory Speed L ivA Sign31 X130- TA s 300-00 $ 1.300-00 &39 9999.0017 83.17 Bte Looe Sign 344130 gA 3 f 500.00 f 1,500A0 2-10 9999.0011 83-176 Eod Sign 3441130 EA L f 500A0 f 500.00 ]"1- 9999.0015 M4-I l Begin Sign 344130 EA 2 s 500.00 f 1,000.00 S-42 9999.0020 R4-4 Begin Right Then Lane rind to Bikes Sign 344130 FA 2 s 650.00 f 1,300.00 1J3 9999.0022 Rt3 No paunsign U41 M FA 2 s 400.00 s x00-00 ?07AL CFA Usk B- Psi s 1,a76,619.1a FAA BOULEVARD AND CENTREPORT DRIVE B - PAVING IMPROVEMENTS Graham Associates,lnc. NOT TO SCALE CONSULTING ENGINEERS&PLANNERS MAPSCO NO. 56Q 600 SIX FLAGS DRIVE,SUITE 500 COUNCIL DISTRICT#5 ARLINGTON,TEXAS 76011 (817)640-8535 TBPE FIRM:F-1191lTBPLS FIRM:101538-00 DRAWN BY: GAI DATE: 211412015 PROJECT NO.: 9905-1045 SHEET 2 OF 2 . � n Tf ,� _ SH 183 _ _ 4 .s ` ` . :........................... ANGELA K. PEREIRA j 79,320 I, MS CENSE • ,� I I 'i,;\""`4� 2.14.2015 \ LOT B 113 LOT 2R-I.BLOC 113 LOT IR-1.BLOC 113 CENTREPORT /\ CAB.A.SLIDE 1246D I INST.NQ D214132074 I INST.NO.02141=74 PA T.C.T. CC.RT._T. CCAtr T. I / I � I _ EXIST 27' ST RM W-2023DRILL t I low.No 0x07306359 4 4'JCN BOX j C.C.R.T•cT• FAA BOULEVARD 2 "RCP-\ 4'X4'DR INLET --------- ---- CITY DT FORT RDRTN 48'RC - -_ -- - VOL 204 Po.243 e \ �- 21"RC VOL I�_ --1t--- 20.77,PO 567 1 D.R.T.C.T. 1 ( 4'X4'DROP INLET 21"RCP 48"RC 24"RCP I 6'X6'JCN BOX 27"RCP I 57(5'RC 21"RCP CITY OF FORT WORTH I LOT 1 BLOC(112 I 15'CURB INLET 24"RCP VOL 204 PC 243! CENTREPORT I \ (TYP,7 TOTAL) VOL 2037.Pc 5e7 INST.N CR0TZ T1B692 I D.R.T.CT. ROPOSED I C \ DETENTION POND 1 to �~ 18'SLOTTE 0"RCP i r DRAIN 24'RCP 21"RC 'X3'RCB ca,�N EXIST 24' RCP �0 2266-02-036 10'CURB INLET r 01 i (TYP.,16 TOTAL) DRILL STE A2 I no ' INST.NO D207309359 I y t0 24"RC C4 CCR.LCT. 1 xN A ROPOSED I N I 3'X3'RC E� DEQ TENTION POND 2 x I IX4' CITY OF FORT WORTH p0 DROP INLET 557 VOL 204 PC 243 Q w I 2'RCP 1 VOL 2037.PC II D.R.T.C.T. F 3'X4'RCB •� CITY OF FORT AORVOL 208. III I I U21"RCP VOL 21137 PC 567 21"RC 'X3'RCB D.R.T.CT. ,-PROPOSED 24"RC DETENTION POND 3 SOVEREIGN R AD _ 5X4'RC _-_-_-- `----_-- - I ------ - - I I 1 IIS {- \ EXIST 5'K4_ TRCB-I ---------- LOT 1 BLOCK 10✓ _ /RIPRA '\\ ,Z \�\ \\ I I CENTREPORT I/ I I �_-_- -- --�TYPICAL ALL \\\ m o t\\,1� \1 I I INST.NO.O2Tt T4+ OUTFALLS P.RT.0 OZ \ \ \\ I I I ! - OUTFALLS IN PONDS \� \I\ \1 I I I I LOT t BLOCK 107 1\ ,1 \��/ I I %I CABINET A. DE 11474 CITY OF FORT WORTH P.R 1 SLI \\ \ 1! I �_ T.C.L I VOL 204 PO.243 Q VOL 2037.PC 567 FAA BOULEVARD AND CENTREPORT DRIVE B I - STORM DRAIN IMPROVEMENTS Graham Associates,lnc. GRAPHIC SCALE 1"=500' CONSULTING ENGINEERS&PLANNERS 600 SIX FLAGS DRIVE,SUITE 500 ARLINGTON,TEXAS 76011 (817)640-8535 500500 1��� TBPE FIRM:F-1191frBPLS FIRM:101538-00 DRAWN BY: GAI DATE: 2114115 PROJECT NO.: 9905-1045 SHEET 1 OF 2 Project hs tofasmation Bidders Proposal Bidtist It I Speeil1ieation Unit Bid Uai1 Prles Bid Nalene Descrition SeetimaNe. Measure Quantity Uiti"1T U:TAY CONST UCTM T AdSf CFA Uslit Bl-Stern Dnb 31.1 3110.0101 Site Prspaavon-Ckaiio5 end 0rubbo6 311000 L.3 l f 5,000.00 S 500.00 BI-2 3123.0101 Unvesslied F:eavationT014 312316 CY 93760 f 3.00 S 291.2!0.00 11113 3123.0101 Unala;sifiodFiervation(Overfer Gaylver) 3121.15 CY 15997 S 323 f 5IAM73 21.4 3124.0101 Unclassaed Embmimeat(Pond) 312400 CY 1065 f 4.00 f t,mA0 Bl-5 3124.0101 Unclassified Embankment(Clay Liner) 312400 CY 15917 S 425 f 67,319.73 1111-6 9999.0007 Pond Retaining Well-S 3232.13 CY 516 S 440.00 S 240,2.00.00 1111-7 9999.0009 Pond ltdeiiinj;Wal-U' 323213 CY 113 f 510.00 $ 414,630.00 BI-9 9999.0009 Pond Retaining Well-12' 333213 CY 200 f 515.00 f 103AOO-00 Bl-9 9999.0010 Pond Retaining Wal-13' 323213 CY 1339 f 525.00 f 70R,075AO B1-10 9999.0006Well Railing 323213 LF 2360 f 70.00 f 165,700.00 Bl-1l 3291.0100 Topsoi(4"Depth) 32 91 19 CY 1327 f 6.00 f 7967-00 B1-12 3292.0400 Hydrornlrh Seeding 32 91.13 SY 13409 f 0-55 f V74.40 21-13 0241.4401 Remove Headwall 02 41 14 EA 2 f 1,200.00 f 2,400.00 B1-14 3137.014 Medium Stone ROW.Dry 3137 00 SY 311 f 65.00 f X765-00 21-15 3341.020121"Class IB RCP Complete in Place 314110 LF 1491 f 40.00 f 59;640.00 111-16 3341.0205 24"Class IB RCP Complete in Plan 3.34110 LF 1197 f 43.00 f 13,365.00 B1-17 3331.0209 27"Cons IB RCP Complete in Placa 334 10 LF 24 f 52.00 f 1.24900 111.11 3341.042 42"Class IB RCT Complete in Place 33 41 10 IF 76 f 93.00 f 7.220.00 BI-19 3341.0409 48"Class IB RL?Complete in Place 33 41 10 LF 139 f 110.00 f 15190.00 21-20 3341.0502 54"Class IB RCP Cemplete in Plea 334110 LF 311 f 150.00 f 46,650.00 B1-21 3341.0602 60"Class IB RCP Complete in Place 334110 LF 289 f 175.00 S 30,575.00 B1-22 3341.1003 313 Bos Culvert 134110 LF 90 f 120.00 f 10,40.00 21.23 3341.1102413BaaColved 334110 LF 70 S 133.00 S 9,450-00 11.26 3341.120154 Bol Culvert 134110 LF 103 f 170.00 f 17AI0A0 1I-" 3341.1202 544 Baa Civet 134110 LF 163 f 160.00 S 26,080.00 DI-26 3341.1203%5 Baa Culvettt 3341 10 IF 104 f 173.00 f 19.200A0 2137 3341.1302 64 Rox Colvet 3341 10 LF 202 f 190.00 f 3060.00 21-U 3303.0105 hdd Adjustment 330514 BA l f 2,000.00 S 2.000.00 BI-29 3346.100519"Slotted Drain 334601 IF 40 S 110.00 S 4.400-00 B1-30 3339.300110'CwbInlet 334920 L46 6 f 2,200.00 S 13,200.00 3131 3349.300215 Climb Inlet 334920 ILA 6 f 000.00 S 21,600.00 B1-32 3349.6001 10'Reussed Cub Idet 334920 EA l0 f 2,300.00 f 23ACO.00 2133 3349.6002 IT Recessed CLdb Inlet 334920 EA l f 3,750.00 S 3,750.00 21-34 3349.70014'Drop Inlet 334920 EA 4 f 3,300.00 f 141000A0 B1-35 3349.0001 l Storm Junction Box 334910 EA 2 f 4,300.00 f 9,000.00 BI-36 3349.0003 6 Stem Junction Box 334910 IIA 2 f 6.000.00 f 12.000.00 B1-37 3349.1000 Box Culvert HeadwA(1':DOT FW-0) 334940 CY 27 f 500.60 f 13.000.00 11-34 3349.1002 21"Flared Hea*n%I Pipe 334940 EA 1 f 2,000.00 f 2000.00 61-M 3349.1003 74"Flared HeadaWk l Pipe 33.4940 LLA l f 2,200.00 f 2,700-00 BI-40 3201.0616 Concrete PavementRe i Industrial/Arterid 320120 EY 124 S 73.00 f 9j00.00 111-41 3303.0109 Trench Safety 330510 LF 4951 f 300 S 14,974.00 DI-42 3125.0101 SWPPP-Preparation,bWknentabon and Mantemnce 312500 LS 1 f 15,000.00 1 f 15,000.00 TOTAL CFA Unk Al-Lltarn Drain Is 2,622,340.90 FAA BOULEVARD AND CENTREPORT DRIVE BI - STORM IMPROVEMENTS Graham Associates,Inc. NOT TO SCALE Kfl CONSULTING ENGINEERS&PLANNERS MAPSCO NO. 56Q 600 SIX FLAGS DRIVE,SUITE 500 COUNCIL DISTRICT#5 ARLINGTON,TEXAS 76011 (817)640-8535 TBPE FIRM:F-1191frBPLS FIRM:101538-00 DRAWN BY: GAI DATE: 211412015 PROJECT NO.: 9905-1045 SHEET 2 OF 2 •T s��, _ SH 183 — — �. ;'............ ..,tr ANGELA K. PEREIRA ��. 79320 �i r 7CENSEO.G�.- I �A ��OtvI►L�N�` 2.14.2015 LOT 3 BLOCK 113 LOT 7R-1,BLOC(113 LOT 1R-1,BLOCK 113 CENTiEPORT I CEli1RFPd2T I CDITREP0RT /RELOCATE EXISTI /\ CAB.A.P.SAE 17480 NST!IC/3214137074 INST NC 0x14132(174 ILLUMINAT1011 ASSEMBLY P.RT.GT. C.C.RT.CT. CCRT.GT. REF)(ACE EXISTNO LAMP WITH 137 W LED LAMP / INSTALL 137 W LED LAMP j ON EMPTY ARM DRILL SITE I 2 TOTAL MT.NO D 073 CCRT.CT. FAA BOULEVARD CITY OF FORT NORTH - ----VOL 206,PO.243 t VOL 21337,PC 567 XISTING ILLUMINATIO ASSEMBLY" / D.R.TX-T. REPLACE EXISTING LAN P WITH 137 W LED LAMP INSTALL 137 W LED LAM 137W LED LAM n ON EMPTY ARM I Ty P POLE W/33B ARM V I 4 TOTAL LOT 1 BLOCK 112 I (2 PER POLE) CITY OF FORT NORTH I PE 2 FOUNDATION VOL 206.PC 243 6 CENTRI INST.NC 0EPOR1TB602 VOL 2037,PC 567 \ 10 TOTAL D.R.T.CT. I CCRLCT. I I 137 W LED LAMP I I p TYPE 8 POLE W/3313 ARM(1 PER POLE) I I tD TYPE 2 FOUNDATION i 16 TOTALAg j SERVICE POINT — — 2401480V WITH METER I I I I DRILL SITE A2 RST.NO 0207308359 I a CCR.T.CT. A I II � I O aTr OF FORT rARTH a I VOL 220 PC 243 6: I I VOL 2077.PC 567 II D.R.T.CT. CITY OF FORT NORTH I VOL208,PC 243 k w VOL 7037,PC 567 V D.R.T.CT. II SOVEREIGN R AD - -- --- ---------- -------' _ ________________________ CEN -EPORT LOT 1 BLOCIf 10Y-_ V 1 11 I I TI ROMl 1( I I WST. P.RT.T I I \ 11 11 II I� II LOT 1 BLOCK 107 \`�� I _ 1 I CARNET A,SLIDE 11474 CITY OF FORT NORTH I P.RC T. T. \ \\ -______ VOL 706,PC.x43! VOL 2037,PC 967 FAA BOULEVARD AND CENTREPORT DRIVE C - STREET LIGHT IMPROVEMENTS Graham Associates,lnc. GRAPHIC SCALE 1 "=500' CONSULTING ENGINEERS&PLANNERS 600 SIX FLAGS DRIVE,SUITE 500 ARLINGTON,TEXAS 76011 (817)640-8535 500 0 500 1 000 TBPE FIRM:F-1191rrBPLS FIRM:101538a DRAWN BY: GAI DATE: 2114115 PROJECT NO.: 9905-1045 SHEET 1 OF 2 Pmjed Item information Bidders Proposal Bidlist Item Descripd°a Speafficstion I Unit of Bid Unit Price Bid Value No. Section NTo. INfeasurs Quantity UrnT U:TPW CONSMUt: ION rMVI3 CFA Ua t C-Street C-1 3441.1502 around Bo=Type B,wlApron 114110 EA 4 S 750.00 S 3,000AO C-2 9999.0012 Instal Roadway ration Assembly-Type 8,2 Asm 34 4120 EA 10 S 3,500.00 S 35,000.00 C-3 9999.00I I Instil Roadway liumkmdion Assembly-Type 8,1 Ano 344120 EA 16 S 2,300.00 S 40,000.00 C-4 34413201 LID Iightiog Feduee 344120 EA 12 S 1,50.00 S 15,000.00 C-5 34413301 Instal Roadway lotion Foundation Type 2 344120 EA 28 $ 900.00 S 25,200.00 C4 34413404 Quadpk:Alun Ekc Conducts 344120 LF 3008 S 220 S 11,017.60 C-7 34413502 Relocate Roadway nkunir ation Assembly 344120 EA 2 S 1,850.00 S 3,700.00 C 8 34413501 Remove and Salvage Street Ligbt Assembly 344120 EA 1 S 500.00 S 500.00 C-9 2605.3015 2" Sch 80 PVC Conduit 260513 LF 4853 $ 12.00 S 58,236.00 C-10 12605.0111 Ekctae Service with Relay 1 26 05 00 1 L5 I 1 is 5,000.001$ 5,000.00 TOTAL CFA Uatt C-Street lkbts $ 196.653.60 FAA BOULEVARD AND CENTREPORT DRIVE C - LIGHTING IMPROVEMENTS Graham Associates,l nc. NOT TO SCALE CONSULTING ENGINEERS&PLANNERS MAPSCO NO. 56Q 600 SIX FLAGS DRIVE,SUITE 500 COUNCIL DISTRICT#5 ARLINGTON,TEXAS 76011 (817)640-8535 TBPE FIRM:F-1191/TBPLS FIRM:101538-00 DRAWN BY: GAI DATE: 2114/2015 PROJECT NO.: 9905-1045 SHEET 2 OF 2 . a-,.) SH 183 .. . ........................... t�I ANGELA K. PEREIRA j ............I............ 79320 i 1S� 1FSENSU G� 2,14.2015 1,`�����`' \ LOT 3 BLOCK 113 LOT 2R-1,BLOCK 113 LOT IR-1,BLOCK 113 / CENTREPORT CENTREPORT I CENTREPORT /\ LAB. A.9JDE 12480 IN57.N0.D214132074 INST.Na D214132074 P.R.T.0 T. C.C.R.T.CT. C.C.R.T.0 T. � I / I DRILL SITE Al 'NBT.NO D207309359 C.C.R.T.C.T. FAA BOULEVARD I CITY OF FORT MORTH - VOL 208,PC 243 a VOL 2037,PG 567 / D.R.T.0 T. / I I I I qTY OF FORT MIXtTH LOT 1 BLOCK 112 I 6 STOP SIGNS R1-1 VOL 20%PG.243 a CENTREPORT 3 STREET NAME SIGNS \ VOL 2037,PG 567 INST.NO.0211218692 1 O.R.T.C.T. I C.CR.T.CT. , I � \ I I � 2 STOP SIGNS c0 2 STREET NAME SIGNS M i 0 R1-1 I I � II I I (i� DRILL STE A2 {•jy INST.NO D 0730935 I a C.CR.T.C.T. I AI 'I E- C) OTY OF FORT MORIN VOL 208,PG.243 aI I 2 STOP SIGNS VOL 2037,PC 567 2 STREET NAME SIGNS D.R.T.C.7. VOL FORT WORTH VOL 200 8,PC 243 a w VOL 2037,PG 567 C..1 D.R.T.C.T. � I I I I SOVEREIGN R AD — --------------- ----------------------- -it r Project Item 1afonnation Bidders Proposal Bidkst Item SpseyBcatioe I Unit of Bid Unit Pace Bid Value No. Section No. lieasnte Quantity uxnr n:TPw coxa ucno2 HEM CTA Us*C-3b*0 Cd-1 1sw*dx="3iv5 I I 11A 7 IS 243.00 I f 1,113.30 FAA BOULEVARD AND CENTREPORT DRIVE C 1 - STREET NAME SIGNS Graham Associates,lnc. NOT TO SCALE CONSULTING ENGINEERS&PLANNERS MAPSCO NO. 56Q 600 SIX FLAGS DRIVE,SUITE 500 COUNCIL DISTRICT#5 ARLINGTON,TEXAS 76011 (817)640-8535 TBPE FIRM:F-1191lfBPLS FIRM:101538-00 DRAWN BY: GAI DATE: 211412015 PROJECT NO.: 9905-1045 SHEET 2 OF 2