Loading...
HomeMy WebLinkAboutContract 39827COMMUNITY FACII,ITIFS AGREEMENT THE STATE OF TEXAS § City Secretary COUNT' OF TARRANT § Contract No. 75LASa I 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 Port Worth, Texas; and WHEREAS, the said Developer has requested the City of Fort Worth, a home -rule municipal corporation situated in Tan anf, ben ton, Parker and Wise Counties Texas, hereinafter called "City", to do certain work in connection with said improvements. Developer: Nam e Title Realty Capital Riverside, Ltd. .flames 6J• hrchiePresident Company: Realty Capital Corporation Project Name: I'rojeci Location: Mapsco: �5Y Counci] District - CPA; 2008-051 ___ _DOE: 5813 City ProiectNo 00$�6 FT WORTH, TX 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 i a 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�, Sewer (A-1) X; Paving (B) X Storm Drain (B-1) X; Street Lights &Signs E. The Developer shall award all contracts for the construction of community facilities in accordance with Section II, paragraph 7 of the Policy and the contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section II, of the Policy. CFA revised Sept 9, 2008 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 I nsured, 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 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 urilities 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 CFA revised Sept 9, 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 damages are caused, in whole or in part, by the allegued negligence of the City of Fort Worth, its officers, servants, or employees. Further, Developer will require its contractors to indemnify, and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and construct the improvements in a good and workmanlike manner, free from defects, in conformance with the Policy, and in accordance with all plans and specifications 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. 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. 1�lothing 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. 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. 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. CFA revised Sept 9, 2008 6 Cost Summary Sheet Project Name: RIVERSIDE COMMERCIAL ADDITION, LOTS 1 & 2, Blk A CFA No.: 2008-051 DOE No.:5813 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 A. Water and Sewer Construction 1. Water 2. Sewer Water Construction Cost Sub -Total B. TPW Construction 1. Street 2. Storm Drain TPIN Construction Cost Sub -Total Total Construction Cost (excluding the fees): Construction Fees: C. Water Inspection Fee (2%) D. Water Material Testing Fee (2%) Sub -Total for Water Construction Fees E. TPW Inspection Fee (4%) F. TPW Material Testing (2%) G. Street Light Installation / Inspection Cost H. Street Signs Installation Cost Sub -Total for TPW Construction Fees Total Construction Fees: c:..�.,..;�� l�.m.�nfnn nnfinnc rhnnca nne Developer's Cost $ 41,015.00 $ 6,386.00 $ 473401.00 $ 79,556.54 $ 27960.00 $ 82,516.54 $ 129,917.54 $ 948.02 $ 948.02 $ 1,896.04 $ 3,300.66 $ 1,650.33 $ 5,200.00 $ 245.00 $ 102395,99 $ 12,292.03 Amounf rck onel Bond = 100% $ 129,917.54 Com letion A reement = 10001 /Holds Plat $ 129,917.54 Cash = 125% $ 162,396.93 Letter of Credit = 125% w/2 r expiration period $ 162,396.93 7 IN TIJSTIMONY 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 sca] of the City affixed, and said Developer has executed this instrument in quadruplicate, at Font Worth, Texas this �_. day of , 206J Q CITY OF FORT WORTH - Recan:mended by: Water Departrent Wendy Developmer EMBA, RE, neering Manager Approved as to Form &Legality: Amy J. Rarfts� Assistant City ATTEST: Marty Hendrix ei City Secretary ATTEST Signature (Print) Name: CFA revised Sept 9, 2008 Transportation &Public Works Department William A:�Vetrest.Y. . Director Approved by ON Manager's Ujfice Fernando Costa Assistant City Manager 00 � NO M&C REQUIRED VP- --- - - - oXr ��C"apital Riverside, Ltd. Signature Tint Name: James W. Archie Title: President of Realty Capital Corporation General Partner for Realty Capital Riverside, Ltd. s OFFIC�A� F s�S.tittiri�:� CITY SECRETARY FTT, WORTH, Tit Checked Items must be included as Attachments to this Agreement Included Attachment Location Map Exhibit A: Water Improvements Water Estimate [yy Exhibit A-1: Sewer Improvements dSewer Estimate [� Exhibit B: Paving Improvements [� Paving Estimate [� Exhibit 13-1: Storm Drain Improvements [� Storm Drain Estimate [� Exhibit C: Street Lights and Signs Improvements Lv� Street Lights and Signs Estimate (Remainder of Page Intentionally heft Blank) 9 X SITE CL �..� . d Westem Center Blvd. MAPSCO 35-Y DISTRICT 4 0 0 c CD (D %< R1 O o�� ( 00 0 M o3:1 (A D iD O_ p S ..an I O p m O n O0 � 0 0(D W '� S S off-.-ai(D i ;oo. CD 0 A O) O :3_ p C c p rn Ommew WMPW 1p p_ 3 rr ISOG 0-0 0 0 0 . So 3 V S 0 �` C= S t0 CD m v C �o �? i 3 �m o Qi ��M �a 1D0 �o �M m o �m 3 owa,=O 00M M v � 0 "MOM ft,w� a: all A RIVERSIDE COMMERCIAL ADDrv—SOT 1, BLK A FT WORTH. TEXAS ii #it 6001-247 � OiLlt� iiY, FCP SCALES 1"= 60' FTLE, e,,,,,,,,,, APpPR�1D IiY: MHH ilA"fE06-10-08 i> c� �. NJ4. O� O mCo ydN N Z dm zzom mm-3Dm �1CA ,3.,aoA �r�oz Z O A JAr Z ov 1 --1 N E m A m Uzi �yN 1 mLZ9 AZ Xd D xci z mE D � w tlm zd A D Z Hickman Consulting Engineers ,Inc. 1771 International Parin►ay. Su1te 12i Richardson. Tezee 75081 (972) 497-9889 ' Fax (972) 497-9131 Engineers Planners FODO W 701n cT ° <rO Z ;0M -iPatna ooco) O�rnrnoDwO � 3ao= x 10 ° O0p 1T10r� rate v O I IIV . CD0 al o Off: <M <� O rt 0. 7r m (p 1 '-1 < 1to j O II'o� ° �Nc� �O D f i 0°3°'Osto C I 39'v, Q O '- 5 I 2 N SZua a SN o,C O M ::Em � 0 �C -« I m 3 I I m p m LA d o soy� I n� CD 0 oo= m I cr I� I , � mm#% 0 f 00 o a, Ln UNON ;D r Vi I l II °�° o a Zragge r I Im Z Yj >is 00 rl0o M i ? � Zmeaml M r� N Zr M z 1 (a cW) Z m ij I -v I z r rrl r7 CO l i M I 0 -D-1 z— rl o I : z moaal < r ! engage s� I Zfarl _ I ral i 1-U0Dm=NIMEN t 1 I z 1 \ I O O O n I(A0+�4 O wou 0 D0 �d:**111 0�0c�i1i� �' rrl ago 6099S�9 tir X N Z< V t11 t d` / CD rrl L*Aoo. Istate o:= .1� Z I r'1 00 956 •.,•. :�: R .D,**Sd 1 'Z �I EXHIBIT A°r--b PRIVERSIDE COMMERCIAL ADD1v-LOT 1, BLK A Hickman Consulting Engineers, inc. FT WORTH TEXAS 1771 International Parkway, suite 127 INNINE Richardson, Texas 75081 7 bF2bJA1RYi FCP SCALE 1"= 10' (972) 497-9889 Fax (972) 497-9131 Engineers Planners FILET 6001247—WD.DWG APPRVD DY' MHH DATO 06-10-08 Um IN Lill. ; UNIT I - WATER Item No. Estimated Quantity Unit/ Size Description and Price in Words Unit Prices Tn Figures Bid Amount 1 271 LF 8" C900 Class 150 Water Pipe Thirty Five dollars and No cents per LF $ 35.00 $ 9,485.00 2 60 LF 8" C900 Pipe in 14" - !/z" Thick Steel Encasement Pipe _ One Hundred Eighty dollars and No cents per LF $ 180.00 $ 1000.00 3 6 LF 2" PVC Water Line Twenty Five dollars and No cents per LF $ 25.00 $ 150.00 4 1 EA Vault for 6" Meter Ten Thousand dollars and No cents each $103000.00 $ 10,000.00 5 1 EA 8" x 6" Tee Three Hundred Ninety dollars and No cents each $ 390.00 $ 390.00 6 1 EA 8" Valve Ei_eht Hundred Fifty dollars and No cents each $ 850.00 $ 850.00 7 1 EA 6" Valve Seven Hundred Fifty dollars and No cents each $ 750.00 $ 750.00 8 1 EA 8" x 2" Tee Fourteen Hundred dollars and No cents each $ 11400400 $ 1 t400.00 9 2 EA 8" x 45' Bend Three Hundred Forty dollars and No cents each $ 340.00 $ 680.00 10 1 EA 2" Meter Box Fourteen Hundred dollars and No cents each $ 1,400.00 $ 1,400.00 11 2 EA Remove Existing 8" Plug One Hundred dollars and No cents each $ 100.00 $ 200.00 12 2 EA Connect to Existing Water Seven Hundred dollars and No cents each $ 700.00 $ 13400,00 13 1 LS Testing Eight Hundred dollars and No cents per LS $ 800.00 $ 800.00 14 271 LF Trench Safety Ten dollars and No cents per LF $ 10.00 $ 2,710.00 TOTAL = $ 41,015.00 CO 0 V) O '< (D O7 I n 0 0O Q 0 — W C (D -0-. C Q CD r- < Fmol CD T O < � � � (n p < O � Z Q a al Q Q Q. O O_ °*1 Q_ 0 O aC) : O 7 0 3 1 (D < D < < Q p N 0 n O D p p O µ :3 Q O rn -« 77 m CD I _ II 0 o• O 70 cn n �J �Q� 0 s I w v,-p� O N p V 0 0 p 5 MJ J CC c it m 6 � -o CD � � 0 (OD C) CDL4 p N. Jj I CD 0 ["� p Z (fl -.. -Q-a- .� � 4 O 0 (p Q N O took, X N o zN 3 Q O� Q V) c I '�CD C-j I N CD t p �m G7 �� N U� �-' �-u Z7� 7 p E N O 's CT I O 0�.. C� D —` C Fool —I Q Oo� m rn �I n�D ` I+ �° s I n C° �? ' CD r r O ITI � z --I � i r�I z r o •` m00��O0OD xCnC) II rrIO �II 0D0-00 IN C II -I x 11 Ilyll CA -+ CA CmM H I10 �W�°'--A I rn <D0E— CIO r—�oO�D 011\06 ON ©I _ mpp 0000C+ 0 to C W N� �m H. D II �I+rN N N z 0 O Cn -O _ 1 N 04`21'35W aD cn cn —j —+ U) � i T� In n v Z 6 w m U Pod uol�•( PIC) > i D o 00 c �o o oar Z� 1 o l 0 I z< m Co V) 0 co z r o rt �'' D m I� 1� N I r- F t a : -1 rn 0 ��.•'':D ST n D 5 O -{ �C t '\ Z p 46 P: r ,.� CD: E r e. — C N �^ •: ' C7 : y O Z1 t I Cj&to: K: • r O C7 ` II FR z m -70 RIVERSIDE COMMERCIAL FT WORTH, JAB #: 6007-247 FILE, 6007247—WD.DWG ADDN—LOT TEXAS 1, BLK A DRWN BYE FCP ISCALE: VD BY: MHH (DATE, t "= 30' 06-10—OS Hickman Consulting Engineers ,Inc. 1771 International Parkway, Suite 127 Richardson, Texas 75081 (972) 497-9889 • Fax (972) 497-9131 Engineers Planners j O D ( CID m r z O O 0 0 0 O UT O CSI Z m Z m D m� X X E o z -j n�M CD C7 D rno!— o;CI mDmZ Z O m{ --1 m D Cn O /I n c� Z / STA O+OOi I m n 1{ m C Ln O EMOVE EXIST rri -7o m 70 O m O v 1 LUG' FI' 1 0+ 89t D D c) `c D ' CONNECT RpP 8" DI m z D X m : vm azm Cp) n < D � O I � DmrD- I, I r m �7 m,� STA 0+11 12 O z C m `Nb PUBLIC �SAN SWR A o z D IBEGIN PRIVA E SAN SWR m POPOEDPUBLIC D ' 4DIA S 6W H PER CITY ST z O I t (6111. 5t N TOP �C.) r� ;m co•• r :z ;J) CD :S' j^ a CD y Cry.• ,D. .'d E _ F£R Z 4 '� 1t1ti, RIVERSIDE JOB #: 6001-247 EX�IIBIT A-1(b) COMMERCIAL ADDN-LOT FT WORTH, TEXAS 1, BLK A DRWN BY: FCP (SCALE: NTS APPRVD BY. MHH JDATE, 06-10-08 1 A m O O r 0 m X Z O D OO>> NZT --0 mG� <z00 o zz;u c-z n OZr m000O m>D< Om��rm m r O z 2 m O X- z m z O A DO�Ncn=--� coz0;u O Z m C O N A O (7 D O z D C 0 m zO +Z D cl m 9 � r m ommX�n� m < m m D D 1 O 1 < I r<iNZOmn mz r ` N llicicman �onsniting Engineers ,Inc.IL s • 1771 International Parkway, Suite 127 Richardson, Texas 75081 (972) 497-9889 ' Fax (972) 497-9131 Engineers Planners EIL6 6001247—WD.DWG UNIT II -SANITARY SEWER Item LEstimate]dUnitl Description and Price in Words Unit Prices Bid ntiSize In Fi ures Amount 1 32 LF 8" Ductile Iron Pipe (open Cut) Fifty Five dollars and No cents per LF $ 55.00 $ 1,760.00 2 1 EA 4' Diameter Manhole Twenty Three Hundred dollars and No cents per LF $ 2,300.00 $ 2,300.00 3 1 EA Remove 8" Plug Two Hundred dollars and No cents per EA $ 200.00 $ 200.00 4 1 EA Connect to Existing Manhole Six Hundred dollars and $ 600.00 $ 600.00 No cents per LF 5 32 LF Post -construction TV Inspection of sanitary sewer lines _ Eieht dollars and No cents per LF $ 8.00 $ 256.00 6 1 EA Vacuum Test sanitary sewer manhole One Hundred Fifty dollars and $ 150.00 $ 150.00 No cents each 7 32 LF Trench Safety System Ten dollars and No cents per LF $ 10.00 $ 320.00 8 1 LS Testing Eight Hundred dollars and No cents per LS $- 800.00 $ 800.00 TOTAL = $ 6,386.00 A% 1 _ �� ,' :�: 9 1 x m In o> D 0Z ?: o x 0r A -P •U N lr (A .-< n MIULP1071 r'gy. cn ;U I D -D < > to o C o = O z D * O n T7 D M+ MO -1 O 2 O V < Z7 O r :L7 r- O C) O n (n O O -< TI r,. '�[7 ap�vanly N 3m O� C)ZD O 0-1 O i M D V) fn D O UI S > — -0 — S D D ;O —1 < D D -� D D -*i M> Om oz-n �- 0D �„ O r, U� -1 O -1 M --A O 3 n I y< '� '� n M m> m n. i r'n A� m -9 Z O O I O D O I O � O z ,� n Z O Z I Z Z U) CD D v! -i 0 0 O W m D --A Oo V r- ~ W I -� ci W 3 z rn = D@ D z D D Z O D :D O Z II D ' U) Z to N O U1 p v1 N O n nP- W n CCD O W O D mom I Z o 0 0Z C) --Amom n Z m M D =' D m D= Z n Om O m J r CD o O 0O = O O T. M m -� I f (!) z m o '� -1 O Z Z --1 Z z CD m Z CD Ao 2 9° Lo 2 T C) �I G� n O Oo N O cn 'p O Z rTl O Z n n 00 I z G z r CD z (A O m N r" m to Z O z m A D M z n z r < n N CD Z W m n I n D D CD� O O o z O m 1 M nFA z x W -i C cn 00mD r O n zzKi ;;C) oR•cmy O 0 O n WK�cm -I Z Z M _n 00 Wx to c� uDi z D �7 =A I 0 vn-m «A � A D A 1 MKK00 0 v NO ON NO v�yoo P� 'uouaQ PIO o: Qom Kz KW>O '+ v NN X `+. z +'/ o < + N N A FA EXHIBIT B (a) RIVERSIDE COMMERCIAL ADDN—LOT 1, BLK A Hickman Consulting Engineers, ine, FT WORTH, TEXAS 1771 International Parkway, Suite 127 Richardson, Texas 75061 (972) 497-9889 ' Fax (972) 497-9131 JOB 6001-247 DRWN BYE ECP SCALES 1"= 60' Engineers Planners FILE 6001247-WD.DWG APPRVD BYi MHH DATE, 06-10-08 r _ ♦ r r r FIN rIII I UNIT III - PAVEMENT item Estimated Unit/ Description and Price in Words Unit Prices Bid No Quantity Size in Figures Amount 1 182 SY 6" Concrete (Driveways) Forty dollars and Sixty cents per SY S 40.60 S 7,389.20 2 1,091 SY 6" Concrete (Old Denton Road) Forty dollars and Sixty cents per SY S 40.60 S 44,294.60 3 E100 SF 2" Type "D" Asphalt _ Three dollars and Thirty Five cents per SF $ 3.35 $ 3,685.00 4 1,398 SY 6" Lime Stabilized Subgrade Three dollars and Eighh Six cents per SY S 3.86 $ 5,396.28 5 22 TON Lime Material One Hundred Fortv Nine dollars and Forty Three cents per Ton $ 149.43 $ 3,287.46 6 11712 SF 4" Concrete Sidewalk Three dollars and Seventy Five cents per SF S 3.75 S 6,420.00 7 74 LF Sawcut Pavement Four dollars and No cents per LF $ 4.00 S 296.00 8 74 LF Connect to Existing Pavement Twelve dollars and No cents per LF $ 12.00 $ 888.00 9 6 EA Barrier Free Ramp One Hundred Seventy Five dollars and No cents each $ 175.00 $ 1,050.00 10 1 LS Traffic Control Thirty Five dollars and No cents per LS $ 3,500.00 $ 3,500.00 11 1 LS Erosion Control Seventeen Hundred Fifty dollars and No cents per LS $ 1,750.00 $ 1,750.00 12 1 LS Testing Sixteen Hundred dollars and No cents per LS S 1,600.00 $ 1,600.00 TOTAL = $ 79,556.54 mnlno mmI n 0 0 � (D 0 0 - �_ � � m m fD O 0 O O0 Z < u N O < n O m m O 0 (� 0- 0 IT, n. o o = m ao 3N. cn D — o 0� o n0�0 ono o:3 I <D m m s 3 O m N O n _+ F m m II 0 o y O O O) O -y. �G Lo a CD :T 71- N O m O O 0 • i� O V j- 0 C 3 :T ° m m a c �o � i 3 m m ° U4 o M co O m O < 7 O -n ` z n° p ern C m n + m 3 O 7 O N O i 6 O � O O O n ? 0 m m 03 O 0 7 cn N n (In CD I / I I/ I I .fl I A\-SFI f 6 Pocn tom to mmz � o9 D m Z m M-0 CD �o .f. X C 50 -I O < MIUL11),071 ii 0 O 70 to I� 0 s� 11] m O m � � N Z J � Z m m co -� I o 0 � \Vmr o @ cn 00 o C�7 n 1 o o 0 -' (A � 00 alp m O o I < 0 � � I D EXHIBIT B-1(a) RIVERSIDE COMMERCIAL ADDN-LOT 1, BLK A FT WORTH, TEXAS JOB N: 6001-247 DRWN BY: FCP SCALES 1'2= 30' EILE: 6001247-WD.DWG APPRVD BY, MHH DATE 06-10-08 rr ' O D v r I W r z O < FT1 Z rn m D z r < o n D O � Z O N Z U) C n m ;O —1 < on z m �P -o 70 0 eou Hickman Consulting Engineers , [nc. 1771 International Parkway, Suite 127 Richardson, Texas 75081 (972) 497-9889 Fax (972) 497-9131 Engineers Planners CD If 0.i ro: rz :� OC32. r -P 00 i O: 2 O D �G W :T.: " I r Z #Me ti, z r co O Z rn Fm D Z r O 0) cy) (T (7 D O O O ---1 O 01 O Ul z O i70 z cn j C F9 n f n O v n I :CT Ck N E l00j ....... ...� .� .._� ........ ..._.. UBLIC ! F EXISTING T TO C R I LET N o PRIVATE, OP ;60`5.IF tYY Kul EXHIBIT B-1(B) RIVERSIDE COMMERCIAL ADDN-LOT 1 , BLK A FT WORTH, TEXAS JOB U: 6001-247 FILE: 6001 247—WD.DWG DRWN BY: FCP SCALE: APPRVD BY: MHH DATE NTS 06-10—OS Z �mpOmO mNZ0m0� D 1O�n V Z < 3- 0 mG)�z o zz� Q p z o Soo 1 n z m To OmZ- -<rM r� Op m O m� 0 z2 x X (/) (A :r 1 o=� -i.0 • OZ O;o ZX O Z m c: O O 0 Z D � c: 0 Z OZ r- D O mm p I n�NC)Xmgo pm00(A > c n��;u Z D D O < m V I Z O A O n Z D m r Hickman Consulting Engineers ,Inc. 1771 International Parkway, Suite 127 Richardson, Texas 75081 (972) 497-9889 ' Fax (972) 497-9131 Engineers Planners UNIT IV - STORM SEWER )tem Estimated L'nit/ Description and Price in Words Unit Prices Bid No. Quaniity Size In Figures Amount 1 8 LF 21" Class 11 Reinforced Concrete Pipe (RCP) Sixty dollars and No cents per LF $ 60.00 $ 480.00 2 I EA Connect to Existing Curb Inlet Twelve Hundred dollars and No cents per EA $ 1,200.00 $ 1,200.00 3 Trench Safety 7:TLS Ten dollars and No cents per LF $ 10.00 $ 80.00 4 1Hydromulch Four Hundred dollars and No cents per LS $ 400.00 $ 400.00 5 1 LS Testing Eight Hundred dollars and No cents per LS $ 800.00 $ 800.00 TOTAL = $ 2,960,00 TOTAL AMOUNT BID (UNIT I - IV) $ 129,917.54 � 0 L o _9 z a ➢ P N m < '1 N U m b O 2 p Z D m2 < Om2 OmZ Om> O zr D v on O -p ,<t A rt� cif o�ln on o -~Cy .<OK NSD om VIED Al G O < 00 ➢ -cn�i= nn n ➢- n�n tiO On m fl O i y y O G O D Z ym n1 nl o AO Owm Cm CV N C 2 x A y z z ut0 rn O 2 I ®O � L O C O y m Z nO n n A D Z O Gm c s O 200 z z z m< _ ~ £ x N 2 z v N O o m i n z 0 y N � � O Z 3 c C o P 3 t q o o p o a r i 5 �9 c o c oa��n•Dno n 'b ar�uulN N �o P23 u0lua4 PIO- aY,-A r - _ — _ Leo .;.�... •:: •:;::.'• EXHIBIT Y, RIVERSIDE COMMERCIAL ADDN—LOT 1, BLK A ��ctmxu �un""'ng Engineers, Iwo FT WORTH, TEXAS w71 In rernall Parkway, 9n1 a 127 amnarasun, Texas 75081 JOB p; 6001-247 pR VN BYE fCP SCALE' I'. 60' (0]2I 4N7-°880 Fax (072) 497-9I01 FIIC6001767-WD.pwp APPRVD BYL MHN DAT& 06-10-08 fn9Ne`fs Planners VIA ` a