Loading...
02-28-2012 (City Council) Agenda Packet 047,""*.' Wylie City Council NOTICE OF MEETING ri.,5,11, ,i f.C9L RA.p�^ to,.FE 3f lL,4 41, Regular Meeting Agenda February 28, 2012 — 6:00 p.m. Wylie Municipal Complex — Council Chambers 300 Country Club Road, Building #100 Eric Hogue Mayor M. G. "Red" Byboth Mayor Pro Tern David Goss Place 1 Kathy Spillyards Place 3 Bennie Jones Place 4 Rick White Place 5 Diane Culver Place 6 Mindy Manson City Manager Richard Abernathy City Attorney Carole Ehrlich City Secretary In accordance with Section 551.042 of the Texas Government Code, this agenda has been posted at the Wylie Municipal Complex, distributed to the appropriate news media, and posted on the City website: www.wylietexas.gov within the required time frame. As a courtesy, the entire Agenda Packet has also been posted on the City of Wylie website: www.wylietexas.gov. The Mayor and City Council request that all cell phones and pagers be turned off or set to vibrate. Members of the audience are requested to step outside the Council Chambers to respond to a page or to conduct a phone conversation. The Wylie Municipal Complex is wheelchair accessible. Sign interpretation or other special assistance for disabled attendees must be requested 48 hours in advance by contacting the City Secretary's Office at 972.516.6020. Hearing impaired devices are available from the City Secretary prior to each meeting. CALL TO ORDER Announce the presence of a Quorum. INVOCATION & PLEDGE OF ALLEGIANCE • By David Keuss of Woodbridge Bible Fellowhsip PRESENTATIONS • Presentation to Eagle Scout, Jared E. Koehler. (E. Hogue, Mayor) • Presentation by the students of Dodd Elementary regarding Wylie Animal Shelter signage. (E.Hogue, Mayor) CITIZENS COMMENTS ON NON-AGENDA ITEMS Residents may address Council regarding an item that is not listed on the Agenda. Residents must provide their name and address. Council requests that comments be limited to three (3) minutes. In addition, Council is not allowed to converse, deliberate or take action on any matter presented during citizen participation. February 28,2012 Wylie City Council Regular Meeting Agenda Page 2 of 4 CONSENT AGENDA All matters listed under the Consent Agenda are considered to be routine by the City Council and will be enacted by one motion. There will not be separate discussion of these items. If discussion is desired, that item will be removed from the Consent Agenda and will be considered separately. A. Consider, and act upon, approval of the Minutes of the February 14, 2012 Regular Meeting of the Wylie City Council. (C. Ehrlich, City Secretary) B. Consider, and place on file, the City of Wylie Monthly Revenue and Expenditure reports as of January 31, 2012. (L. Bantz, Finance Director) C. Consider, and place on file, the City of Wylie Monthly Investment reports as of January 31, 2012. (L. Bantz, Finance Director) D. Consider, and place on file, the Monthly Revenue and Expense Report for the Wylie Economic Development Corporation as of January 31, 2012. (S. Satterwhite, Executive Director WEDC) E. Consider, and act upon, approval of a Preliminary Plat for Sanden Boulevard Church Addition, Block A, Lot 1. Subject property located east of Sanden Boulevard and approximately 425 feet north of Brown Street. (R. 011ie, Planning Director) F. Consider, and act upon, Ordinance No. 2012-07, amending the zoning from Business Government (BG) District to Commercial Corridor (CC) District on 19.100 acres, generally north of FM 544 and approximately 1,700 feet east of Country Club Road (FM 1378). ZC 2012-02 (R. 011ie, Planning Director) REGULAR AGENDA Public Hearing 1. Hold a Public Hearing and consider, and act upon, amending the zoning from Agricultural District (AG/30) to Single-Family (SF-10/24) District on 1.34 acres, generally south of Brown Street and west of Carriage House Way. ZC 2012-03 (R. 011ie, Planning Director) Executive Summary Currently Lot 17,Block 17 is platted as a 0.2632 acre lot within the Westgate#1 Addition and is zoned SF- 10-24. The remaining area (Tract 5) is unplatted and consist of 1.0476 acres and is zoned AG/30. This request is to rezone Tract 5 to SF-10/24 and to create three single family residential lots to conform to the SF-10/24 District. There is a single story wood frame residential structure on Tract 5 that will remain and will be platted as Lot 1. Future plans will include a single family dwelling on proposed lot 2, and a single family dwelling on proposed Lot 3. Both new structures will be a minimum of 2,400 s.f. and will adhere to current design regulations of the current zoning ordinance adopted as of January 26,2006. General Business 2. Consider, and act upon, Ordinance No. 2012-08 amending Ordinance No. 2011-18 (2011-2012 Budget) for proposed amendments for fiscal year 2011-2012. (L. Bantz, Finance Director) February 28,2012 Wylie City Council Regular Meeting Agenda Page 3 of 4 Executive Summary The Wylie Advocates for Senior Activities (WASA) has an anonymous donor that will match donations up to $20,000 for remodeling of the former Smith Public Library. Funds have been identified that can be used to offset this expenditure, and as a result, there will be no impact to the overall General Fund FY 2012 Budget. 3. Consider, and act upon, award of a contract to McMahon Contracting, Inc. in the amount of $7,278,814.43 for the reconstruction of Brown Street from FM 1378 to Ballard Ave. (C. Holsted, City Engineer) Executive Summary The Brown Street West paving project includes the construction of approximately 8,950 linear feet of 4- lane concrete pavement section with sidewalks from FM 1378 to Ballard Avenue. On January 19, 2012, the city opened ten bids with the low bid being submitted by McMahon Contracting, Inc. The project includes approximately 54,050 square yards of concrete paving, 8,000 square yards of concrete sidewalk, and approximately 5,335 linear feet of 12-inch water line relocation. 4. Consider, and act upon, authorizing the Mayor to sign an amendment to Exhibit C of the Solid Waste contract between the City of Wylie and Community Waste Disposal (CWD); granting CWD's request for a rate increase to take effect March 1st 2012. (J. Butters, Assistant City Manager) Executive Summary The City of Wylie's solid waste provider(CWD) has made a request for a rate increase. Per our contract with CWD they have the opportunity to make a request for a rate adjustment once per year. Rate adjustments are requested per an agreed upon formula of costs, including CPI, Fuel costs, and disposal charges. In September of 2011, we amended the contract to move the annual date of rate adjustment from September to March to better fit our budget cycle. The rate increase request was discussed at a work session in front of Council on January 24th. The rate increase represents a 3.8%increase for residential and approximately 5%increase(on average)for commercial. The increases are driven by a small increase in the CPI and an increase in fuel. 5. Consider, an act upon, a Resolution No. 2012-08(R) of the City Council of the City of Wylie, Texas designating a revitalization area and economic development initiative for a residential affordable development and supporting a proposed Mariposa at Woodbridge for Senior Citizens. (M. Manson, City Manager) Executive Summary In order to make the application for the proposed Mariposa at Woodbridge for Senior Citizens competitive for State funding, the Council is being asked to consider a Resolution that would affirm and satisfy to specific categories. READING OF ORDINANCES WORK SESSION • City Secretary Department Overview (C. Ehrlich, City Secretary) February 28,2012 Wylie City Council Regular Meeting Agenda Page 4 of 4 EXECUTIVE SESSION Recess into Closed Session in compliance with Section 551.001, et.seq. Texas Government Code, to wit: §§ 551.074 Personnel Matters; Closed Meeting • To deliberate follow up Evaluation of the City Manager RECONVENE INTO REGULAR SESSION Take any action as a result of executive session. ADJOURNMENT If during the course of the meeting covered by this notice,the City Council should determine that a closed or executive meeting or session of the City Council or a consultation with the attorney for the City should be held or is required,then such closed or executive meeting or session or consultation with attorney as authorized by the Texas Open Meetings Act,Texas Government Code §551.001 et. seq.,will be held by the City Council at the date,hour and place given in this notice as the City Council may conveniently meet in such closed or executive meeting or session or consult with the attorney for the City concerning any and all subjects and for any and all purposes permitted by the Act,including,but not limited to,the following sanctions and purposes: Texas Government Code Section: §551.071—Private consultation with the attorney for the City. §551.072—Discussing purchase,exchange,lease or value of real property. §551.074—Discussing personnel or to hear complaints against personnel. CERTIFICATION I certify that this Notice ofMeeting was posted on this 24th day of February, 2012 at 5:00 p.m. as required by law in accordance with Section 551.042 of the Texas Government Code and that the appropriate news media was contacted. As a courtesy, this agenda is also posted on the City of Wylie website: www.wylietexas.gov. Carole Ehrlich,City Secretary Date Notice Removed .- .,..._. . °'3##rE:-tea # =: --- d w-........."`p.�KgxSrxp......,.�9 ..1........,..- rs --.,..-z,-- iimilioup%, oqr,,,r,,potvf//"Kkei Tr ows,sivoil,,,p,p,,,,,,b ,,,, , ,i. ,y). A.. 4 4 #'70001#43W73143,04:314,4#21,43,314 4.13/41,/30,44,41474 fif , .,., ,,wkfr0,,(4,i,„0,4,‘„i,i,4,,,,,i',,,,,,,l4,'ii,W44,40 d F a9_ = n+xx r::; —,/V),„,„, ',„o,fr,l,,,i3O,,4,wi,4r,,t3k,,,4#.4,1 r4zP4pfi,„,,oHf 4froo,„r6‘„il,3,,k ro,#,, ,,,/,,,e,,)4,,, xa'x 55E6"S<' ;':'.."S"r.'.u3 .5'" 'a.xws,a..?... wV ,l'.',, , 1 ,( ftA J -_ ...... , i - , --11,, . 41riligli'iVi#44,104 Vt # ___,_. _ _ ..22 7 11111111.11(0i,;,,.o qj,41,11‘,!,/ ,r,,,,, ,, ,.. L - s;r _ ,,,,,,,,,,„.4,-4,`11. 4,,,°.(<'4t.,h ',4 ....� rlf is' afrat .. arum:-.5...... .WI? f" ... w....pxnzEery -+r ... lip 3.1 j .. $43,?1',7,413Pcr ;r'' /ly' c, 41 E a "ate .,:..,..,,.. ',,,,.....,,,,�sr._ray.,=.. n sty, ss a �� s r s°A, - ' ' ,,,f' 4,14,1Ar t.,/,4' .*,' "-41.s 1,$' 10 MI I,A n .. ,,t,e,, 333,4/9,7, t,31#,34"344 to pi .33#t 14*44/34#013# , pi', ' 1`44 firimi,,,ya*pfre/ 1 ___ PA ,, °404 teY�0. k �i 4,43 AT 41,4)W,' ,ot) Nirtio)'clii 'pet,', it K, flphlyyto;4, 43 m ..,,,,.,,,.„.*g :"3.--4#Sa" ...,.....s.m34,. 5 s, i at t ,,,„,Afrpii, �"�` l, ,y u .. s; r e' 0,4,#fi zi iircir 0 . 4, " M#40 4,,, •� .. s s s - s'/i *5,99,04:s tre0,,,v e vrolt,,, ,„ ,,,,/,,„ceirz-A.A r .. - ' �i-. 3a r DODD "PAWS FOR A CAUSE" r � • WHAT IS "P M {'e+kids c©l1 a f1!'S FOR A CAUSE„ T 3 � r Y ,v � PAWS FOR A CAUSE IS A ,: DODD RUN ORGANIZATION .. THAT ALLOWS THE STUDENTS F TO HELP RAISE MONEY AND ,� � � i _ DONATE ITEMS FOR THE WYLIE ANIMAL SHELTER DODD "PAWS FOR A CAUSE" • WHAT ARE SOME THINGS DODD STU ,sittosiolawiot -• DENTS WERE y � :.,...,:..,,;.,,-....:,;,:illi,,-:,•,,,..,i ABLE TO ACCC>MPLISH� m � t` �e a `. .:,. ..),„ 11111V • SPONSERED 6 DOGS ��� ` FOR FREE ADOPTION t .• COLLECTED O FOOD • GAVE BLANKETS AND TOYS DODO "PAINS F O R A CAUSE„ .....,„....„.„.„,<,„,,,..,::::,,. .4.,:4:,:,...?,, ,, ., :,„.„..„,„,,,,,,„<„,„;,,,i,... ..K1, 4,44,44.43,,,,0„:1:e,1,,..r, : ",,,,",„., , „�;,. 4. grriV ti . fig;�- .'`€ ,g .�, ' ;.; ""� s. DODD s � �3� 'H-' v. �,._ �(,/�J, �'' �: 'x�,: 'sue� � � +�$�� � M�� ,-r • < ;i'' * e",,,,'�°$i.gyp- F'ff F->6 .•: .Y �K'� ,t.� ,� DOGS r, 4 � 4 ay .,. is r - k F • ' 't te_ L [ SS v i�� a t a',,'g- L. a , 'ate - t : $.yy�, AAA * ADOPTED '� e .5;:k qs ` r?� 4" ,� '� F fA is ;':•:'1: ''.•11;:i:''.:-'.!,''-i',i.,t''jr':'' ''''' ':: *MEM Y - 3 F k3m *-°�` .yam (,1 7,d }b ; t '- 4 DODD "PAWS FOR A CAUSE" 1 , 1 . ., .. _ • 11 Iiipaaa,a4a:4-44' -' 1 1 lifor4aramay„,,,,a ., . „. ,„ .„ ..„,„ my „, , , } ,„„„•mmv,,, . . . ,., ,• ••... • , .. k„44.44, .4„, , i i„.„4 'wii 3 : ,y„,..„._,.,,, ..„,,____.: .,, ,,,„. • ..-„,,,,p_1111,...t . , : ..„4,6%,4,4:4.4 • WHAT IS DODDS a 1 NEXT PROJECT? a� k .j+ a 1 �� �a . . _ WE WOULD LIKE TO ADD �� AN ANIMAL SHELTER SIGN � ,1 1 i-, TO CITY OF WYLIE KIOSKS ANIMAL SMELTER `1 1 ' ,-...a _ s DODD "PAWS FOR A CAUSE" s w ,„ , , , , , ,,,, .1,,,i . ir intri," • •-,.-, • .,,,,,,,,.. ,..,..,_ „ ,,„,, ,te,,, rovon5 ...,,,,....tr:tt,.-,,,,,, • WHAT IS DODDS .= ,-.i `� 4 4 PROJECT? r NEXT • • WE WOULD LIKE TO ADD �` , SEPARATE FREE-STANDING i SIGNS AROUND THE CITY s THAT CATCH THE EYE HENSLEY `' HENSLEY (Possibly these Locations) F ;, t & & SANDEN -- SANDEN SANDEN & 544 DODD "PAWS FOR A CAUSE" , „ ., „ , , „ . „ . , , , . „ , , , , , , ,, ,„ , , .,.'2.4 A - . i . .- - PRUNERS ANIMAL : PARK � _ HEL 4 '� EXAMPLE . .: iii Rate' ' . ex §^�, i r a rg i, f i tit .: 1& ,F k' '; + a 4'4 t. { DODD "PAWS FOR A CAUSE" „„„„„,,„:„:„:::::,,,,„:::::::::::,,, , ,::: :: , ,,,,,,„,, ,,,, ,,, : : : , i„,,,,„ : ,_,„, „ ,l,„ ,„„„ , , ' ' • WHAT IS DODDS NEXT l:-''' -'7::::,--.-.-::-j3.4,..-.... .—— ''',,,,V*340:6'-;;AZsi4Atif.RV.V. Az'::.A1' PROJECT? # r . r4 �3 • WE WOULD LIKE TO ADD A : � M ;. LARGER KIOSK IN FRONT OF 4414Nnfoisotl,?f*baovn.7-4cA4Noktumvv _30 - THE WYLIE ANIMAL SHELTER m cc-, . � h: � qm APC:RrliattitAMPONOWStMAPWOORSOMMALMAtiftairMatAN _.... ____ • DODD "PAWS FOR A CAUSE" ................ ...__ ,„ „, ,„, , _,._,,„,„,„„,, , ,„.„..,,,,..,,,,.....,,,::::: :,,:,,, , , , „,,,, . ! , 1 ..•$:.,,_. ,„ ..___........ ... ...._....._. • WHY2 v.,,,.S t"1�-Y��G 1 M1___....,,,,....„,...)..,,,,,„,:„.„,,,,,, �`r ,::,,,:,r,,';:',',,,.::,--:----:•:-,',,,,:_.,.:,.:s:,,,.-„-,,,,,,,,, 1 s • • THE STUDENTS AT DODD 4` � �` Ea - BELIEVE THAT IF THE ANIMAL � � SHELTER WERE EASIER TO , .'• ..*:; ,,,••: ,..w, „,„...:, , � ; FIND, IT COULD HELP: ` �4 • BRING MORE TRAFFIC TO THE ANIMAL SHELTER 4 • ALLOW MORE DOGS TO BE 1 . ADC>PTED • ALLOW PEOPLE WHO HAVE = I LOST THEIR DOGS HAVE AN EASIER TIME REUNITING WITH ;.�� ¢fi s THEM -� �. x _ I DODD "PAWS FOR A CAUSE" IN CONCLUSION. . . "° �f re� bi 'a' ;e�fie. s - - - - Y k - y: ice' s'" �• S.. Jr' 'dYib '2 N�'Far,�1"p' v..' .. - ,ek os:4.a S^:,�v n s4 `i ems'_..z .. * * * * * * * * * * * * * * * * * ***Alt *.* * * * * * * * * * * * * * * * ji;:* I -** r* 4j. i"aF" i* iF*' aF" " i" i" Dodd Elementary Rachel's Challenge/KC Club Mindy Manson, City Manager 300 Country Club Road, Bldg. 100 Wylie, TX 75098 February 23, 2012 Dear Ms. Manson, Upon noticing that there is no information posted or directions showing where our City Animal Shelter is located, I would like to request that city signs be put up to point Wylie families to our City Animal Shelter. We would like to see 2 signs added. There are many animals needing adoption and this would give more citizens an opportunity to know where they can go to adopt a pet and/or save the life of an animal by giving them a good home. Thank you for your consideration. Sincerely, Linda 'Legg Computer Lab Instructor @ Dodd Elementary-Wylie * * ***jilt * ***jilt ***jilt *** **4( **jk ***jilt *** ** *** * *** ***it ***it *** ** 4( ,I, .4 Dodd Elementary Rachel's Challenge/KC Club Mindy Manson, City Manager 30CI Country Club Road, Bldg. 100 Wylie, TX 75098 February 23, 2-0-12 Dear Ms. Manson, pu cicrcri t')/\,‘, +.0 -}-ke_' Ai7cH -y-) ' +is ; 0 12 CV; pro,--)oc-hy , ReoPi 1\ I (\,) A. 0:1 c- • ) kL.?( do,/)•*-: ck,) I C\ Sincerely, C 0\r4f) Dodd Elementary Rachel's Challenge/KC Club Mindy Manson, City Manager 300 Country Club Road, Bldg. 100 Wylie, TX 75098 February 23, 2012 Dear Ms. Manson, icy - Pul dirco- 0 5 A n /yid fret d e 5 ±0 5 f _ C ' ( S (Q cOt () e `�' Kw0n I, Cree 0 ( 1- p is So P'Q t d 01- I 074 ma I htast sV) ow us 4 t, --th(1, UT r \Oks j Pi I Cn e Sincerely, c110Os "QS * .,-k *At.,,***Ad ***id ***It *,,*_1( ***_it ***At *.*At ***At ***lt *.*It *,,.* t *,i-kt ***it *,,.*lt *.*Ii *.*k *,,. A 4(711-:*4(71-:4-1*-711:10-VIII:*4i r--VIA=)(N-A 4( 4-:;*ViA 4r 7i;*4(-7 i-A'-'3C-771 itA ViA Vi-A ViA Vii-A Dodd Elementary Rachel's Challenge/KC Club Mindy Manson, City Manager 300 Country Club Road, Bldg. 100 Wylie, TX 75098 February 23, 2-01-2 Dear Ms. Manson, \ow • h-c 441 ir 'C----)--- (°0( c,,\---0-f--h e a r) 1 rnc4 0 i S k_I 14_Qr,(5 rt -k- i -1 ,Q- --,131`) . ,:eaGe/Tic c. ck -i.T..:, ei i \e c\> c\t,, , c f - c r" t_zu\ --t re'n, e \ -e, \,....,,,, '' _-- 'i , i k 1 ' Sincerely, *1cT,�* *ry* *,�* *�,�`* *,�* *ram`* * * *�,�`* *r,�* *T,�* •*/'�*��*T* *T�* �c * �cT* �C'�* �c'�* *�cT* Dodd Elementary Rachel's Challenge/KC Club Mindy Manson, City Manager 30C) Country Club Road, Bldg. 100 Wylie, TX 75098 February 2--3, 2012 Dear Ms. Manson, ► fCy31QihJIk[, di kr n odri f)co pje,5 Prope,r1,--,-)(46,2 pej) netchohino,N h / >r He n ► ... GOcon Cin nikeY)0 , 2Th+ CY C O Sincerely, hwil *yy ***yy *** ***'YY ***y *** ** YY *• YY ** yy ** �/ ** Y]� *k*Y�( *** ** ** ** ** **r *** * * �c * �c *''�c * �c * �c * �c * �c * �c * �c * �c *�1'�c *�'F Dodd Elementary Rachel's Challenge/KC Club Mindy Manson, City Manager 300 Country Club Road, Bldg. 100 Wylie, TX 75098 February-23, 2012 5 Dear Ms. Manson, 9r � V .f. e1 reC ilafis e `' v . cc/if eh. ot k Wh-er ere. ht r)e ,C/91-) . �- Ii• \S 9164-e- I S C"\C) N ey ,/ air?( Mare-Ai o I new GymeouLt. ,; Or° fhe Qin/NIS iirberfrie, AntriA S nee6 1-0 \-1- CA 'co/1i A I) bth 0\ COn-r i ±0' Icy Sincerely, L;04,i ; ;41.4t-:(-V'4(**-::*'-`3(4*-.:**-;X.,-:**-: :;4( **; *;X:rIAt'1***4->ti;A44--i;07-:-;,-**-ili-'4(t4t-i-i'i4t-,:**-;rtiAr-tf--;V Dodd Elementary Rachel's Challenge/KC Club Mindy Manson, City Manager 300 Country Club Road, Bldg. 100 Wylie, TX 75098 Feb ru a ry 2-3,2-01-2 Dear Ms. Manson, t dir.),0 _, r 1 i 7 C:i to 1-1 11 e---- p 1 I- p J , i . , ', fr,,old ,.„,,,,,) ,, t•-• 1-, t 1,,- ,c,, ----T / ,`) jr'r,--/ -I iji iti 07 „„) i-ine,r Qty or / , , .16 15 ..)(') 111‘,,., con co/ r\t_ r°Pie- c (I 0 fr, I o A . / - i- ii, ,,,,--::,, I 7. Sincerely, 4-1 ni P\ 1 * ***at***at***41L***,V *** ***41L***,V ***It.*** *** *** ***at***at***alt***at***at***at** (T.i A-''(-VIA It1 c:41:*4(4-, 4(4 A'-'3(7-*** (74-:*)( ** : **46-f** Dodd Elementary Rachel's Challenge/ICC Club Mindy Manson, City Manager 30CI Country Club Road, Bldg. 100 Wylie, TX 75098 February 23, 2-012 Dear Ms. Manson f I i A ,••• $ i-^P irl OS 1 '.) ‘ ilr. fttill L C I AN 41 ti n(ft.., ,01.4167) 1 ,,,, pi 1 4 J , lif y\ oN L. Al Aivo'' 1- t'''''' k 0 i It%:,,' Ckt\ii• rt V. (i, ., : p fA, :A4 .r(40 1t — t ' A ,) . - , \A 'fr '(' Trk 'i it\--r .U7.1 4 t,,-- ,, k: •i ,.:.1,1'15(\c‘ ‘ , iv) , ;.,, ,, , ) 1- 6 ..., Sincerely, *T** *7'•* �r�F* �c�F*�'�t * �c *T�cT* �c_T`* Vic * �c *^r Vic,`* '�cT�i*�'�c * Vic * �c 'T* Vic * is/ * Dodd Elementary Rachel's Challenge/KC Club Mindy Manson, City Manager 300 Country Club Road, Bldg. 100 Wylie, TX 75098 February-23, 2-012 Dear Ms. Manson, I I P12i'c`5 P6(� ire' 6ilredlOV13 TDAtle.0Ylir4,1 st '�& •06 hei SI y J/� ,l±►S ut1y Ar IU7 l s p p, l /intr +tote Ji ke 6 � f Pieta n (: $ �t 0`�".' ,f 1�S j�, ,\i n r n c,r tb j " filer fhe an S ' ,V G} iIi;7 I tOW,' +0 GAT 1 Sincerely, )1 rY111?01 f E% *jTt *.* ***,��***Y4***_�,*** *** [ *** i***T[ *** ***]T� ***.k*** *** ***YT,�*** *** ****,)* * it Dodd Elementary Rachel's Challenge/KC Club Mindy Manson, City Manager 30C) Country Club Road, Bldg. 100 Wylie, TX 75098 February--23, 2012 Dear Ms. Manson, eD\Se P(-) t (Aff)/(1)°\I 5hetter • ° in -the_ n „c,) 1 (me 0\0d PR'tY Pteose Sincerely, Nr Dodd Elementary Rachel's Challenge/KC Club Mindy Manson, City Manager 300 Country Club Road, Bldg. 100 Wylie, TX 75098 February 23, 2-012 Dear Ms. Manson, n Aels cj re, 1'0115 'c) -111 L._ Anim0, 4_, 5\ ill\ ditckr\c_ j \f'e t75 As 4f: proper \ e , )0, T k j W Sincerely, [0,-.At ***At *.*_k* .*..1t*.*.,k*,,*,,It*,,*4(.0***,,k.,*,,*jii...,*.*Ad.w*,,,,r4t.*,,*.k.,,*„*.k*.*At.*„*.At***4t*.*y*,,,,,,x*. 4c7Tf*****Ti.:4*-:04***4tri.:4-4c ri****Ci-**-4-*VI:**4C ri-** ri.:* '4-:* Dodd Elementary Rachel's Challenge/KC Club Mindy Manson, City Manager 300 Country Club Road, Bldg. 100 1...\cnoWv\y‘lii,...re, TX.7750798e orr , .,,,,), i February 23, 2012 C) 5 ion Deip. Ms. Manson, Cr- j ' I ,, ,, ,s....:,, _ , -NI fri, ,, ivy V 5(qh +hoi+- 5p y5 rAniplOtri51-Ne lit/ ,,,,,, ,t-ek (it f ) ,,A,g, $ ..../ ft LA , \„ .,, . 1'.V). 1,i)4,C7 1.)2' /./ -...4! ‘.,-, , .1, i'; ,t , ,_ • . •••,- .* c, '-' ' -' t ,--\ i- , : ! \ ,.,_,.. ! t‘.••4' * . H". - ' 1 , •,..„ ... ,... _ . i-i- N, ; ,, , u i , ),, Sincerely, V. , , is * * * * * * *** * * * * * * *** * * * * * * *** * * * * * * * * *** 4 *''�* *'L+ *',* *'f i *''�i(*. ***''�***''�***'f ***''�***'w* *''�* *''�* *''�* *''�l *'#'***'�***4 Dodd Elementary Rachel's Challenge/KC Club Mindy Manson, City Manager 300 Country Club Road, Bldg. 100 Wylie, TX 75098 February 23, 2012 Dear Ms. Manson, -,„ -- 1'10 ,,,.e -r- I „ (i (...,,t 1 ` r ) i it / 1/if C --t-'e isti S i i') S i'' i r i IA/ Vig @ ' VV 67\11 ') I_ P'QL i )''''f*- ir\ -e ,,,,- -\ 0 --) t' 0 ..,, A , V)he . . tie-3,,-'. ; . • # N, ii) r , i \ 1 i Sincerely, Ali , le i j (Ai ,ort * ****.At ***At *,,.* t ***,,tt *** it ***k ***,At *.**k***.lt ***.At ***At ***lit ***jilt *** It *,,,frt **.lrt * *-7-;;;**-3-0-*****—Ti**** ****3—f****-74-**** 1-****V#-****Ti-****Ti-**** *****-70-****—TC0-*** Dodd Elementary Rachel's Challenge/KC Club Mindy Manson, City Manager 300 Country Club Road, Bldg. 100 Wylie, TX 75098 i February 23, 2012 , _. • .4- ....,k• , . tt Dear Ms. Manson, t • -,,,, , / . - .. ,i ,„. ,,t ‘.. •'''W‘s,), a , ,!.. ,,.:. 3,. ., k•-' C f‘' 4— ' 1 , , ,,,., _ ... , , . , _..../ t kt n .,... . N.. ,. • ( Tk. . , , , li • .4.,,,,, .,..., . . . ,. „, ''' ' )...../ ..„. , '", -,r W• ,. ct 4) ;,:!*. ‘ . L) I.t 4 (,)i :i., itv , bill ,,,,4,=. , „, ,. . 7, '- 'r .' ,,.. , . ii r. ',, '. „ ., - ., Ai,,, A, i : ' 11,''' ', • 4''', I b' ' ' .., 'A . ', 1 OA , .,. , . a .4. ,- . , t ' -i ' :' ... r. , . • , x T V . ' U '' -+:4%' ' I , % '• -P • / %. ' N ', 'N. , , . , t ' r,„„ r I ra .,, •'' 0: . 4? .,t, ' ‘4, 'Th, ,-(- k '''''''. ' '' ki•i i A17 0 i\ ', ' 'i 4. •, ' I ' i a 'St1;, .‘ , -'.', *; ' '.• . vi 1 ..1 ' '•. , ., .. ''''''' ' 1 't '' ' .. - ', '',- ' '.)' 1 A4' ' ' - .'•'-' ' - ' . . , ,,,,„ ' ' c ''' - - 7 ' • h Eft. ,.4). ,., _ . . j )\‘1. Sincerely, Ic, '''.'"- 1 Wylie City Council CITY OF WY LIE Minutes Wylie City Council Meeting Tuesday, February 14, 2012 - 6:00 p.m. Wylie Municipal Complex - Council Chambers 300 Country Club Road, Bldg. 100 Wylie, TX 75098 CALL TO ORDER Announce the presence of a Quorum. Mayor Eric Hogue called the meeting to order at 6:00 p.m. City Secretary Ehrlich took roll call with the following City Council members present: Mayor Pro Tem Red Byboth (arrived at 7:00 p.m.), Councilwoman Diane Culver, Councilwoman Kathy Spillyards, Councilman Rick White, Councilman David Goss, and Councilman Bennie Jones. Staff present were: City Manager, Mindy Manson; Assistant City Manager, Jeff Butters; Police Chief, John Duscio; Finance Director, Linda Bantz; City Engineer, Chris Hoisted; Planning Director, Renae' 011ie; Public Services Director, Mike Sferra; WEDC Executive Director, Sam Satterwhite; Public Information Officer, Craig Kelly; City Secretary, Carole Ehrlich, and various support staff. INVOCATION & PLEDGE OF ALLEGIANCE Jeff Johnson of the Gateway Church gave the invocation and Pledge of Allegiance. PRESENTATIONS • Presentation of Junior Mayor for the Day. (E. Hogue, Mayor) Mayor Hogue introduced Mayor for the Day Brittanie Henry. Mayor Hogue explained Brittanie was the daughter of Kristen and Scott Henry. Brittanie had won the silent auction for Dodd Elementary where she is a student. The winner receives the designation as "Mayor for the Day." Mayor Hogue reported that Brittanie had taken the student oath of office and would be presiding along with the mayor during the council meeting. All funds raised from the silent auction go to the local campus PTA. • Presentation of Proclamation declaring February 19-25, 2012 as Severe Weather Awareness Week. (R. Corbin, Fire Chief) Minutes February 14, 2012 Wylie City Council Page 1 Mayor Hogue presented a Proclamation designating February 19-25 as Severe Weather Awareness Week. Fire Chief Duscio and Emergency Management Officer Debbie Buccino were present to accept the Proclamation. Chief Corbin cautioned resident to be aware of the bad weather months and sign up for Nixle.com which gives local severe weather updates. • Presentation by the Wylie Baseball Association to the Wylie Parks Maintenance staff. (Robert Diaz, Parks &Recreation Superintendent) Lance Wallace, representing the Wylie Baseball Softball Association, presented a plaque to the Parks and Recreation staff. Mr. Wallace thanked them for keeping the fields in excellent condition. Those present were: Robert Diaz, Parks and Recreation Supervisor; Dennis Sewell, Athletic Field supervisor; and crew members Aaron Clampitt, Ryan Shumate, Ron Thompson, Brent Stowers, and Brandon Webb. • Presentation by a member of the Collin County Master Gardener Program regarding a proposal to begin rehabilitation of the surrounding prairies on the Municipal Complex property. (M. Sferra, Public Services Director) Public Services Director Mike Sferra introduced Dave Powell representing the Blackland Prairie Chapter of the Texas Master Naturalists. Mr. Powell addressed council stating that his organization was requesting to bring back the natural prairie habitat to the areas around the Municipal Complex. He explained that his organization was made up of volunteers excited to bring natural prairie lands back to their original state. He noted that some assistance with the purchase of seeds and other supplies by the city would assist them in completing their processes. Once seeds are planted, he noted, those seeds can be harvested and planted in other areas. This would be a multiyear process and would include some nature trails and the education of the public. CITIZENS COMMENTS ON NON-AGENDA ITEMS Residents may address Council regarding an item that is not listed on the Agenda. Residents must provide their name and address. Council requests that comments be limited to three (3) minutes. In addition, Council is not allowed to converse, deliberate or take action on any matter presented during citizen participation. Bobby Heath, 205 Arborview, Wylie, and representing the Downtown Merchants Association gave an overview of the new Wylie Downtown Merchants Association budget for 2012-2013. CONSENT AGENDA All matters listed under the Consent Agenda are considered to be routine by the City Council and will be enacted by one motion. There will not be separate discussion of these items. If discussion is desired, that item will be removed from the Consent Agenda and will be considered separately. A. Consider, and act upon, approval of the Minutes of the January 24, 2012 Regular Meeting of the Wylie City Council. (C. Ehrlich, City Secretary) B. Consider, and act upon, Resolution No. 2012-03(R) ordering a General Election to be held on May 12, 2012 for the purpose of electing two (2) City Council members, Places 2 and 4, to the Wylie City Council to fill expired terms and execution of the May 12, 2012 Notice of Election. (C. Ehrlich, City Secretary) Minutes February 14, 2012 Wylie City Council Page 2 C. Consider, and act upon, an Election Contract by and between the City of Wylie and the Rockwall County Elections Administrator for administration of the May 12, 2012 Wylie General Election. (C. Ehrlich, City Secretary) D. Consider, and act upon, approval of a Preliminary Plat creating 12 commercial lots on 24.604 acres for the Woodbridge Centre Phase 1 Addition, Block B, Lots 1-12. Subject property generally located south of F.M. 544 and west of Woodbridge Parkway. (R. 011ie, Planning Director) E. Consider, and act upon, approval of a Preliminary Plat for Woodbridge Centre Phase II Addition, Block A, Lots 1 - 4, a 10.756 acre tract consisting of four lots for commercial/retail purposes. Subject property being generally located west of Woodbridge Parkway and Wylie High School and south of FM 544. (R. 011ie, Planning Director) F. Review, and place on file, the 2011 Wylie Police Department Annual Traffic Contact Report. (I Duscio, Chief of Police) G. Consider, and act upon, authorizing the City Manager to enter into a lease/purchase agreement with IBM Credit L.L.C., for the Lease/Purchase of 25 Mobile Data Computers, and 5 year warranty, for the Police and Fire Departments, at a total cost of$119,385. (I Butters, Assistant City Manager) Council Action A motion was made by Councilman White, seconded by Councilman Jones to approve the consent agenda as presented. A vote was taken and the motion passed 6-0 with Mayor pro tem Byboth absent. REGULAR AGENDA Public Hearing 1. Hold a Public Hearing and consider, and act upon, amending the zoning from Business Government (BG) District to Commercial Corridor (CC) District on 19.100 acres, generally north of FM 544 and approximately 1,700 feet east of Country Club Road (FM 1378). ZC 2012-02 (R. 011ie, Planning Director) Staff Comments Planning Director 011ie addressed council stating that the subject lot, located north of FM 544 and east of Country Club Road is 19.1 acres in size and is part of the larger 260.083 acre tract platted as Wylie Civic Center Addition. This request is to rezone Lot 4 from Business Government (BG District) to Commercial Corridor (CC District) to make it suitable for commercial development and to better conform to the current and future Comprehensive Land Use Plan as well as surrounding properties. Although part of the larger Municipal Complex tracts, this lot is separated from the Municipal Complex by a heavily populated tree line as well as the DART railroad. Because of this, Staff feels that this tract is more suitable for retail/light commercial development as opposed to open space/parkland. Minutes February 14, 2012 Wylie City Council Page 3 Understanding the need for additional parks and open space throughout the city, this tract does not fit the profile for such open space because of its immediate adjacency to a major thoroughfare (FM 544). The property was purchased from the Wells Family through the issuance of Certificates of Obligation in 2005 and not through the Trust for Public Land. Therefore, the rezoning and potential sale of the property will not adversely affect the tax-exempt status of the outstanding certificates. Public Hearinci Mayor Hogue opened the public hearing on Zoning Case 2012-02 at 6:30 p.m. asking anyone present wishing to address council on this item to come forward and limit their comments to three minutes. Anne Hiney, Parks and Recreation Board Chair, addressed council stating that although she was not in favor of using any of the Wells property where the Municipal Complex sits for any other use but parkland and nature trails, she however was in favor of this re-zoning because this piece of land was better suited for commercial use rather than parkland because of its adjacency to SH 544. She stated that she felt the funds derived from the sale of this property would also pay down the certificates of obligation outstanding for the land purchase. Mayor Hogue closed the public hearing on Zoning Case 2012-02 at 6:36 p.m. Council Action A motion was made by Councilwoman Spillyards, seconded by Councilwoman Culver to amend the zoning from Business Government (BG) District to Commercial Corridor (CC) District on 19,100 acres, generally north of FM 544 and approximately 1,700 feet east of country Club Road (FM 1378), ZC 2012-02. General Business 2. Consider, and act upon, approval of Ordinance 2012-06 adopting the Official Boundary Map of the City of Wylie, Revised May 5, 2011. (R. 011ie, Planning Director) Staff Comments Planning Director 011ie addressed council stating that pursuant to Chapter 41 of the Texas Local Government Code, a municipality must adopt by Ordinance or Resolution the Official Boundary Map of the City if its extraterritorial jurisdiction (ETJ) is expanded or reduced. 011ie reported this map will bring the boundaries and ETJ in conformance with all boundary agreements and annexations. Council Action A motion was made by Councilman White, seconded by Councilwoman Spillyards to approve Ordinance 2012-06 adopting the Official map of the City of Wylie, revised May 5, 2011. A vote was taken and the motion passed 6-0 with Mayor pro tem Byboth absent. 3. Consider, and act upon, Resolution No. 2012-07(R) suspending the March 6, 2012, effective date of Atmos Energy Corp., Mid-Tex division ("Atmos Mid-Tex") requested rate change to permit the city time to study the request and to establish Minutes February 14, 2012 Wylie City Council Page 4 reasonable rates; approving cooperation with Atmos Cities Steering Committee ("ACSC") and other cities in the Atmos Mid-Tex service area to hire legal and consulting services and to negotiate with the company and direct any necessary litigation and appeals; requiring reimbursement of cities' rate case expenses; finding that the meeting at which this resolution is passed is open to the public as required by law; requiring notice of this resolution to the company and ACSC's legal counsel. (M. Manson, City Manager) Staff Comments City Manager Manson addressed council stating that the City, along with approximately 153 other cities served by Atmos Energy Corp., Mid-Tex Division ("Atmos Mid-Tex" or "Company"), is a member of the Atmos Cities Steering Committee ("ACSC" or "Steering Committee"). On or about January 31, 2012, Atmos Mid-Tex filed with the City a Statement of Intent to increase rates within the City. Manson explained Atmos Mid-Tex filed a Statement of Intent on January 31, 2012, seeking to increase system-wide base rates (which exclude the cost of gas) by approximately $49 million or 11.94%. However, the Company is requesting an increase of 13.6%, excluding gas costs, for its residential customers. Additionally, the application would change the way that rates are collected, by increasing the residential fixed-monthly (or customer) charge from $7.50 to $18.00 and decreasing the consumption charge from $0.25 per 100 cubic feet ("ccf') to $0.07 per ccf. The purpose of the resolution is to extend the effective date of Atmos Mid-Tex's proposed rate increase to give the City time to review the rate-filing package. The resolution suspends the March 6, 2012 effective date of the Company's rate increase for the maximum period permitted by law to allow the City, working in conjunction with the other ACSC cities, to evaluate the filing, determine whether the filing complies with law, and if lawful, to determine what further strategy to pursue, including settlement and ultimately to approve reasonable rates. Council Action A motion was made by Councilwoman Culver, seconded by Councilman Jones to adopt Resolution No. 2012-07(R) suspending the March 6, 2012, effective date of Atmos Energy Corp., Mid-Tex Division ("Atmos Mid-Tex") requested rate change, as provided for in Agenda Item #3. A vote was taken and the motion passed 6-0 with Mayor pro tem Byboth absent. 4. Consider, an act upon, setting a date for a Special Council Meeting to conduct a work session and take possible action regarding the review of the proposed Code of Ethics. (M. Manson, City Manager) Staff Comments City Manager Manson addressed council stating that the Council Sub-Committee has met twice to review and discuss a proposed Code of Ethics. The Sub-Committee has agreed to a draft document to be presented to and reviewed by the entire Council during a future work session. After discussion during the work session, should the Council wish to move forward with the Code of Ethics, direction can be given to staff to begin working with the City Attorney to prepare the formal document for consideration. Minutes February 14, 2012 Wylie City Council Page 5 Council Action A motion was made by Councilwoman Culver, seconded by Councilman Jones to schedule a Special Council Meeting to conduct a work session and take possible action regarding the review of the proposed Code of Ethics for Monday February 27, 2012 at 6:00 p.m. A vote was taken and the motion passed 6-0 with Mayor pro tem Byboth absent. READING OF ORDINANCES City Secretary Ehrlich read the caption to Ordinance No. 2012-06 into the official record. WORK SESSION • Discussion regarding a proposed addition to the list of Prohibited Acts in the parks. (Robert Diaz, Parks &Recreation Superintendent) Parks and Recreation Superintendent Diaz and Shohn Rodgers, Parks Supervisor, presented the reasoning for an amendment to the prohibited acts ordinance. He explained that the youth leagues had some concerns regarding dogs in playing and spectator areas causing distractions to participants and children/parents watching the games. Council discussed the issues involved with the inclusion of these restrictions, staff needed to bring back an ordinance amendment that kept domestic animals out of specifically described areas and not the parks in general. The council also discussed concerns with enforcing new restrictions and how that would affect the public safety. Mayor Pro Tem Byboth stated that it was really a matter of common sense by the public. Direction from council was for staff to bring back a proposal with specific areas and/or times in mind for further discussion. • Discussion regarding a tree preservation Ordinance. (Robert Diaz, Parks & Recreation Superintendent) Parks and Recreation Superintendent Diaz and Shohn Rodgers, Parks Supervisor presented the tree preservation Ordinance for review by the council and asked for feedback. Council members commented on Section 78-252 and Section 78-255 that pertained to the powers of the "Director" which would be designated as Mike Sferra, Public Services Director. Several council members commented that they preferred a "checks and balances" approach where the "Director" would not be the only official designated with the power to cut down or maintain trees. Mayor Hogue specifically asked staff to also look at designating certain public trees in ordinance that would have special status, i.e. the pecan tree in front of the new Municipal Complex. Mayor pro tem Byboth also commented on Section 78-256 regarding the height requirements in the parkway, he noted that these might need to be increased to accommodate large trucks such as moving vans and delivery trucks. Direction from council was to revise the draft ordinance with the items discussed for further consideration at a future meeting. Minutes February 14, 2012 Wylie City Council Page 6 • Discussion of TxDOT landscape plans for State Highway 78. (M. Sferra, Public Services Director) Public Services Director Mike Sferra addressed council presenting the TxDOT plan for Highway 78. He noted that Patrick Haigh, landscape architect for TxDOT, was unable to attend. Sferra showed the layouts of the medians on SH 78 in the City and noted that median plantings would be sectioned giving interest to the landscape. Many of the plant materials to be used were heat tolerant and water conservative with natural grasses being a big part of the overall landscape plan. Councilwoman Spillyards commented that she would like to see some areas of decomposed granite/colored concrete/stamped concrete in the medians similar to a landscape she saw in Carrollton/Coppell area near Sandy Lake Road. She also suggested median trees be staggered to create some better visual effect then just being centered on the median. Councilwoman Culver suggested establishing areas for wildflowers. Parks Board member Jeff Harris suggested using different caliper trees to mix in the project. Staff commented that all suggestions would be forwarded to TxDOT for further consideration. Mayor Hogue convened into Executive Session at 8:22 p.m. reading the exceptions below. EXECUTIVE SESSION Recess into Closed Session in compliance with Section 551.001, et.seq. Texas Government Code, to wit: S 551.087(Economic Development); Closed Session of the Local Government Code, Vernon's Texas Code Annotated (Open Meeting Act): consideration of issues surrounding a Performance Agreement between the Wylie Economic Development Corporation and Project Infill. S 551.087 (Economic Development); Closed Session of the Local Government Code, Vernon's Texas Code Annotated (Open Meeting Act): consideration of issues surrounding a Performance Agreement between the Wylie Economic Development Corporation and CSD Woodbridge, LLC. S 551.072 (Real Property); Closed Session of the Local Government Code, Vernon's Texas Code Annotated (Open Meeting Act): consideration of issues surrounding a Purchase Agreement between the Wylie Economic Development Corporation and Duel Products, Inc. Mayor Hogue convened into Regular Session at 8:40 p.m. RECONVENE INTO REGULAR SESSION Take any action as a result of executive session. No action was taken as a result of Executive Session. Minutes February 14, 2012 Wylie City Council Page 7 ADJOURNMENT With no further business before the Wylie City Council, a motion was made by Councilman Jones, seconded by Councilwoman Spillyards to adjourn the meeting at 8:43 p.m. A vote was taken and the motion passed 7-0. Eric Hogue, Mayor ATTEST: Carole Ehrlich, City Secretary Minutes February 14, 2012 Wylie City Council Page 8 Wylie City Council CITY OF WYLIE AGENDA REPORT q Meeting Date: February 28, 2012 Item Number: B. Department: Finance (City Secretary's Use Only) Prepared By: Finance Account Code: Date Prepared: February 17, 2012 Budgeted Amount: Revenue and Expenditure Exhibits: Monthly Report Subject Consider, and place on file, the City of Wylie Monthly Revenue and Expenditure Report for January 31, 2012. Recommendation Motion to accept and place on file, the City of Wylie Monthly Revenue and Expenditure Report for January 31, 2012. Discussion The Finance Department has prepared the attached reports for the City Council as required by the City Charter. Approved By Initial Date Department Director LB 2/17/12 City Manager MM 2/23/12 Page 1 of 1 CITY OF WYLIE MONTHLY FINANCIAL REPORT January 31,2012 ANNUAL CURRENT YTD ACTUAL Benchmark BUDGET MONTH ACTUAL YTD ACTUAL AS A PERCENT 33.33% ACCOUNT DESCRIPTION 2011-2012 2011-2012 2011-2012 OF BUDGET GENERAL FUND REVENUE SUMMARY TAXES 17,069,720 5,434,158 13,042,082 76.40% A FRANCHISE FEES 2,241,000 34,411 63,676 2.84% B LICENSES AND PERMITS 411,000 51,800 150,394 36.59% INTERGOVERNMENTAL REV. 600,272 63,653 184,622 30.76% SERVICE FEES 2,716,000 250,151 711,916 26.21% C FINES AND FORFEITURES 307,000 23,420 88,924 28.97% INTEREST INCOME 19,000 1,428 3,499 18.42% D MISCELLANEOUS INCOME 335,500 3,783 72,546 21.62% OTHER FINANCING SOURCES 1,681,997 1,681,997 1,681,997 100.00% REVENUES 25,381,489 7,544,801 15,999,656 63.04% USE OF FUND BALANCE 934,010 NA NA NA E TRANSFER FROM EMERGENCY COMMUNICATIONS 248,224 NA NA NA TOTAL REVENUES 26,563,723 NA NA NA GENERAL FUND EXPENDITURE SUMMARY CITY COUNCIL 82,681 4,161 27,840 33.67% CITY MANAGER 700,600 56,516 225,948 32.25% CITY SECRETARY 252,154 19,708 75,966 30.13% CITY ATTORNEY 128,000 4,143 22,105 17.27% FINANCE 893,964 78,573 312,754 34.99% FACILITIES 467,209 30,907 104,262 22.32% MUNICIPAL COURT 279,959 23,233 76,589 27.36% HUMAN RESOURCES 201,183 16,425 71,541 35.56% PURCHASING 118,314 35,948 65,612 55.46% F INFORMATION TECHNOLOGY 981,411 43,896 401,562 40.92% POLICE 5,658,953 447,454 1,950,975 34.48% FIRE 5,771,680 492,354 2,055,925 35.62% EMERGENCY COMMUNICATIONS 1,153,663 69,740 321,982 27.91% ANIMAL CONTROL 331,331 28,172 101,671 30.69% PLANNING 485,760 39,685 152,717 31.44% BUILDING INSPECTION 681,298 63,514 227,132 33.34% CODE ENFORCEMENT 253,671 18,813 68,670 27.07% STREETS 1,306,972 276,628 544,017 41.62% PARKS 1,563,859 131,712 468,783 29.98% RECREATION 212,050 150 1,130 0.53% LIBRARY 1,386,731 101,798 486,485 35.08% COMBINED SERVICES 3,652,280 585,012 1,205,024 32.99% TOTAL EXPENDITURES 26,563,723 2,568,542 8,968,690 33.76% REVENUES OVER/(UNDER)EXPENDITURES 0 4,976,259 7,030,966 29.27% A. Property Tax Collections for FY11-12 as of January 31 are 89.38%,in comparison to FY10-11 for the same time period 84.28%. B. Franchise Fees:The majority of franchise fees are recognized in the third and fourth quarter with electric fees making up the majority. C.Service Fees:Trash fees billed in October are applicable towards FY 2010-11 revenue with the remaining fees coming from WAVE and other seasonal fees. D.Interest Income: In relation to the last 12 months the current interest is in line with projections. E. Use of Fund Balance:to supplement Debt Service and Replacement/New Fleet and Equipment. F. Due to the retirement of Purchasing Agent,and subsequent hire of a new employee,expenses have exceeded the original budget amount. CITY OF WYLIE MONTHLY FINANCIAL REPORT January 31,2012 ANNUAL CURRENT YTD ACTUAL Benchmark BUDGET MONTH ACTUAL YTD ACTUAL AS A PERCENT 33.33% ACCOUNT DESCRIPTION 2011-2012 2011-2012 2011-2012 OF BUDGET UTILITY FUND REVENUES SUMMARY SERVICE FEES 10,341,000 809,839 2,697,663 26.09% INTEREST INCOME 15,000 1,082 4,166 27.77% MISCELLANEOUS INCOME 35,000 3,149 13,483 38.52% OTHER FINANCING SOURCES 0 0 0 0.00% TOTAL REVENUES 10,391,000 814,070 2,715,312 26.13% G UTILITY FUND EXPENDITURE SUMMARY UTILITY ADMINISTRATION 295,050 18,272 131,196 44.47% UTILITIES-WATER 1,116,406 78,904 349,066 31.27% CITY ENGINEER 438,935 30,241 130,062 29.63% UTILITIES-SEWER 660,027 35,395 219,800 33.30% UTILITY BILLING 597,373 43,251 211,240 35.36% COMBINED SERVICES 9,053,765 2,294,533 4,705,600 51.97% TOTAL EXPENDITURES 12,161,556 2,500,596 5,746,964 47.26% REVENUES OVER/(UNDER)EXPENDITURES -1,770,556 -1,686,526 -3,031,652 -21.12% H G.Most Utility Fund Revenue billed in October are applicable to FY 2010-11. H.Use of Fund Balance for Public Works Building renovations approved with Water Rate Study and Community Park Utility Infrastructure. Wylie City Council CITY OF WYLIE AGENDA REPORT q Meeting Date: February 28, 2012 Item Number: C. Department: Finance (City Secretary's Use Only) Prepared By: Finance Account Code: Date Prepared: February 17, 2012 Budgeted Amount: Exhibits: Investment Report Subject Consider, and place on file, the City of Wylie Monthly Investment Report for January 31, 2012. Recommendation Motion to accept and place on file, the City of Wylie Monthly Investment Report for January 31, 2012. Discussion The Finance Department has prepared the attached reports for the City Council as required by the City Charter. Approved By Initial Date Department Director LB 2/17/12 City Manager MM 2/23/12 Page 1 of 1 2011-2012 Investment Report January 31, 2012 Money Market Accounts: MMA Certificates of Deposit: CCD Treasury Bills: T-Bills Treasury Notes: T-Notes Government Agency Notes: AN Invest. Principal Type Of Interest Purchase Maturity Number Amount Security Rate Issuer Date Date 1 $46,820,345.52 MMA 0.0875% Texpool 12/31/2006 NA 2 $15,012,234.61 MMA 0.0902% TexStar 3/15/2011 NA $61,832,580.13 Total Weighted Average Coupon: 0.09% Money Markets: $61,832,580.13 Weighted Average Maturity(Days): 1.00 Certificates of Deposits: $0.00 $61,832,580.13 Wylie City Council CITY OF VVYLIE AGENDA REPORT Meeting Date: February 28, 2012 Item Number: D. Department: WEDC (City Secretary's Use Only) Prepared By: Sam Satterwhite Account Code: Date Prepared: February 10, 2012 Budgeted Amount: Exhibits: 1 Subject Consider, and place on file, the Monthly Revenue and Expense Report for the Wylie Economic Development Corporation as of January 31, 2012. Recommendation Accept, and place on file, the Monthly Revenue and Expense Report for the Wylie Economic Development Corporation as of January 31, 2012. Discussion The Wylie Economic Development Corporation (WEDC) Board of Directors approved the attached financials on February 17, 2012. Approved By Initial Date Department Director SS 2-10-12 City Manager MM 2/23/12 Page 1 of 1 2-09-2012 :1:i3 �M CIT_Y CF WYLiE PAGE: 1 3PLP.NCE SN�ET AS OF: JANOARY 315T, ?Oi2 � 111-WYLIE ECONOMIC DEVEL CORP ACCuCNT# TITLr. ASS�TS i000-10i'_0 CLAIM ON CASH AVD ::ASH EQJIV. 1,274,073.?4 i000-10115 CAS� - �IEDC - INWOOD O.CO 1000-1�135 �NWCOD BANK - ESCRCW 0.00 "�i600-1�180 DEPOSITS 2,C00.00 1000-10195 OTHER - �1ISC CLEA�ING 295.26 '_�OOJ-1D39"��_ TEXPOCL O.CO 1000-1�393 LOGIC C.00 1000-1G4�1 INTEREST RECEIVABL� 0.00 yO00-1'_�11 ACCTS R�C - NiiSC ( O.GL) '�000-1i�17 ACC75 R�C - SAL.=S TPJ{ 0.00 1000-12fi10 �EASE ?AYMENTS RECEIVAS��E 7,03�,957.�70 i000-12�9c LCAV REC - JAC03Y C.CO i000-12997 ACCiS REC - JT*I T°CH 0.00 i000-12998 ���CTS REC - SA�'A�� 240,824.58 ":G00-14112 INVENTORY - MATERIAL/ SUPPI,Y 0.00 �'_000-14116 INVENTO�cY - L_AND & BU�LDINGS 2,296,5�2.3'7 7.000-14i13 iNVEIdTORY - BAYCO/ SANDEN BLGD 0.00 1000-143i0 PREPASD EX°ENSES - MISC C_CO 1000-149"_0 DErERRED CHARG�S 64?,943.40 _1,493,636.?3 TOTAL ASSETS 1i,493,635.73 LIPBILIT�ES 2000-20i10 FEDERAL INCOME TAX PAYABLE 0.00 2000-201'il MEDICARE PAYABLE G.G� 2000-2G'�i2 CriILD SL'PPORT PA`!ABLE C.00 2000-20113 CRcDIT UNION PAYABLE O.CO 2000-201:9 IRS LEV° PAYA3LE ^.GO 2000-201i5 �7ATIOiGNi=DE DEFF.RRED COMP 0.00 2000-2C_='o HE�LTH 7NSUR PAY-EMFLOYEE ( 293.66) 2000-2C1'_7 TMRS PAYABLE 0.00 2000-2C118 RO^H IRA PAYABLE 0.00 2000-2�'�_'�9 WORKERS CCMP PAYA3LE G_GO 2000-20'�.20 FICA PAYABLE C.GO 2000-20121 T�C PAYABLE C.CO 2000-20122 STUDENT LOAN LEJY PAYABLE G.CO 2000-2^123 ALIMOVY ?AYABLE G.GO 2000-2C124 BANKRU?TC: PAYA3LE O.GO 2000-2G125 VALIC DEFERRED CCMP O.GO 2000-20?26 ICMA PAYABLE O.CO 2000-20i30 FLEXi3LE SPEND=NG ACCOUNT 1,949.%3 2000-20132 EMP CARS FLITE 12.G0 2000-20i5i ACCRJED WAGES PAYABLE O.GD 2000-20180 BDDIT EMPLOYEE INSUR PAY O.G� 2000-20199 MIS� P?1YROLL PAYABLE O.CO 2000-20201 AP PENDING [,�73.?6 2000-202i0 ?�CCOUNTS PAYABL° 58,919.54 2000-2G530 PROP�RTY TAXES PAYABLE 0.00 2-09-2012 11:18 AM CITY OF WYLIE PAGE: 2 BALANCE SHEET AS OF: JANUARY 31ST, 2012 111-WYLIE ECONOMIC REVEL CORP ACCOUNT# TITLE 2030-20540 NOTES PAYABLE 641,943.43 2000-20810 DUE TO GENERAL FUND 0.00 2000-22270 DEFERRED REVENUE 141,907.38 2000-22275 DEFERRED REV - LEASE PRINCIPAL 6,100,853.19 2000-22280 DEFERRED REVENUE - LEASE INT 977,814.81 2000-22915 RENTAL DEPOSITS 2,800.00 TOTAL LIABILITIES 7,928,693.20 EQUITY 1000-34110 FUND BALANCE - RESERVED 488,181.60 3000-34590 FUND BALANCE-UNRESERV/UNDESIG 3,269,210.27 TOTAL BEGINNING EQUITY 3,757,391.87 TOTAL REVENUE 375,378.28 TOTAL EXPENSES 567,823.62 REVENUE OVER/(UNDER) EXPENSES ( 192,445.34) TOTAL EQUITY & OVER/(UNDER) 3,564,946.53 TOTAL LIABILITIES, EQUITY & OVER/(UNDER) 11,493,636.73 2-09-2012 11:18 AM CITY OF WYLIE PAGE: 1 BALANCE SHEET AS OF: JANUARY 31ST, 2012 922-GEN LONG TERM DEBT (WEDC) ACCOUNT# TITLE ASSETS 1000-10312 GOVERNMENT NOTES C.00 1000-18110 LOAN - WEDC 0.00 1000-18120 LOAN - BIRMINGHAM 0.00 1000-18210 AMOUNT TC BE PROVIDED 0.00 1000-18220 BIRMINGHAM LOAN 0.00 0.00 TOTAL ASSETS 0.00 LIABILITIES 2000-20310 COMPENSATED ABSENCES PAYABLE 47,002.56 2000-20311 COMP ABSENCES PAYABLE-CURRENT 0.00 2000-21410 ACCRUED INTEREST PAYABLE 0.00 2000-28205 WEDC LOANS - CURRENT 205,002.31 2000-28220 BIRMINGHAM LOAN 0.00 2000-28230 INW00D LOAN 0.00 2000-28235 ANB LOAN 289,748.24 2000-28236 ANB CONSTRUCTION LOAN 4,645,740.78 2000-28240 HUGHES LOAN153,598.50 2000-28250 CITY OF WYLIE LOAN 0.60 2000-28260 PRIME RUTS LOAN 0.00 2000-28270 BOWLAND/ANDERSON LOAN 0.60 2000-28280 CAPITAL ONE CAZAD LOAN 0.00 TOTAL LIABILITIES 5,341,092.39 EQUITY 3000-34590 FUND BALANCE-UNRESERV/UNDESIG( 5,446,283.60) TOTAL BEGINNING EQUITY ( 5,446,283 60) TOTAL REVENUE 0.00 TOTAL EXPENSES ( 105,191.21) REVENUE OVER/(UNDER) EXPENSES 105,191.21 TOTAL EQUITY & OVER/(UNDER) ( 5,341,092.39) TOTAL LIABILITIES, EQUITY & OVER/(UNDER) 0.00 2-10-2012 04:21 PM CITY OF WYLIE PAGE: 1 REVENUE AND EXPENSE REPORT - (UNAUDITED) AS OF: JANUARY 31ST, 2012 111-WYLIE ECONOMIC DEVEL CORP FINANCIAL SUMMARY CURRENT CURRENT PRIOR YEAR Y-T-D Y-T-D BUDGET S OF BUDGET PERIOD PC ADJUST. ACTUAL ENCUMBRANCE BALANCE BUDGET REVENUE SUMMARY TAXES 1,663,889.00 _18,l7b.L', 0.00 230,831.49 0.00 1,433,037,.51 13.87 INTEREST INCOME 281,260.00 10,769.25 0.00 43,314.58 0.00 237,945.42 15.40 MISCELLANEOUS INCOME 90,882.00 5,799.98 0.00 22,044.29 0.00 68,837.71 24.26 OTHER FINANCING SOURCES 209,930.00 30,040.85 0.00 119,849.92 0.00 90,080.08 57.09 TOTAL REVENUES 2,245,961.00 164,785.35 C.00 416,060.28 0.00 1,829,900.72 18.52 EXPENDITURE SUMMARY DEVELOPMENT CORP-WEDC 2,767,766.00 143,213.19 1.03 521,223.12 3,215.20 2,243,327.68 18.95 TOTAL EXPENDITURES 2,767,766.00 143,213.19 0.00 521,223.12 3,215.20 2,243,327.63 18.95 REVENUE OVER/(UNDER) EXPENDITURES ( 521,805.00) 21,372.16 0.00 ( 105,162.84) ( 3,215.20) ( 413,426.96) 20.77 2-10-2012 04:21 PM CITY OF WYLIE PAGE: 2 REVENUE AND EXPENSE REPORT - (UNAUDITED) AS CF: JANUARY 31ST, 2012 111-WYLIE ECONOMIC REVEL CORP REVENUES CURRENT CURRENT PRIOR YEAR Y-T-D Y-T-D BUDGET 6 OF BUDGET PERICD PO ADJUST. ACTUAL ENCUMBRANCE BALANCE BUDGET TAXES 4000-40150 REV IN LEIU OF TAXES 155,889.00 0.00 0.00 0.00 0.00 155,889.00 0.00 4000-40210 SALES TAX ,508,000.00 118,175.27 0.00 230,851.49 0.00 1,277,148.51 15.31 TOTAL TAXES 1,663,889.00 118,135.27 0.00 230,851.49 0.00 1,433,037.51 13.87 INTEREST INCOME 4000-46050 CERTIFICATE OF DEPOSIT 0.00 0.00 0.00 0.00 0.00 0.00 0.00 4000-46110 ALLOCATED INTEREST EARNINGS 3,000.00 128.10 C.00 436.50 0.00 2,563.50 14.55 4000-46140 TEXPOOL INTEREST 0.00 0.00 0.00 0.00 0.00 0.00 0.00 4000-46143 LOGIC INTEREST 0.0C 0.00 0.00 0.00 0.00 0.00 0.00 4000-46150 INTEREST EARNINGS 278,260.0C 10,641.15 0.00 42,878.08 0.00 235,381.92 15.41 4000-46210 BANK MONEY MARKET INTEREST 0.00 0.00 0.00 0.00 0.00 0.00 0.00 TOTAL INTEREST INCOME 281,260.00 10,769.25 0.00 43,314.58 0.00 237,945.42 15.40 MISCELLANEOUS INCOME 4000-48110 RENTAL INCOME 88,482.00 5,800.00 0.00 21,200.00 0.00 67,282.00 23.96 4000-48310 RECOVERY - PRIOR YEAR EXPEN 0.00 0.00 0.00 0.00 0.00 0.00 0.00 4000-48410 MISCELLANEOUS INCOME 2,400.00 ( 0.02) 0.00 844.29 0.00 1,555.71 35.18 4000-48430 GAIN/LOSS SALE OF CAP ASSET 0.00 0.00 0.00 0.00 0.00 0.00 _ 0.00 TOTAL MISCELLANEOUS INCOME 90,882.00 5,799.98 0.00 22,044.29 0.00 68,837.71 24.26 OTHER FINANCING SOURCES 4000-49160 TRANSFER FROM GENERAL FUND 0.00 0.00 0.00 0.00 0.00 0.00 0.00 4000-49325 BANK NOTE PROCEEDS 0.00 0.00 0.00 0.00 0.00 0.00 0.00 4000-49550 LEASE PRINCIPAL PAYMENTS (0 209,930.00 30,040.85 0.00 119,849.92 0.00 90,080.08 57.09 TOTAL OTHER FINANCING SOURCES 209,930.00 30,040.85 0.00 119,849.92 0.00 90,080.08 57.09 TOTAL REVENUES 2,245,961.30 164,785.35 0.00 416,060.28 0.00 1,829,900.72 18.52 2-10-2012 04:21 PM CITY OF WYLIE PAGE: 3 REVENUE AND EXPENSE REPORT - (UNAUDITED) AS OF: JANUARY 31ST, 2012 111-WYLIE ECONOMIC REVEL CORP DEVELOPMENT CORP-WEDC DEPARTMENTAL EXPENDITURES CURRENT CURRENT PRIOR YEAR Y-T-D Y-T-D BUDGET S OF BUDGET PERIOD PC ADJUST. ACTUAL ENCUMBRANCE BALANCE BUDGET • PERSONNEL SERVICES 5611-51110 SALARIES 172,370.00 13,259.24 0.00 53,036.96 0.00 119,333.04 30.77 5611-51130 OVERTIME 0.00 0.00 0.00 0.00 0.00 0.00 0.00 5611-51140 LONGEVITY PAY 1,057.00 0.00 0.00 1,060.00 0.00 ( 3.00) 100.28 5611-51145 SICK LEAVE BUYBACK 0.00 0.00 0.03 0.00 0.00 0.00 0.00 5611-51160 CERTIFICATION INCENTIVE 0.00 0.00 0.00 0.00 0.00 0.00 0.00 5611-51170 PARAMEDIC INCENTIVE 0.00 0.00 0.G0 C.00 0.00 0.00 0.00 5611-51210 CAR ALLOWANCE 11,320.00 870.78 C.CO 3,483.12 0.00 7,836.88 30.77 5611-51220 PHONE ALLOWANCE 3,456.0E 864.00 0.00 1,661.52 0.00 1,794.48 48.08 5611-51230 CLOTHING ALLOWANCE 0.00 0.00 0.00 0.00 0.00 0.00 0.00 5611-51310 TMRS 21,771.00 1,784.64 0.00 7,209.42 0.00 14,561.58 33.11 5611-51410 HOSPITAL & LIFE INSURANCE 27,260.00 3,581.14 0.00 8,907.57 0.00 18,352.43 32.68 5611-51420 LONG-TERM DISABILITY 983.00 76.44 0.00191.10 0.00 791.90 19.44 56611-51440 FICA 10,687.00 843.16 0.00 1,578.26 0.00 9,108.74 14.77 5611-51450 MEDICARE 2,500.00 197.18 0.00 821.37 0.00 1,678.63 32.85 56 1-51470 WORKERS COMP PREMIUM 656.00 0.00 0.00 555.41 0.00 10C.59 84.67 5611-51480 UNEMPLOYMENT COMP (TWO) 540.0E 0.00 0.00 0.00 C.00 540.0G 0.00 TOTAL PERSONNEL SERVICES 252,600.O0 21,476.58 0.00 78,504.73 0.00 174,095.27 31.08 SUPPLIES 5611-52010 0=FICE SUPPLIES 5,000.0C 96.58 0.00 780.17 1,615.88 2,603.95 47.92 5611-52040 POSTAGE & FREIGHT 980.00 21.42 0.00 141.28 2.68 836.04 14.69 5611-52130 TOOLS/ EQUIP - UNDER $100 O.000 0.00 0.00 0.00 0.00 0.00 0.00 5611-52810 FOOD SUPPLIES 5,000.00 19.45 0.00 689.38 327.45 3,983.17 20.34 5611-52990 OTHER 0.00 0.00 0.00 0.00 0.00 0.00 0.00 TOTAL SUPPLIES 10,980.0E 137.45 0.00 1,610.83 1,946.01 7,423.16 32.39 MATERIALS FOR MAINTENANC 5611-54630 TOOLS & EQUIPMENT 0.0E 0.00 0.00 0.00 0.00 0.00 0.00 5611-54810 COMPUTER HARD/SOFTWARE 3,000.00 54.00 C.00 204.00 0.00 2,796.00 6.80 5611-54990 OTHER 0.00 0.00 C.00 0.00 0.00 0.00 0.00 TOTAL MATERIALS FOR MAINTENANC 3,000.00 54.00 C.00 204.00 0.00 2,796.00 6.80 CONTRACTUAL SERVICES 5611-56030 INCENTIVES 1,031,378.00 50,871.40 0.03 93,578.02 0.00 937,799.98 9.07 5611-56040 SPECIAL SERVICES 130,789.00 257.50 0.00 3,061.50 0.00 177,727.50 1.69 5611-56080 ADVERTISING 26,800.00 1,000.00 0.00 5,045.00 0.00 21,755.00 18.82 5611-56090 COMMUNITY DEVELOPMENT 34,250.00 2,470.00 C.00 21,873.08 0.00 12,376.92 63.86 5611-56110 COMMUNICATIONS 3,780.00 316.12 0.00 1,242.90 125.08 2,412.02 36.19 5611-56180 RENTAL 22,600.00 2,087.60 0.00 9,496.92 0.00 13,103.08 42.02 5611-56210 TRAVEL & TRAINING 22,737.00 31.94 0.00 1,857.85 1,069.11 19,860.04 12.84 5611-56250 DUES & SUBSCRIPTIONS 8,803.00 380.00 0.00 2,210.00 75.00 6,518.00 25.96 5611-5631.0 INSURANCE 303.00 0.00 0.00 0.00 0.00 303.00 0.00 5611-56510 AUDIT & LEGAL SERVICES 42,750.00 5,169.58 C.00 28,672.25 0.00 14,077.75 67.07 5611-56570 ENGINEERING/ARCHITECTURAL 37,000.00 0.00 0.00 920.00 0.00 36,080.00 2.49 5611-56610 UTILITIES-ELECTRIC 3,530.00 148.11 0.00 412.8C 0.00 3,087.20 11.79 TOTAL CONTRACTUAL SERVICES 1,414,740.00 62,732.25 0.00 168,370.32 1,269.19 1,245,100.49 11.99 2-10-2012 04:21 PM CITY OF WYLIE PAGE: 4 REVENUE AND EXPENSE REPORT - (UNAUDITED) AS OF: JANUARY 31ST, 2012 111-WYLIE ECONOMIC DEVEL CORP DEVELOPMENT CORP-WEDC DEPARTMENTAL EXPENDITURES CURRENT CURRENT PRIOR YEAR Y-T-D Y-T-D BUDGET I OF BUDGET PERIOD PC ADJUST. ACTUAL ENCUMBRANCE BALANCE BUDGET DEBT SERVICE & CAP. REPL 5611-57110 DEBT SERVICE 635,846.00 52,812.91 0.00 251,933.24 0.00 383,912.76 39.62 5611-57710 BAD DEBT EXPENSE 0.00 0.00 0.00 0.00 0.00 0.00 0.00 TOTAL DEBT SERVICE & CAP. REPL 635,846.00 52,812.91 0.00 251,933.24 0.00 383,912.76 39.62 CAPITAL OUTLAY 5611-58110 LAND-PURCHASE PRICE 389,000.00 1,000.00 0.00 1,000.00 0.00 388,000.00 0.26 5611-58120 DEVELOPMENT FEES 0.00 0.00 0.00 0.00 0.00 0.00 0.00 5611-58210 STREETS & ALLEYS 40,000.00 0.00 C.00 0.00 0.00 40,000.00 0.00 5611-58810 COMPUTER HARD/SOFTWARE 2,000.00 0.00 0.00 0.00 0.00 2,000.00 0.00 5611-58830 FURNITURE & FIXTURES 14,600.00 0.00 0.00 14,603.00 0.00 0.00 100.00 5611-58910 BUILDINGS 0.00 0.00 0.00 0.00 0.00 0.00 0.00 5611-58995 CONTRA CAPITAL OUTLAY 0.00 0.00 0.00 0.00 0.00 0.00 0.00 TOTAL CAPITAL OUTLAY 445,600.00 1,000.00 0.00 15,600.00 0.00 430,000.00 3.50 OTHER FINANCING (USES) 5611-59111 TRANSFER TO GENERAL FUND 5,000.00 5,000.00 0.00 5,00,0.00 0.00 0.00 100.00 56611-59190 TRANSFER TO THORUGHFARE IMP 0.00 0.00 C.CO 0.00 0.00 0.00 0.00 5611-59990 PROJECT ACCOUNTING 0.00 0.00 0.00 0.00 0.00 0.00 0.00 TOTAL OTHER FINANCING (USES) 5,000.00 5,000.00 0.00 5,300.00 0.00 0.00 100.00 TOTAL DEVELOPMENT CORP-WEDC 2,767,766.00 143,213.19 0.00 521,223.12 3,215.20 2,243,327.6E 18.95 TOTAL EXPENDITURES 2,767,766.00 143,213.19 0.00 521,223.12 3,215.20 2,243,327.68 18.95 REVENUE OVER (UNDER) EXPENDITURES ( 521,805.00) 21,572.16 0.00 ( 105,162.84) ( 3,215.20) ( 413,426.96) 20.77 '* END OF REPORT II- Wylie Economic Development Corporation Balance Sheet Sub ledger January 31, 2012 Notes Payable Date of Rate of Purchase Payment Beginning Bal. Principal Interest Interest Principal Balance December 31, 2011 $5,348,119.86 Hughes (#66 of 120) 7/25/06 3,676.29 180,366.64 2,924.77 751.53 5.00 177,441.87 ANBTX(#15 of 60) 10/28/10 8,454.82 353,528.83 6,954.61 1,500.21 4.95 346,574.22 ANBTX-ACE(#6 of 180) 8/1/11 40,681.80 4,787,452.22 17,001.53 23,680.27 5.75 4,770,450.69 January 31, 2012 26,880.91 $25,932.01 $5,294,466.78 Note: Principal and Interest payments vary by date of payment. Wylie Economic Development Corporation Inventory Subledger January 31, 2012 Inventory-Land Date of Pur. Address Acreage Improvements Cost Basis Value Sq. Ft. McMasters 7/12/05 709 Cooper 0.48 n/a 202,045.00 Heath 12/28/05 706 Cooper 0.46 32,005 3,625 186,934.22 Perry 9/13/06 707 Cooper 0.491 n/a 200,224.00 Bowland/Anderson 10/9/07 Cooper Dr. 0.372 n/a 106,418.50 KCS 8/1/08 Cooper Dr. 0.406 n/a 60,207.87 Hughes 7/25/06 211 -212 Industrial 0.74 209,801 10,000 420,361.21 R.O.W. 0.18 41,585.26 Prime Kuts 10/8/07 207 Industrial 0.20 182,223 4,550 229,284.00 R.O.W. 0.11 n/a 77,380.45 Cazad 3/17/08 210 Industrial 0.27 128,083 3,900 200,781.55 Ferrell 9/29/05 2806 F.M. 544 1.09 n/a 239,372.00 Sale of R.O.W. 2/14/07 -0.09 -20,094.48 Crossroads 6/12/09 2804 F.M. 544 0.44 24,696 4,750 171,842.02 Regency Pk. 6/4/10 25 Steel Road 0.65 n/a 25,170.77 Premier Plaza 8/26/05 Martinez Lane 25.00 n/a -639,000.00 Sale to Savage 5/28/08 -3.87 -98,917.20 SAF-Holland 12/14/10 Martinez Lane 1.33 n/a -225,514.65 ACE Martinez Lane 22.44 96,000 Premier Industrial Park 7/12/07 Hensley 3.2 n/a 155,000.00 Total 53.88 576,808 122,825 2,296,512.37 *A Journal entry was made by auditors to adjust the cost of the Hughes land by$4,638.79. This amount was for taxes owed and therefore not part of the land value. *Prime Kuts total purchase price was$306,664.45. The distribution between 207 Industrial and R.O.W. purchased was developed by Seller for tax purposes. *Should lease to term and not execute purchase option, WEDC liable to reimburse ACE for Holland property purchase ($112,500). Wylie Economic Development Corporation AVOIDED TAX SUB LEDGER-Ascend Custom Extrusion January, 2012 2011 Amt. Received COW Tax WISD Tax 1/5 of July COW 1/5 of July WISD Total Payment August 4,257.03 7,766.75 851.41 1,553.35 14,428.54 September 4,257.03 7,766.75 851.41 1,553.35 14,428.54 October 4,257.03 7,766.75 851.41 1,553.35 14,428.54 November 4,257.03 7,766.75 851.41 1,553.35 14,428.54 December 4,257.03 7,766.75 851.41 1,553.35 14,428.54 Total 21,285.15 38,833.75 4,257.05 7,766.75 72,142.70 2012 Amt. Received COW Tax WISD Tax Total Payment January 4,257.03 7,766.75 12,023.78 WYLIE ECONOMIC DEVELOPMENT CORPORATION SALES TAX REVENUE FOR THE MONTH OF FEBRUARY 2012 MONTH WEDC WEDC WEDC DIFF % DIFF 2010 2011 2012 11 VS 12 11 VS 12 DECEMBER $81,014 $103,687 $112,676 $8,989 11.10% JANUARY 91,593 100,999 118,175 17,176 17.01% FEBRUARY 153,281 158,204 171,759 13,555 8.57% MARCH 89,717 104,670 APRIL 89,119 98,463 MAY 144,953 158,379 JUNE 111,174 116,832 J U LY 99,065 119,527 AUGUST 144,373 157,310 SEPTEMBER 98,102 123,153 OCTOBER 96,010 118,827 NOVEMBER 145,337 163,346 Sub-Total $1,343,739 $1,523,400 $402,610 $39,720 10.95% AUDIT ADJ TOTAL $1,343,739 $1,523,400 $402,610 $39,720 10.95% WEDC SALES TAX ANALYSIS $200,000 ________.___ _._._� $180,000 $160,000 $140,000 n $100,000 c 1 02011 $80,000 1 ■2012 4 5 $60,000 $40,000 y $20,000 �: $0 .0 ', , - Z` Z' 5 _ N c T N N a, N EC W Q -J m E O E N Wylie City Council LIE AGENDA REPORT CITY OF WY Meeting Date: February 28, 2012 Item Number: E. Department: Planning (City Secretary's Use Only) Prepared By: Renae' 011ie Account Code: Date Prepared: February 14, 2012 Budgeted Amount: Exhibits: 1 Subject Consider, and act upon, approval of a Preliminary Plat for Sanden Boulevard Church Addition, Block A, Lot 1. Subject property located east of Sanden Boulevard and approximately 425 feet north of Brown Street. Recommendation Motion to approve a Preliminary Plat for Sanden Boulevard Church Addition, Block A, Lot 1. Subject property located east of Sanden Boulevard and approximately 425 feet north of Brown Street. Discussion Owner: The Church of Jesus Christ of Latter-Day Saints Applicant: Vandiver Associates,Architects The applicant is proposing a Preliminary Plat for Sanden Boulevard Church Addition, Block A, Lot 1. The purpose for the plat is to establish legal boundaries of the 5 acre tract and dedicate the necessary easements to accommodate the development of the proposed church/house of worship campus. This property was originally annexed in early 1983 and subsequently zoned for residential purposes in 1986. The current applicant proposes to develop the property for church/house of worship uses. A site plan was approved by the Planning and Zoning Commission on February 7, 2012. The Preliminary Plat complies with all applicable technical requirements of the City of Wylie and is recommended for approval subject to additions and/or alterations to the engineering plans as required by the Engineering Department. Planning Commission voted 5-0 to recommend approval of the Preliminary Plat subject to additions and alterations to the engineering plans as required by the Engineering Department. The Commission also discussed how this development would impact current drainage issues on Sanden Boulevard. Staff stated that any and all drainage issues would be handled through Engineering and would be reflected with civil drawings submitted and approved by the City Engineer. Approved By Initial Date Department Director RO 02/14/12 City Manager MM 2/23/12 Page 1 of 1 LEGEND- VICINITY M,qp NOTES. ONNER'S CERTIFICATE SURVEYORS CERI1FlCAlE Ti, .boom wo,oa roam � v 1 I)The bass o1 bead„gs r esentetl on thisR./ts the most STATE OF TEXAS )( COUNTY OF COLLIN)( Know All Alen By these Presents: Ali O mo�varne of Bffminghom A C(Ne west PAW)a the field John made a p on thol p°nd accurate rl vowe-va< re. 1111 Real Property Records°/Col/�n County Texas WHEREAS CcR? R llC OF THE PRESIDING BISHOP OF THE MURCH OF JESUS land and that the corner cols shown dancefhe'ea'ewere properly 5uod�v��on p r o,noveo,a ° CHRIST OF LATTER-DAY SAINTS,,a corporation sole g Bons of the Town of Prosper.Te7Z .. h 2)Settingporionbon1reEf fond sbf oted o the DWH WII1oms Survey,Absf ocf owner 1021 and 00 ` 'A ce and the CharlesAttere,Survey,Abstract No.22.City of Wylie,Collin County.Texas, 1n f Zar called 629.408 tract d d d Spec al 0 40 BO feet m,rwrr Me t d g t t d b d gOpe nm Gee cou�fnly Deed to B,rmoghom Lond.Ltd,No 94-0029675,Deed Records.g ore pan w Phase°I° O"PRELIMINARY.THIS dDOCUMENT SHALL .a • NOT BE RECORDED FOR ANY PURPOSE :�• 8k` SCALE: 1••=40• I 3)Pop y zD ed SF 0/24 BEpN G millialtal tract and lbe i tl ro und for/he northwest corner of send 5 000 ac,eornero Lot Black 0 ,n p,00s.Na.3889 YBN. 6B9.m.r; 111 J oeitN.Pageh8.67 alai°Re Qarde^c flume Conty,rable w,sa p°bt,c Rn.e ed '�9D;C901g0`�O• easterly °r y r s a Boulevard(va W): 'so {} ____ THENCE th foe of sa,d Bwmoghom Farms / beast mTUNrvOor EDau s),( .. t • F 10 a v- A ex / THENCE'e , m am Forms,° aEFOREaME t e a d r P° t '..-- . _',� decree a o reel m a f/z h r=gtn° °Nam ae eB]> y e °n, and a,come: appearea da Iz P' d. e mate of ID Texas r me day personal y noon,a me m e person / e ANN DRIVE ., THENCE South 02,6 38.'Hest a d,tance of 261 40 feet to a 11/2.eon rod mstrument,ond ocknowledged to me thathe et eculed the some for the e n ` »rem Pab x ` '0 E 01w CP - i ° found for the southeastpurposes staled and cons deraf ons fneren expressed and n the capo Y eren \ \ (ob.N. )�.- - THENCE N southwestd fort, / s e y of Srp MX, 5200 o of"ty Esnf(cab.N,Pg eeT) M'3 / GIVEN UNDER 2012 AND SEAL OF OFFICE fM1 1h• un NAND _ i oforem e\Y 9 Y / g a curve la the gght have,a to.,of 969 00 feet ----- corn chord and a /\ '� �T r b 28 3 0 Easf MJ N°W _ --- TEXAS --- 06 BU lag.2ne THENCE along sa'd curve to the eft and g od easterly o wayStole of \ \ \\.\ (Coo N,Po.BB] ----- through ° 02'23 of 40 45 feet to \\ \..\\Q Black Q 1/2'it o be,the beginning bea a cure the efteh g of o \ \o P Bimtingham Fames cor 8 559.00 feet and a d whfdl Pea,Northe111404"East a...nee o1 34879 \. 1:T\I. 8 Phase 2A .pas reef. 1. a\ale a,, ] Gab.al,Pg.887 DEDICATION STATEMENT 1 ,o\ co1.5 c r 4 _ c"1 rhoe.°through long da central curve to the left 3621 4 for an 9 11.41t c"f s a,r Tee lane o/rand Ppore�BEGINNING ondevonfoHng22fT 800 sq�o9,e 0 acres THAT THE CHURCH OF JESUS CHRIST OF LATTER-DAY SAINTS.a Utah \ 1.1 desless corabon ribed propertoes y SANDEN aBDULEVARt th,s D aCHURCHn300,the IBON on ooddt oboe \ 1 1 8T4 to sfhe Cfy of Nyle Collin County,T and does hereby dedmtenfo btM1e pubbc use forever the streets easements abown bereon Any pub, uthby 3111 hove the reght lo remove ond keep removed all or any part of P.• JI '•'�'"'�'�"-•�-- 5 67V3'27 �5°p Recommended for app'o oo omm s:.onany bLalchngs,fences,trees.shrubs,or otheylprovements or growths I 4�y: E Dafe z o :p'a. _,. m me e ,e,,. Chorman vane,N nag c or and an y pub, .. °n he righl to Hgress end tostnps I moolenance 1 i e.as egre s t d f and sad f nstruc`ng 7, m Approved for Conslrucf on oI any r-<o g or oten found) S Date texas. °ores rules, g tans and resoutons or the y Mt.., SII q9• Y Y Y Teas SS WTNES y and 1hs the y f 2012 Ma or Ct of Wise n do 0 11 n o CORPORATION OF THE PRESIDING. 1911 E Approved' " a¢4 oti S 4e2'F 3aan� '8E BISHOP of THE CHURCH of JESUS 45 Future Rghf or wcy-I ¢a - p f SAINTS, (cob Pg.887) Ir ainE,wD Y Y Y Te os °e' HUtah TER o e N g -T— n err1 uT ry cnsEnwcrvT a Utahcorpora,LATTER-DAY __�___�__ ' Eons' � p, Mayor C't of Wyse,O 1 /�cc s F I I r/ ee sa The unders,ned.the Cdy Secretory of the Cby of wNe Remand p I 53 /` the or Ofeew°12,and the Counch by formalCounc Aathorze g j o Ry e 94 o0296T5 ANr D et,i m n I sa E4_ / eocbon,then and there occepled the ded,obon of streets,olley, 1s forth d upon sald plat and s0o couna fur., f d Ihe Mayor.to note STATE COUNTY OF SALT LAKE)( 1 I ceptonce thereof name os here e subscrbed Lv by sgnng Wo mrS Wfness my nand M1s day of A.0,2012 T I° I ,-fh s day of 2012 .„0,0 ly appeared SANDEN BOULEVARD CHURCH ADDPTIORI nalykas,fa r m ssz,•24• L�3 5.0 UICfeS/2'07,800 s�.ft. C� sraefor me theA" he T OF LATTER-DAY OF PRESIDING OP / R 5590D•I TY y CHURCHRs DE IaT DAr °Utah T L 354.7 /g T wNra Texoe Drot wedged before that ed to for2gC Tq /CH=N 1114•D4" r of alslaument os Author,.Agent for the CORPORATION OF THE LC 348.7•• 1$ RRMN HAM LAND LTD SHOP OF THE CHURCH OF JESUS CHRIST OF LATTER-DAV SAINTS.a Utah T o or / A Portion of orabon sole and the seal tmpressect on the mt.ostrument,the BIRMINGHAM LAND,LTD/ oluntary oct of so,Corporal...,for the uses ond purposes there, / / 34-0029675 s nstrum t o sold Lbrporaton and that sad Corpoeraton sod aoz55 r / ,9' et ecufed the same. 9 3, / uf= E\ /f sz E EE3 /°' p �i late al uTAe awry d .a My cam non E /8 tee, sk. LX T,.b� 0 me s m ,/ :2wTb },:R k R 9G9OJ•/ JJJ'r/r// �aeD a ne L:=4J 45•�_ ' . c d5v __ _---' c-base Cy-N 28 3'dt'E �5 +n 0 / LC=4045 PZ APPROVED E OAR2' / ,, i / s44'E8'4' PRELIMINARY PLAT � /Y For Review Purposes Only / N 87'03'22'W 643.65' �' SANDEN BOULEVARD CHURCH ADDITION / OUT OF THE ^° Remainder of D.W.WOLLOAMS SURVEY,ABSTRACT NO.1021& BIRMNGHAM LAND,LTD / 94 0029675 CIHARLES ATTEREIRY SURVEY,.ABSTRACT NO.22 �j/ COTY OF WYLOE,COLLON COUNTY,TEXAS 5.000 ACRES/ONE LOT APPLICANT ENGINEER SURVEYOR OWNER VANDIVER ASSOCIATES not..ENGINEERING,PLLC Pl.,.,c.sorv,LLC THE CHURCH OF JESUS CHRIST OF LATTER-DAY SAINTS.a Utah Corporation sole 100 Sulten OSareet 1601 ESuiteL210ar Blvd 953 Suitee229Lane 12th Floor Solt Lake y,Utah 84150 Street Plano,Texas 75074 1 Dallas,Texas75243 (972)422-0698 Arlington 794-0202 0 (214)328-3500 Wylie City Council CITY OF WYLIE AGENDA REPORT q Meeting Date: February 28, 2012 Item Number: F. Department: Planning (City Secretary's Use Only) Prepared By: Renae' 011ie Account Code: Date Prepared: February 15, 2012 Budgeted Amount: Exhibits: Three Subject Consider, and act upon, Ordinance No. 2012-07, amending the zoning from Business Government(BG) District to Commercial Corridor (CC) District on 19.100 acres, generally north of FM 544 and approximately 1,700 feet east of Country Club Road (FM 1378). ZC 2012-02 Recommendation Motion to approve Ordinance No. 2012-07, amending the zoning from Business Government (BG) District to Commercial Corridor (CC) District on 19.100 acres, generally north of FM 544 and approximately 1,700 feet east of Country Club Road (FM 1378). ZC 2012-02 Discussion Owner: City of Wylie Applicant: City of Wylie Zoning Case 2012-02 requires an ordinance to amend the zoning accordingly in the official Zoning Map of the city; and providing a penalty clause, a repeal clause, a savings clause, a severability clause, and an effective date. The subject lot, located north of FM 544 and east of Country Club Road is 19.1 acres in size and is part of the larger 260.083 acre tract platted as Wylie Civic Center Addition. Lot 1 is 19.674 acres in size and consists of City Hall, the Recreation Center and the Smith Public Library. The remaining acres are undeveloped and are in their natural state. The entire property is heavily vegetated and bordered by a dense tree line. The above described property shall be used only in the manner and for the purposes provided for in the Comprehensive Zoning Ordinance of the city, as amended herein by the granting of this zoning classification. Approved By Initial Date Department Director RO 02/15/12 City Manager MM 2/23/12 Page 1 of 1 ORDINANCE NO. 2012-07 AN ORDINANCE OF THE CITY OF WYLIE, TEXAS, AMENDING THE COMPREHENSIVE ZONING ORDINANCE OF THE CITY OF WYLIE, AS HERETOFORE AMENDED, SO AS TO CHANGE THE ZONING ON THE HEREINAFTER DESCRIBED PROPERTY, ZONING CASE NUMBER 2012-02, FROM BUSINESS GOVERNMENT (BG) DISTRICT TO COMMERCIAL CORRIDOR (CC) DISTRICT; PROVIDING FOR A PENALTY FOR THE VIOLATION OF THIS ORDINANCE; PROVIDING FOR THE REPEAL OF ALL ORDINANCES IN CONFLICT; PROVIDING A SEVERABILITY CLAUSE; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Planning and Zoning Commission and the governing body of the City of Wylie, Texas, in compliance with the laws of the State of Texas with reference to the amendment of the Comprehensive Zoning Ordinance, have given the requisite notices by publication and otherwise, and after holding due hearings and affording a full and fair hearing to all property owners generally and to owners of the affected property, the governing body of the city is of the opinion and finds that the Comprehensive Zoning Ordinance and Map should be amended; NOW, THEREFORE BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF WYLIE, TEXAS: SECTION 1: That the Comprehensive Zoning Ordinance of the City of Wylie, Texas, be, and the same is hereby, amended by amending the Zoning Map of the City of Wylie, to give the hereinafter described property a new zoning classification of Commercial Corridor (CC) District, said property being described in Exhibit "A" (Legal Description), Exhibit "B" (Zoning Exhibit) attached hereto and made a part hereof for all purposes. SECTION 2: That all ordinances of the city in conflict with the provisions of this ordinance are, and the same are hereby, repealed and all other ordinances of the city not in conflict with the provisions of this ordinance shall remain in full force and effect. SECTION 3: That the above described property shall be used only in the manner and for the purposes provided for in the Comprehensive Zoning Ordinance of the city, as amended herein by the granting of this zoning classification. SECTION 4: Any person, firm or corporation violating any of the provisions of this ordinance or the Comprehensive Zoning Ordinance, as amended hereby, commits an unlawful act and shall be subject to the general penalty provisions of Section 1.5 of the Zoning Ordinance, as the same now exists or is hereafter amended. SECTION 5: Should any paragraph, sentence, subdivision, clause, phrase or section of this ordinance be adjudged or held to be unconstitutional, illegal or invalid, the same shall not affect the validity of this ordinance as a whole or any part or provision thereof, other than the part so declared to be invalid, illegal or unconstitutional, and shall not affect the validity of the Comprehensive Zoning Ordinance as a whole. Ordinance No.2012-07 ZC 2012-02 Wylie Civic Center Addition SECTION 6: This ordinance shall be in full force and effect from and after its adoption by the City Council and publication of its caption as the law and the City Charter provide in such cases. SECTION 7: The repeal of any ordinance, or parts thereof, by the enactment of this ordinance, shall not be construed as abandoning any action now pending under or by virtue of such ordinance; nor shall it have the effect of discontinuing, abating, modifying or altering any penalty accruing or to accrue, nor as effecting any rights of the municipality under any section or provisions of any ordinances at the time of passage of this ordinance. DULY PASSED AND APPROVED by the City Council of the City of Wylie, Texas, this 28th day of February, 2012. Eric Hogue, Mayor ATTEST: Carole Ehrlich, City Secretary DATE OF PUBLICATION: Wednesday,March 7,2012,in the Wylie News. Ordinance No.2012-07 ZC 2012-02 Wylie Civic Center Addition Exhibit"A" Legal Description Zone Case#2012-02 Being all of a 19.100 acre tract and also being all of Lot 4, Block A,in the Wylie Civic Center Addition, situated in the City of Wylie, Collin County, Texas. --- T�_ - CB=12• 7.29' W ''V °° G�S�o ra„n»z T• 64]8 Jµl z 1° wa. ,Ip-1pP CL 12618' R. p .�c4 /- Res B,49Ba° N �. °"� Ip repel a -L .E B.:r\ " 90 ACRES FM 3412/BROWN STREET cR's S89°41'S5'E 127348 IeBwIOE Row.l \, /,." c„ 1242.75' S02°1915"E 1 „1„,.,,,:, ✓< ' W+x S88°34'S1"E 2580.90' 1 /� • 22.85' 19 I ,,.v," N89"05'10, 712.26' 1615.80' S00°54'60"E ,¢r"� p =3]°52'19" yam ii �'� / / 223.66 'i-- N.'eT-3]E I]i m ° 95 48 9,asi ACRES °^�° / ro'uxA � - -AL E"o1E CI L 18362 /l _- -� o CL 180 62 I I,, 26101 GB-N46°05'39'E N I /rrox°our mev /� 0 100 000 300 400 000 ' 967`3715"W N13°32'1]^E -yyy� -� • LOT 2 167.98' 117.98' p =16°2fi'00" // (43.683 AC. R =761.16' // `r' ,=ws d =2103.89" I /w�i:xo 1,902,834 SQ.FT.) R =2103.89' I ' L =2R16.31' // m LOCATION MAP T =224.90' / CL=217.57' TRACT ONE // CITY OF WYLIE,TEXAS L =447.90' / (DOC.NO.2005-0017065) CL=447.05 / I�� CB=N17°30'03T (240.983 AC.) /% ...G"av ,�z, TRACT I CB=520122'541W / w,c"a 1 ,zaa // c / c S90°00'00"E 740.00' �"'c"' 7/ [formerly FRANCES S28°55'S1"W rouu / i5 BATES WELL tract] 168.40' Foup6 µ0' FOu _U =2°16'29" %i/ uxEx / N27°3940 E R =761.16' l ce v 4a 534°09'40"W .o�xe t 1111 71 21' T 15.11' "Bp j/ LOT 3 / is w atass Ih N30°2639E L =3022' _ Ex.-�� (164.218 AC. /'- p CURVE L5 L CB CL s6 N29°39'06"E II CL 30 22' o "RAD //� 7,153,354 SQ.FT.) AY' 302.56' x/ I( 10349' CB-N26°51'17'E� /' / cat scv 3e,i 10 rvr9ia zw cola / ,a I4I m /9 WA i/ @ ] g. 1P8 :,. ,a,:xB 1'4 .N32°32 'E - �(BY THIS PLAT) /' / /: `°�7do ` /// - 16t60 ,c \{/3 /ll \\\/ "°ate . xr µ .@�/BENT " LOT 1 ��\\ o / °i e�'' 'o r(t1�1 857,018 SQ.FT.) 1'I 0 -/ ! av 00C , BB9 N30 1825"E ti _ 11 �� n \"n / \\ //, _ -11 _• 7/ CITY OF WYLIE,TEXAS er,uin;.-''''' '-- N30°0703 E----/ / V/ I �_-/F -® // (DOC.NO.2005-0017065) - :51237' i �� z4FIRE,ArvEE EASEMENT/ 1.SEE SHEET 2/4 FOR LOT 1DETAIL Z /yam rERM>I':, --71. Z - -- (BY THIS PLAT)As T / TRACT II ...,/ 2.SEF SHEET 3/4 POR LOT'EASEMENT TABLES zzrz FILE:���/y. ""° ,,,t11 n\ !-1` \ SFOREE DETAILS�wrcOD m // [formerly PRANCES 532°24'32"W " • Z v gFn 390°00'09" /( ig43,o3' psEE SHEET // BATES WELL trot/]�/ /� STATE LAW AND IS SUBJECT To FINES AND WITHHOLDING OF UTILITIES n" \... 231.66. e / \ 1 E EASEMENT 3 SELLING A PORTION OF THIS ADDITION BY METES AND BOUNDS IS A VIOLATION OF CITY Br ELECTRIC % TEXAS DEPARTMENT F as,uaae�+ /// ______ TRANSPORTAATION R csJn o r,rB ESTABLISHED FOR 200 1' W " / ¢- x" xB / I I /� '. (REVISED LOCATION 4,20aa,ENNUNRECORDED S GNEDEBY SURVEY A =15.09'21" .,,>£a v nM1 /• " // II MAIER CONSULTING- R =1528,27' 30°07'03"E / 5 FM1378 RIGHT-OF-WAY BASED ON LOCATION ESTABLISHED FOR THE TEXAS DEPARTMENT OF T =203.32' z/ 4• / 3,78' /// i1 ,an. /� FOR PARCEL NO L =404.26' / \\/ I'IA. � 003(RE 9[AND SIGNED BY JOHN L NGINEERS,INC. CL =403.08' ra xB/ a N31°24'43"B e / �%i i' TEXAS RPLS NO.0206.WITH NATHAN D. CB=520`28'21"W /"" 246.32' i (VARIABLE wlB3TB R.o.w.) aw:s,,,, xn"� _ n0/ /% \ (DOC."o.20090130000093060) a \� /„-/- //��5 NO�BO6E O6BEOGa ESTABLISHED UN RECORBEO SURVEY FOR PARCEL"o ��, PART DATED MAY 2003 )AND SIGNED I NE N BY HN L.MEOR THE TEXAS LITON, ioRiHS Fl / \\�os ABANDONED By �_ \\ _-- _ ` 0.2072 ACRESDEDICATION T/ j 4 _2939.81'/ _our UO / i _---_-_y_- _ - / ,rne.asuPEaee, 7 THE BASIS OF BEARINGS IS THE NORTH AMERICAN DATUM OF 1963,TE.S COORDINATE R -1239.81tWr �, %) ,� uco., SYSTEM NORTH CENTRAL ZONE 0202 ALL BEARINGS ARE SURFACE BEARINGS AND ALL RE SURFACE DISTANCES.COMBINED SCALE FACTOR 0999647313 ® •� / T =327.93rna u o II �� 1(erT«sPa,� /;-'� ra�,�.,a„ -- S ae _ / CL=63406 I��\1DIOD MHvr ,�- / m / S05°49'26"W ] / CB 23947E / /' ' / \i / / / \�va.rsss,,"e �I'l�/ `v'O"n" vM,nx. E LEGEND o // / ce_/ J �\\ // Il z,7 J7'JH o S11°31'21"W ///NO2✓°44129 >/_-- E \\\ �i / �/ yO v.oEs,Si ---- • ABSTRACT 102.10' 126.69 / or i / 6,10_ - ABSTRACT LINE 801133'24"E ` rz / x Ara' / / /N / /i 952 EASEMENT LINE K\ 103.08' 2jj84 94._ I_°` / PO ,a•DIN ,z FOUND IRON Roo 715.26' �\ I�� PIPE gur388°08 w,c"r WCIVPART \ __// II ,Bs„c,x Pasaa"ccnaory aoowm POINT OF ,uaws,icE,al I N49°48'15"E _- N8 ------ I a,,,,c,b, very s,s FOUND IRON ROD BEGINNING B u, N13°10'32.'E I 13.28' i 1'�67r -- -- 38.85' 31(TRACT ONE) • w pc DOD,.BLOCK / - u "c., HALFF Assoc rvc. aOB,Bz» o =1z°50'oa° Lot 4 4 E _ ALUM"OMBBI R =2914.93' , °"a"E , T =327.82' ' �- CITY OF WYLIE,TEXAS --__ L =652.90' Nib°48'359' � (19.100 AC. (DOC.NO.2005-0017065) p =01°02'28" TRANSPORTATION 384.23' TRACT III / Zoning Exhibit B" CL=651.54' 823,004 SQ.FT.) - R =3769.83' CB=N87°26'06"W - o =0°44'18" T =34.25' „z„�B B maAa M o merly PRANCES WYLIE CIVIC CENTER ADDITION ewo q4p 1, + BATES WELL tract] R =3869.83' L =68.50' T =24,93' CL=68.50' / BLOCK A,LOT 4 --W,/ 'f / L =49.86' CB=N81°32'20"VY CL=49.86' 19.10 ACRES wcx„M,xr' C6=S81°23'15"E m• ac.o,n:w�a SITUATED"THE r.corciw eLNfYiM1v`91M/ J W CURTIS SURVEY,ABSTRACT NO.196 S83°28'43"W r Mo"cME"r xPOINT OF MICHAEL MILLIRON SURVEY,ABSTRACT Na 563 55.00' ,I BEGINNING (TRACT TWO) CITY OF WYLIE,COLLIN COUNTY,TEXAS yF N71°34'02"W J 40 --_ � n 80.00' / c°B1 x I -� _ FOR o" 9 N46°46'02"W I CITY OF WYLIE,TEXAS 55.00• p 5l w m I 5 Co A =3°49'32" -' h sn �`m = R =5669.58' o T =189.35' illL =378.56' )o 00 CL=378.49' sm CB=N74°22'55"W fal a Wylie City Council AGENDA REPORT CITY OF VVY IE Meeting Date: February 28, 2012 Item Number: 1. Department: Planning (City Secretary's Use Only) Prepared By: Renae' 011ie Account Code: Date Prepared: February 14, 2012 Budgeted Amount: Exhibits: 5 Subject Hold a Public Hearing and consider, and act upon amending the zoning from Agricultural District (AG/30) to Single-Family (SF-10/24) District on 1.34 acres, generally south of Brown Street and west of Carriage House Way. ZC 2012-03 Recommendation Motion to approve amending the zoning from Business Government (BG) District to Commercial Corridor (CC) District on 19.100 acres, generally north of FM 544 and approximately 1,700 feet east of Country Club Road (FM 1378). ZC 2012-02 Discussion Owner: E. Kent Dowden Applicant: Raul Reyes, Surveyor The subject lot, located south of Brown Street and west of Carriage House Way is 1.34 acres in size and is zoned SF 10/24 and AG/30. The owner/applicant request to combine one lot and one tract into 3 separately platted residential lots. Currently Lot 17, Block 17 is platted as a 0.2632 acre lot within the Westgate #1 Addition and is zoned SF-10- 24. The remaining area(Tract 5)is unplatted and consist of 1.0476 acres and is zoned AG/30. This request is to rezone Tract 5 to SF-10/24 and to create three single family residential lots to conform to the SF-10/24 District. There is a single story wood frame residential structure on Tract 5 that will remain and will be platted as Lot 1. Future plans will include a single family dwelling on proposed lot 2, and a single family dwelling on proposed Lot 3. Both new structures will be a minimum of 2,400 s.f. and will adhere to current design regulations of the current zoning ordinance adopted as of January 26, 2006. Surrounding properties are zoned SF-10/24. Properties immediately to the north are owned by Wylie Independent School District and occupied by Birmingham Elementary School with associated playgrounds and parkland. The applicant/owner is proposing access for Lots 2 & 3 to be from Carriage House Way, with access to Lot 1 from Brown Street. The zoning exhibit will serve as Preliminary Plat. Prior to Certificates of Occupancy being issued, a Final Plat must be approved by City Council and filed with Collin County Clerk's Office. Page 1 of 2 Page 2 of 2 Twenty-Six (26) notifications were mailed to property owners within 200 feet in accordance with state law. As of January 30, 2012 one (1) response favoring the request was received, none opposing. Zoning request signs were provided and properly placed in accordance with Article 8, Section 8.1.3 Posting property for zoning changes. Planning Commission Discussion Commission voted 5-0 to recommend approval. Commissioners Smith& Kopchenko were absent. Approved By Initial Date Department Director RO 02/14/12 City Manager MM 2/23/12 Exhibit "A" Legal Description Zone Case#2012-03 WHEREAS EDWARD KENT DOWDEN AND WIFE, MARINELL DORTCH DOWDEN, are the sole owner of a tract of land(Tract I) situated in the E.C. Davidson Survey, Abstract No. 266, City of Wylie, Collin County Texas, and being that certain tract of land as described in deed to Edward Kent Dowden and wife Marinell Dortch Dowden, as recorded in Volume 3272, Page 1, Deed Records, Collin County Texas, and a tract of land(Tract II) being Lot 17, Block 17 of Westgate Subdivision, Phase 1, an addition to the City of Wylie according to the plat thereof recorded in Volume F, Page 793 of the Map Records of Collin County, Texas and being more particularly described as follows: Beginning at a 1/4 inch iron rod found in the south line of West Brown Street(FM 3412) (90' right-of-way width) with the west line of Carriage House Way (a 50' right-of-way width) and being the northwesterly end of a corner clip; THENCE, South 44 degrees 38 minutes 45 seconds East, along said corner clip, a distance of 27.15 feet to a found '/2 inch iron rod at the southeasterly end of said corner clip and in the west right-of-way of Carriage House Way; THENCE South 00 degrees 52 minutes 53 seconds West, along the west line of said Carriage House Way, a distance of 237.32 feet to a found 1/4 inch iron rod in the north line of a 15' alley for the southeast corner of the herein described tract; THENCE South 88 degrees 42 minutes 10 seconds West, along the north line of said 15' alley a distance of 130.64 feet to a set 1/4 inch iron rod for the beginning of a curve to the left; THENCE along the north line of said alley and said curve to the lift having a radius of 107.50 feet, and an arc length of 46.73 feet, and a chord bearing and distance of South 73 degrees 27 minutes 48 seconds West, 46.36 feet to a set of 1/4 inch iron rod for the end of said curve and the beginning of curve to the right; THENCE continuing along the north line of said alley and said curve to the right having a radius of 92.50 feet, and an arc length of 46.76 feet, and a chord bearing and distance of South 75 degrees 29 minutes 42 seconds West, 46.27 feet to a set 1/4 inch iron rod for the end of said curve and in the east line of Lot 1R, Block 16 of Westgate, Phase 1 Revised, and addition to the City of Wylie according to the map thereof as recorded in Volume G, Page 157 of Deed Records, Collin County,Texas, for the southwest corner of the herein described tract; THENCE North 00 degrees 24 minutes 27 seconds West, departing the north line of said alley and along the east line of Lot 1 R, Block 16 of said Westgate, Phase 1 Revised, passing the northeast corner of Lot 1 R at a distance of 110.00 feet, and continuing in all a total distance of 265.73 feet to a found 1/4 inch iron rod at the southwesterly end of a corner clip for the most westerly northwest corner of the herein described tract; THENCE North 46 degrees 00 minutes 30 seconds East, along said corner clip, a distance of 27.72 feet to a found 1/4 inch iron rod at the northeasterly end of said corner clip, said found rod also being in the south right-of-way line of aforementioned West Brown Street(FM 3412); THENCE North 89 degrees 48 minutes 37 seconds East, along the south right-of-way line of West Brown Street a distance of 186.37 feet to the Place of Beginning and containing 58,514 square feet or 1.3432 acres of land. LOCATION MAP GNHORS CERUFICATE IN.T,S.I STATE Or TEXAS COUNTY OF ME l! I PPDJECT WE WHEREAS EDWANO KENT OWaOPN MOM MIME,DOUGH DOWDEN, I Q ow We ados awmm M ow DE 022cane,n'M WYLIE I.S.D. In d ..crelnc r.aa I den.2 I VOL,934,PAGE 145 ,`ow°.edOnSame22,PssI.Deed Fame GanCw.,T„..w°"0W222 'y D WILLIAMS SURVEY Iwa(R ofWrIN TON B.ndWweees Volume Eromdla.,lo ^W �� 0nGayaB11 1e05Tm0eA inm<Nlamme1Vawa21,e eW dew 11 Aes'ranern�r.soal N�, aosncD,.rrT,.a.Faww�.w�<m�wtm• r t Tlt'�I �.f+'t &ap Pow.1al Cart Own,. Rd bumTWO In iWm KN.PNK Wow Sedan 6aml(FM 34ta) rw �...,e. ...e.. ___ ., �_ . ,.. .._. _.... .... ....... ,..... _-- ._ _........, tm•2222,,.122EN 1Nwoellne a 0.mww2oWay meo,V..m w IVr F n MEW wabeNv me no lsre eM.2 emra ceu 1 .. 0 Thence SEE a Cowan se minim.ae 202.E Fin,mnpme cm2221,2 �"t��r•" l� 0.wun nl2T.15 Na ma lwM l2Ich Iron roof aloe 22102222Waaa corm aw.., ..1 aR rod In De wen don a wW a Cn222-22DW2D am, WEST BROWN STREET Th SANODdm�.SDa DI swot.WW2,WO .2020 ut Dwdwe HwmWry a.=°,!,nT0:°:::: I2hw'"'-„Be ..... ...... (FM ROAD 3412) da,rdp a,wmn nwnmmwm0elwlnaeonwvsa Xi •• a _ gnron OS degrees lentos 211DEA.ow md,orttre 1202,m a ewe n N ploy .ws ..• _ - , ,.. : "' Theme DYE .a WAffiry and deb cum le Ore WINE,Wa�®Wood � // �- mwmGa,sa��®DM WE,and a aWwi 46�hxee2hMbm iodMM NOW,1NfRFFORE.KNaY MEN OYTIEPR£aEN3 wddm' 2wrr N.tan EN d Ntw ............._._ ......_ 4_. m SBS° '37E 7833T•-a' a-w 2.2220 2 222 2vmrac THAT EDWARD SEINE ._._ ..... S x g ._ 1N Da#DENARDMAPoNELL WPTCHOWNEHdo r,F m can 1 NLL,on 221222Ws OW222112,22ADoEnCenbad Pn4aandBn12122 ikiO s 1 15 TP6L ERSBrtren �"•• Tlar 28220 WOE add an 0212 D 01 a eaufontor�awe rd0222 UN 222 MILL, 4110w Ws OWd2122 nanOnta ..wddewlmdw d .. .� L <,. rmbcd B2SONw.am 222.9E 2210ahn413.,.2 NMg rN�bms de9cab we Nomad wLamon�naw AA wpm vge nw�nardY Bb e, M1^ m .^T m rcxiMaa dva,su aswNw[eedaew,sda Wm.asn eawlrz DO.. to u,wro.we Ine Z P 0Emoor I ENIOIIn Zoning LNstdet �InOn,o Neenurm andildew llmdKalRdwegae erwmi Rrad w p e m wa ro to lN,nwmwa an*2 vasmaP NWn EEO vmwmad NmpWrww.eae erPNea WyN64p.kncm bw z t 0100*4 5 hl eONnaa wa t,Taewlm,rwmwwea0222owner. r'wwwwnca"o"W4 11010Dnawwwwe,a.mwwr.,sh W `. Proposed Lott ry awed asr e® goon ud4dwlN e➢mnwmwedwnaeUm remeoNe spun ml+a'w P Lott # 70.297 S7•Ft ENinB ZO + '' Throw Nmh We oval of1.2 I z l ee:omrewaK.Prdne 1 baame wren ttwao-em 2dwensamOWE21e»mwoowm.oamwrone . why LOT 3R C.2382 AC. S 90124 nNI e wTreace N NEVONN.rara2 Inaawe aInW.cin wat , warEoNNININNINE ew OWE N«inwhesi or w-WNN. d�.' ¢ 28.332 Sq.Ft g '� LOT tR rod Naw,mamlm,Na.edwmmdN Ram.., PR+wN •�mdanw.rwn.dPm� Y O.SSti AC. ew olio, n.ve nn of222 TxN Wl WW2.open a al 20222a adem Erie.a Me rJlmt N a bung W Indleon rod NIN as a a can, LOT 7R PE,�y't y-- a 13 aPamh meNwaftadr m/22.1=arowen..2/2222YEE a:warcaw..e. Q SEIMInS ZmIMg•. rya A AGt30 ,,.,• 2122roes DOM..x ewonar Saw aoraeda maw 22e P�Ask a`�, _ _ Emus TW0 af2T Eno Woo In Do l2 Den roc mW adaeW*awed. WITNESS hW NASD,. dwd mil ,.a wde�xwmNw ,roMdxwu�a LOT PR I� _ ,_ . row „W IF ALLEY 5uefeNFMu121' p- 725 BROWN ST. '''''I BLOCK ill TSTORY WOOD 'e' I P1 t� Throws EWENdoomues ntm04 SE smnme Eeudmg4Wd,AO 2 env En FRAME RESIDENCE., °-.',S 0 a Wm boom see aueam d Ideal 22 to tee Ewe d Baslybp ac mreNasq Ow.KxremDwmloarvr SW N � (/ (BLOCK 96I seA,a WNwe tmim,aesz mwaNnA NIVNa a ""a GARAGE P` ,w - g Omni omma.mmw 3 8 ry CAT OF 22 DAL 0. ,. ,,,, LI DIOdurDo SURVEYORS CERNFCATE i ji W LOT 2R KNOW AIL xmrm u0ween.wrw d 2122 rowan lemN1.OE REM f ,ea, oBEFORE N fR 9Y; PRESENTS Trtp I. WM6�m us utww num.al04AW to...m6 .ei row. ENew DT f i., .Y canny Nag Iwo,d Ake on Wool 82 rsunn Ionry,m rod anew wow owns eWapWce mnW®reD»aNaF a�glmwd Mae -. g Wo222 n shown min c2.aNaxnrw to N.�,denen w0,m No RonAa.a w ewaNawyM woody Own,2226 Ix _. a Te.n. 'V wo.mw.n wn PID�S0dq.Ft 11 %, n DAMN UwoeR uv ewbD AND aEuaosFlce,aN_aWde�,a �T/n 0.4553 A860 DD.Ft I� I Q �C +It' 4 wino Psyw S.M.Pldeseda wq Msmwrseo- Newry NA.kriN smwaTew LOT aR 'Ca �\�<O -^ �� e.,..6d Lol lures/ it `{{ j �� Qua``' > STAYS OF TEKAs 4y ca:nwMm,cokes Q�A�1 LOT 2R LOT 10 ^* ` ( �• Q6' CWNTY OF DMAAD BEFORE ME2Ne wmwlb.no lie STTAA,TfEOF TE"0u'wi5s eq, t..._u/!( co• a de, ro al�..e Red E.Rwnc R.rw x, de demmw -- Is R0ec2ei to 000l*1 lrnrvmwt0 tln 05DE dVa Vq� I8'" 171 e' I B as r W namm me ewe lc Me ceaam.mrrWIE NMak aa.LOT3R ®ns6 iN mmd aEroREUEINomw wxm.w,wmwwmWwmwmKMa .- .,, w IT0W a o- ma Pones ow.mow neon tw w- wwwremeNsWoc NON lmpxre Navuaam et , a °42'S0"W 130.64% ,„ LOT 3R GIVEN UNDER MY HARD ADD SEAL OF OFFICE, �� DNrFOa4emOwllLnI*nS_ .anln ehe eroe220 wmrorWO wAyme.NNW Kea..41•E Nam R�.nem.d,=A,d y DWfNM.�DMY HAND AND DEAL oFOf FIDE.dee�22 .1,z IS'ALLEY w, r w / ��m ChNmen,PMmkg B SEED CpnmNgMui bedew P,tlw Nx2 Sae a Twee ne '..��asw / ''9'' x 11*WyIDTerm •� V maµn. w'f mxmw LOT 15R 8 �� , tl IfnS l' wlwwwD1caam*mr ,-- � / ri1ePG,,G. Nwm a7mWe DN, - ,....,- SO •(e+ AO, /,Aaosxr C 'et,9�D 1 �(11 � O/ Now 3 Q9 LOT 9 LOT 10 LOT 11 �,Di LOT 12 LOT 13 LOT II �� £. �D Jd�0 / / 0pb h war My FEB0 4I �A 450 I BLOCK 1P I �'. RC, ;� — / M car0ceauacmpk�, G. Jp\ ®„® /' 'EQP46' .''-' ��LOT] EN,.aN N.V.Tmo Pao }. 4�... y�L_Ly att la®!N / / '.._.r.7.... Pi ill B ./. f,,.® TM UMe igned,ON O p emaarya 0pOINEN 0D TETE IN TWww ePE OF tlebreptl,1Po+dgm 0M44�Ar0rolidoleC*V0b wm 4eaw — - r NL;, „„awl:d. 00d*Weo.*,,.MI e MOCKINGBIRD HILL r / IVICKELVILLE LANE Ewes `o 0 ond saner 0°'Warm meµ.. ,4 re roncedw Yam. / A REPEAT OF LOT IT,BLOCK it OF WESTGATE, VApmae 141414Ob_dwe1 A.D..m12 PRASE(AND A 1.062 ACRE TRACT,BEING PART / ' OF AN BD ACRE TRACT OF LAND AS DESCRIBED IN / i".30A' a<w+..ew.row VOLUMED2T2 PG.I,DEED RECORDS COLLIN / COUNTY TEXAS AND SRNATE.D!ETRE / sex Cpa Twm 0Seamy Won 11 04 wos Mow WEaa E.C.DAVIDSON SURVEY _ ABSTRACT NO.266 WW2 TEND DM "Selling a portion of this addition by metes and bounds a violation of City Ordinance and State aa:me City of Wylie,Collin County Texas Law and Is subject to fines and withholding of utilities and building permits" r S !r y ' �lialt 111 ! 1 _ 81111111111 _ i 4#441 \nn nn t — /II —'—' I .C'rTrir-J" — !I'- L sj''-j--j-j • S1I i $t1$ � ' - �ii• I. i t -!w.�'ifli ". Subject ���[l�i �n� #� �� Property Milling 111■■1 bbrr►1,� �rlll■1■�I ITi TT7! °Pm _. _____, ' ri1 ~ (FM 34[2) i I i� est Brown Street '. _i :■ i r/ i il. I Iemen_j. in Implk �! i ; r r1 V tit in Irccl ■EI;1i g a milM11 MIN_AN' °Mlle/ab.'7vIllt AIM 4.2 = 7 i Eli=—.____ r— : :: I,,jj/ iP1r,$!'"ØØ1I AN = i _ UM = mom ow Ai mown., air ,aunaiii, Marble—_ 'k' , n,t sl2r = ! -u� Street —rIj•�� N........... i - ��I !1[11111t Minn., un.. ,r►1n0u'llI I1 I 1— ;, ... i .... �� . _, Fie I n I I f I I 11 f t4 1 �E I� I I I_ - 1 ` ,,,t �IIIIih _! „„ i� iimiliiiLimillin Fleming xrrc, Fhm . ';Ins �_ (r L._ r Ill- ;Milip :: 'rlm f:11� ; i -." .7 ' �_1.I illit.II: s�=jam NE Iilth�� �I.111111111t �. =� 1/4 Li i._ mr ill mon nu im D1' KY > . - -\° H._ me C 1m- _, .f. _. •�" i.., '! ! N___„ •. ... lie i xlnlnr,s av i rerr iw,s, 1 : E! 11m r liMEI M� i MI -,i i `-jam �-ry-- "� i s "^"__^i i -J E 'fi 'm-m1=1 NNW . . ; i -, - -r I i .; 16 =I I Ell etil =I MB I i i f 1 1 ! p - ' f I ' I I r+ ? _IN i I FM ii i 1- �LE ..'.., j West Kirby Street i_..: ..k`.. _ MI ...., + 1 i 6f°x R -•• 0. r. milk r - Sion j ' I, - 4 Op^‹ LOCATION MAP ZONING CASE #2012-03 1 I btrryti w E(ewt. --fart' G�a Entry Sign I Meacio« of Birmingham c.�t L y 75(1 W. 13rnr.en Srt-.,: / ..A„../02/.- ' . '. ' ';'-- .. - -' .. . ' - ' ... .. 7(7l) 60: \--,..-':.-1:::::._ -. ---._ . . . .. . . .W. :VsTest - I own 701 Gateway-4 --: Bench - !i- -1,:i'if:-Ritz.,,,, ,.-"_ait_fiti:,ii. - :,,;-,r,-; -, .. - - - - -!,=:,..-1-Efil.gi,-T_,,,,,,-,7,--&-mgy, -. ..-. . . i- . - : : %.,,\ ....:,: ...._.; - , -., _,.. ,,,.-„,,,,,i„,,„,,,,,,„,,,,,w7,, _,,, : .. - .- . : , . -„,„.4,,,,_4,-,...-.,,,,:,-,,,-__„..,,„,.„,„,:„.,„.... ., . ........_ . . ..,-„:.„..„,,:,,t-__,..„,___„..,,,,.,,,,,...„,.. . _ _ .._. ., _.,.. , 1 t jI I I 1 y i ail, h'\� 1' . . :1:.. ._..:_, ...-Ni lle Lan : - 7U1 Q I � \____,___ cizi 1 1 i ?t1 20 1 '()U .,_., 21 (1:) 1 1T 11 7 p ` n ry 0 � � 1 16 19 1 17 16 115 1 1 1 I 1 1> IEll L� rrv� ,L Cd 1 12 2 --- " 0 1 bJJ I, , ,; � , 12 _, 14 1� � ,; O 1111 CD i 4 111 1 10 > 16 l 11 . Mill 7(1I I Irtf� „ , • ;••.{ ,w OWNER NOTIFICATION MAP ZONING CASE #2012-03 NOTIFICATION REPORT APPLICANT: Raul Reyes of Paul Reyes Surveying APPLICATION FILE 20I2-03 209 Lakehurst Drive Wylie,Texas 75098 # BLK/ABST LOT/TRACT TAX 1.D. # PROPERTY OWNER NAME ADDRESS Applicant 209 Lakehurst Drive 1 Raul Reyes Wylie,Texas 75098 Birmingham Elementary Addn 951 S.Ballard Avenue 2 Blk A Lot 1 R-10134-00A-0010-1 Wylie ISD Wylie,Texas 75098 Westgate Ph 1 117 Pullman Place 3 Blk 13 Lot 17 R-2151-013-0170-1 Robert Huffer Wylie,Texas 75098 Westgate Ph 1 118 Pullman Place 4 Blk 14 Lot 1 R-2151-014-0010-1 Bobby Spears Wylie,Texas 75098 Westgate Ph I 201 N.Carriage House Way 5 Blk 14 Lot 20 R-2151-014-0200-1 Jim Laxton Wylie,Texas 75098 Westgate Ph I 208 N.Carriage House Way 6 Blk 16 Lot 1R R-2151-016-001R-1 John Zukosky Wylie,Texas 75098 Westgate Ph I 206 N.Carriage House Way 7 Blk 16 Lot 2R _ R-2151-016-002R-1 Kathleen Mote Wylie,Texas 75098 Westgate Ph 1 204 N.Carriage House Way 8 BIk 16 Lot 3R R-2151-016-003R-1 Laura Callahan Wylie,Texas 75098 Westgate Ph 1 202 N.Carriage House Way 9 Blk 16 Lot 7 R-2151-016-0070-I Carroll Briley Wylie,Texas 75098 0 Westgate Ph 1 200 N.Carriage House Way 10 Blk 16 Lot S R 2151 016 0080 1 Terry Roe Wylie Texas 75098 Westgate Ph 1 PO Box 922 11 131k 17 Lot IR R-2151-017-001R-1 Bradley Schupbach Wylie,Texas 75098 Westgate Ph 1 603 Gateway Bend 12 Blk 17 Lot 2R R-2151-017-002R-1 Randall Newman Wylie,Texas 75098 Westgate Ph 1 605 Gateway Bend 13 Blk 17 Lot 3R R-2151-017-003R-1 William Brown Wylie,Texas 75098 ' Westgate Ph 1 612 Nickelville Lane 14 Blk 17 Lot 10 R-2151-017-0100-1 Joe Barns Wylie,Texas 75098 Westgate Ph I 610 Nickelville Lane 15 Elk 17 Lot 11 R-2151-017-0110-1 Karen Fletcher Wylie,Texas 75098 Westgate Ph 1 608 Nickelville Lane 16 Elk 17 Lot 12 R-2151-017-0120-1 Charles Ameen Wylie,Texas 75098 Westgate Ph I 606 Nickelville Lane 17 Blk 17 Lot 13 R-2151-017-0130-1 Junious Hillman Wylie,Texas 75098 Westgate Ph 1 7522 W.Warren Street 18 BIk 17 Lot 14 R-2151-017-0140-1 Chris Broadrick Wichita,KS 67212 Westgate Ph 1 Sandra Bobbitt 602 Nickelville Lane 19 Blk 17 Lot 15R R-2151-017-015R-1 c/o Brett Hinds Wylie,Texas 75098 Westgate Ph 1 2111 Ranch Road 20 Blk 17 Lot 17 R 2151-017-0100-1 Edward Dowden Sachse,Texas 75048 Westgate Ph 1 602 Gateway Bend 21 Blk 18 Lot 2R R-2151-018-002R-1 Dwight Cole Wylie,Texas 75098 Westgate Ph 1 600 Gateway Bend 22 Blk 18 Lot 3R R-2151-018-003R-1 Fidelmar Miralrio Wylie,Texas 75098 Summit Private School 5121 Marlbe Falls Lane 23 BIkA Lot 2 R-4401-00A-0020-1 Envision Management,Inc. Plano,Texas 75093 Rustic Oaks Addn 515 Rustic Circle 24 BlkA Lot 7 R-1504-001-0070-1 G.W.Starnes Wylie,Texas 75098 2111 Ranch Road 25 Abst 266 Tract 5 R-6266-000-0050-1 Edward Dowden Sachse,Texas 75048 17519 Muirfield Drive 26 Abst 1021 Tract 2 R-7021-000-0020-1 Birmingham Land Ltd. Dallas,Texas 75287 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 PUBLIC COMMENT FORM (Please type or use black ink) Department of Planning 300 Country Club Road Building 100 Wylie,Texas 75098 / I am FOR the requested zoning as explained on the attached public notice for Zoning Case#2012-03. I am AGAINST the requested zoning as explained on the attached public notice for Zoning Case#2012-03. Date,Location&Time of Planning&Zoning Commission meeting: Tuesday,February 7,2012,6:30 pm Municipal Complex,300 Country Club Road,Building 100, Wylie,Texas Date,Location&Time of City Council meeting: Tuesday,February 28,2012,6:00 pm Municipal Complex,300 Country Club Road,Building 100,Wylie,Texas Name: / -A'? L Ry 0 (please print) Address: 200 Ai Cfigiqh9GC il2ti-5 r0e- / X 7ct 9 S Signature: Date: COMMENTS: Wylie City Council CITY OF WYLIE AGENDA REPORT Meeting Date: February 28, 2012 Item Number: 2. (City Secretary's Use Only) Department: Finance Prepared By: Linda Bantz Account Code: Date Prepared: February 17, 2012 Budgeted Amount: Exhibits: One Subject Consider, and act upon, Ordinance No. 2012-08 amending Ordinance No. 2011-18 (2011-2012 Budget) for proposed amendments for fiscal year 2011-2012. Recommendation Motion to approve Ordinance No. 2012-08 amending Ordinance No. 2011-18 (2011-2012 Budget) for proposed amendments for fiscal year 2011-2012. Discussion The Wylie Advocates for Senior Activities (WASA) has an anonymous donor that will match donations up to $20,000 for remodeling of the former Smith Public Library. Funds have been identified that can be used to offset this expenditure, and as a result, there will be no impact to the overall General Fund FY 2012 Budget. Approved By Initial Date Department Director LB 02/17/2012 City Manager MM 2/23/12 Page 1 of 1 ORDINANCE NO. 2012-08 AN ORDINANCE OF THE CITY OF WYLIE, TEXAS, AMENDING ORDINANCE NO. 2011-18, WHICH ESTABLISHED THE BUDGET FOR FISCAL YEAR 2011-2012; REPEALING ALL CONFLICTING ORDINANCES; PROVIDING FOR A SEVERABILITY CLAUSE; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City Council heretofore adopted Ordinance No. 2011-18 setting forth the Budget for Fiscal Year 2011-2012 beginning October 1, 2011, and ending September 30, 2012; and, WHEREAS, the City Departments and Divisions routinely review their budget appropriations to determine if any changes are necessary; and WHEREAS, based upon said review the City staff now recommends that a certain amendment to the Budget be considered by the City Council; and, WHEREAS, the City Council has the authority to make amendments to the City Budget under Article VII, Section 4 of the City Charter, as well as State law; and, WHEREAS, the City Council has determined that the proposed amendment to the FY 2011-2012 Budget, with the revenues and expenditures therein contained, is in the best interest of the City; and therefore, desires to adopt the same by formal action. NOW, THEREFORE, BE IT ORDAINED BY THE GOVERNING BODY OF THE CITY OF WYLIE, TEXAS: SECTION I: The proposed amendments to the FY2011-2012 Budget of the City of Wylie, as heretofore adopted by Ordinance No. 2011-18, are, completely adopted and approved as amendments to the said FY2011-2012 Budget. SECTION II: All portions of the existing FY2011-2012 Budget and Ordinance No. 2011-18, except as specifically herein amended, shall remain in full force and effect, and not be otherwise affected by the adoption of the amendatory ordinance. SECTION III: Should any paragraph, sentence, sub-division, clause, phrase or section of this ordinance be adjudged or held to be unconstitutional, illegal or invalid, the same shall not affect the validity of this ordinance as a whole or any part or provision thereof, other than the part or parts as declared to be invalid, illegal, or unconstitutional. SECTION IV: This ordinance shall be in full force and effect from and after its adoption by the City Council and publication of its caption as the law and the City Charter provide in such cases. Ordinance No. 2012-08 City Council—WASA Budget Amendment FY2011-2012 SECTION V: That all other ordinances and code provisions in conflict herewith are hereby repealed to the extent of any such conflict or inconsistency and all other provisions of the Wylie City Code not in conflict herewith shall remain in full force and effect. SECTION VI: The repeal of any ordinance, or parts thereof, by the enactment of the Ordinance, shall not be construed as abandoning any action now pending under or by virtue of such ordinance; nor shall it have the effect of discontinuing, abating, modifying or altering any penalty accruing or to accrue, nor as affecting any rights of the municipality under any section or provision of any ordinances at the time of passage of this ordinance. DULY PASSED AND APPROVED by the City Council of the City of Wylie, Texas, this 28t1i day of February, 2012. Eric Hogue, Mayor ATTEST: Carole Ehrlich, City Secretary Ordinance No. 2012-08 City Council—WASA Budget Amendment FY2011-2012 GENERAL FUND STATEMENT OF REVENUES AND EXPENDITURES BUDGET PROJECTED OTHER AMENDED 2011-2012 PERSONNEL SAVINGS AMIEND1IENTS 2011-2012 BEGINNING BALANCE $ 7,791,449 $ 7,791,449 REVENUES: Ad Valorem Taxes 14,043,720 - - 14,043,720 Sales Taxes 3,026,000 - - 3,026,000 Franchise Fees 2,241,000 - - 2,241,000 Licenses&Permits 411.000 - - 411.000 Intergovernmental Revenues 600,272 - - 600,272 Service Fees 2,716,000 - - 2,716,000 Fines and Forfeitures 307,000 307,000 Interest&Miscellaneous 354.500 - - 354.500 Total Revenues 23,699,492 - - 23,699,492 OTHER FINANCING SOURCES: Transfers from Other Funds 1,681,997 - - 1,681,997 Transfer from Emergency Communications to Close Fund 248.224 - - 248.224 Use of Fund Balance for General Obligation Debt Services 400.000 - - 400.000 Use of Fund Balance for Equipment for Fleet&Equipment 534.010 - - 534.010 TOTAL AVAILABLE RESOURCES 33,421,162 33,421,162 EXPENDITURES: General Government City Council 82.681 U 13,000 95.681 City Manager 700,600 0 0 700,600 City Secretary 252.154 0 0 252.154 City Attorney 128,000 0 0 128,000 Finance 893.964 0 0 893.964 Facilities 467.209 0 0 467.209 NIumcipal Court 279,959 0 0 279,959 Human Resources 201,18; 0 0 201,18; Purchasing 118,314 0 0 118,314 Information Technology 981.411 0 0 981.411 Animal Control 331,331 0 0 331,331 Public Safety Police 5,658,953 0 0 5,658,953 Fire 5,771,680 0 0 5,771,680 Emergency Communications 1.15 3.66; 0 0 1.15 3.66; Development Services Planning 485.760 0 0 485.760 Building 681,298 0 0 681,298 Code Enforcement 253,671 0 0 253,671 Streets 1.306,972 0 0 1.306,972 Community Services Parks 1.56 3.859 0 0 1.56 3.859 Recreation 212,050 0 0 212,050 Library 1,386,731 0 0 1,386,731 Non-Departmental 3,652,280 0 3.639.280 Total Expenditures 26,563,723 - 0 26,563,723 ENDING FUND BALANCE $ 7,105,663 $ 7,105,663 REQUEST FORM - BUDGET AMENDMENT FISCAL YEAR 2012 RANK 'I OF 2 I REQUEST: WASA Donation DEPARTMENT: City Council New Request: New personnel? ,No Salary Grade: Funds already expensed or received? RE. Change Level of current personnel? From: To: PURPOSE/OBJECTIVE OF REQUEST: The Wylie Advocates for Senior Activities (WASA) has an anonymous donor that will match donations up to $20,000 for remodeling of the former Smith Public Library. Funds have been identified that can be used to offset this expenditure, and as a result, there will be no impact to the overall General Fund FY 2012 budget. ACCOUNT NO. DESCRIPTION AMOUNT 100 5111 56990 WASA Donation 13,000 TOTAL 13,000 ADDITIONAL COMMENTS: REQUEST FORM - BUDGET AMENDMENT FISCAL YEAR 2012 RANK 2 OF 2 I REQUEST: WASA Donation DEPARTMENT: Combined Services New Request: New personnel? ,No Salary Grade: Funds already expensed or received? RE. Change Level of current personnel? From: To: PURPOSE/OBJECTIVE OF REQUEST: The Wylie Advocates for Senior Activities (WASA) has an anonymous donor that will match donations up to $20,000 for remodeling of the former Smith Public Library. Funds have been identified that can be used to offset this expenditure, and as a result, there will be no impact to the overall General Fund FY 2012 budget. ACCOUNT NO. DESCRIPTION AMOUNT 100 5181 56040 WASA Donation -13,000 TOTAL -13,000 ADDITIONAL COMMENTS: JAL TENNIS GROUP INVESTMENT SERVICES & WEALTH MANAGEMENT January 20, 2012 WASA: Wylie Senior Organization C/O James D Swartz 506 W Jefferson Street Wylie, TX 75098 Dear Jim: I am excited to inform you that the anonymous donor who has been matching the donations which are being collected for the WASA Organization has decided to extend the Grant Offer. The offer to match donations $1.00 per$1.00 has been extended until March 31, 2011. I was able to convince the donor that the recent activity warranted the extension. As in the past when I am given a deposit slip showing that a donation has been made I will collect a check from the donor and I will deposit the matching contribution into the bank account at Viewpoint Bank. The donor wants to remain completely anonymous, so if you change bank accounts please let me know where you want the matching funds deposited. This offer cannot be an open ended commitment by the donor so that is why they have had to establish the termination date for the deadline. Please understand, there will not be another extension on this Grant offer. The donor and I sincerely appreciate all you have done for our community and the things you are still doing. Good luck in your efforts to raise enough money to complete the Grant. Sincerely, Y Jal R Dennis, S Registered Principal (972)429-0603 • 205 S. BALLARD AVE. • WYLIE, TX 75098 SECURITIES OFFERED THROUGH LPL FINANCIAL, MEMBER FINRA/SIPC Wylie City Council CITY OF WY LIE AGENDA REPORT Meeting Date: February 28, 2012 Item Number: 3. (City Secretary's Use Only) Department: Engineering Prepared By: Chris Hoisted Account Code: 447-5447-58210 Date Prepared: February 6, 2012 Budgeted Amount: $13,453,750 Exhibits: Bid Summary, Agreement Subject Consider, and act upon, award of a contract to McMahon Contracting, Inc. in the amount of$7,278,814.43 for the reconstruction of Brown Street from FM 1378 to Ballard Avenue. Recommendation Motion to award a contract to McMahon Contracting, Inc. in the amount of$7,278,814.43 for the reconstruction of Brown Street from FM 1378 to Ballard Avenue. Discussion The Brown Street West paving project includes the construction of approximately 8,950 linear feet of 4-lane concrete pavement section with sidewalks from FM 1378 to Ballard Avenue. On January 19, 2012, the city opened ten bids with the low bid being submitted by McMahon Contracting, Inc. The project includes approximately 54,050 square yards of concrete paving, 8,000 square yards of concrete sidewalk, and approximately 5,335 linear feet of 12-inch water line relocation. Four alternates were bid with the project which included the reconstruction of the alley between Ballard and Jackson from Brown to Jefferson, the replacement of 574 linear feet of brick screening wall located on the south side of the roadway just west of Westgate Way, landscaping and irrigation, and street illumination. The 2005 City of Wylie Bond Program included $9,000,000 for the project. $4,453,750 was also included in the 2007 Collin County Bond Program and the inter-local agreement for those funds was approved by council on December 13, 2011. Funding sources and project expenses are identified below: Funding Sources 2005 City of Wylie Bond Program $9,000,000 2007 Collin County Bond Program $4,453,750 TOTAL $13,453,750 Project Expenses Engineering $1,105,000 Right of Way Acquisition $140,000 Right of Way $487,000 Construction Base Bid+Alternates $7,278,815 NTMWD 14-inch water line relocation $600,000 Oncor Street Lights $167,500 TOTAL $9,778,315 Page 1 of 2 Page 2 of 2 Staff recommends only awarding the foundations and conduits for the Street Illumination Bid and have Oncor furnish and install the poles, fixtures, wiring, and other items. By having Oncor install the equipment, they will own and maintain the lights and the city will pay for the power usage as we do with other street lights. As soon as staff receives the final cost estimate from Oncor, an agreement will be presented for council consideration. Approved By Initial Date Department Director CH 02/16/12 City Manager MM 2/23/12 BIRKHOFF, HENDRICKS & CARTER, L.L.P. PROFESSIONAL ENGINEERS 11910 Greenville Ave.,Suite 600 Dallas,Texas 75243 Fax(214)461-8390 Phone(214)361-7900 JOHN W.BIRKHOFF,P.E. GARY C.HENDRICKS.P.E. JOE R.CARTER.P.E. PAUL A.CARL!NE,P.E. MATT HICKEY.P.E. February 6,2012 ANDREW MATA.JR.,P.E. JOSEPH T.GRAJEWSKI,III,P.E. Mr. Chris Hoisted,P.E. City Engineer City of Wylie 300 Country Club Road Wylie, Texas 75098 Re: West Brown Street Paving&Drainage Improvements Recommendation for Award of Contract Dear Mr. Hoisted: We checked the bids received at 2:00 p.m.on January 19,2012, for construction of the West Brown Street Paving&Drainage Improvements project and are returning the original bid documents and bid bonds with this letter,we understand you will return the bid bonds. Two copies of the Bid Tabulation are enclosed for your use. McMahon Contracting,Inc., submitted the lowest Base Bid(Schedules I through 4) in the amount of $6,863,381.53. The Base Bid includes Paving and Drainage(Schedule 1), 12"Water Lines(Schedule 2), 8" Sanitary Sewer(Schedule 3)and Traffic Signal at Westgate(Schedule 4). McMahon Contracting, Inc. submitted a total bid of$607,932.90 for the Alternate Bids including Alley Paving and Sanitary Sewer (Schedule 1A), Brick Screening Wall(Schedule 2A), Landscape and Irrigation Improvements(Schedule 3A) and Street Illumination(Schedule 4A). The total amount for the Base Bid plus all Alternate Bids is $7,471,314.43. Addendum No. 1 informed bidders that the City may elect to only award the foundations and conduits from the Street Illumination Bid(Schedule 4A)and have Oncor furnish and install the poles, fixtures,wiring and other items. Oncor said that either they or a certified contractor need to install those items in order for them to maintain the lighting system. The amount bid by McMahon Contracting, Inc. for that work is $192,500. Oncor's approximate cost for completing a turn-key project is $250,000.00. The City would have the responsibility of maintaining the lighting system if that portion of the project is awarded. Coordination of schedules between the roadway contractor and Oncor could be an issue if Oncor does a turn-key project. We have experience working with McMahon Contracting, Inc. and the City also has experience working with them on similar projects. In our opinion,they have the qualifications necessary to successfully complete this project. Texas American Public Works Association 2011 Awardee Environmental Project of the Year$2-$IO Million — Columbian Pump Station Rehabilitation cler ewylie}2008-102 w brown street p&dletteralorecomer.d award.docx Texas Firm F526 Mr. Chris Hoisted, P.E. February 6, 2012 West Brown Street Paving and Drainage Improvements Recommendation of Award Page 2 of 2 Accordingly,we recommend that the City of Wylie accept the bid of McMahon Contracting, Inc. and award them a contract for construction of the West Brown Street Paving&Drainage Improvements project. Depending on if the City desires to award only the base bid or the base bid in combination with one or more alternates the contract amounts and construction time for the major options are shown in the following table: Option Base Bid Alt. lA Alt. 2A Alt. 3A Alt.4A Total Time-Final Minimum Alley I Screening Landscape Street Lighting Amount Calendar rrai `iiiibaiivu a/a).'s A $6,863,381.53 -- -- -- -- $6,863,381.53 630 , B $6,863,381.53 $65,164.70 $43,536.00 -- -- $6,972,082.23 630 C $6,863,381.53 $65,164.70 $43,536.00 $224,232.20 -- $7,196,314.43 660 D $6,863,381.53 $65,164.70 $43,536.00 $224,232.20 *$275,000.00 $7,471,314.43 720 E $6,863,381.53 $65,164.70 $43,536.00 $224,232.20 **$82,500.00 $7,278,814.43 720 * The total amount bid is a complete installation and the City would operate and maintain street lights. ** This amount includes conduit and foundations with Oncor operating and maintaining street lights,but does not include Oncor's cost for everything other than conduits and foundations. We recommend the City award the contract based on Option E if there are sufficient funds, which includes all alternatives but Oncor would perform all the lighting work other than the conduits and foundations. We are available to discuss this project and our recommendation at your convenience. Sincerely yours, e" Joe R. Carter, P.E. Enclosures Texas American Public Works Association 2011 Awardee Environmental Project of the Year$2-$10 Million — Columbian Puma Station Rehabilitation j skricaltwylk 2608-102 w brown strew p&d krters'lc,rocomend award.docx Texas Firm F526 CITY OF WYLIE, TEXAS West Brown Street Paving,Drainage&Utility Improvements Country Club Road to North Ballard Avenue BID SUMMARY Bids Received at 2:00 p.m.,Thursday,January 19,2012 TOTAL BID ' BASE BID SCHEDULE Base Bid ALTERNATE BID SCHEDULE Alternate BASE plus Contractor Sch.I Sch.2 Sch.3 I Sch.4 Amount Sch.IA I Sch.2A I Sch.3A J Sch.4A Bid Amount ALTERNATE I. McMahon Contracting,L P P.O.Box 153086 Irving,Texas 75015 $6,278,752.08 $ 415,660.02 $ 37,866.73 $ 131,102.70 $ 6,863,381.53 $ 65,164.70 $ 43,536.00 $ 224,232 20 $ 275,000 00 $ 607,932.90 $ 7,471,314.43 2. Mario Sinacola&Sons 10950 Research Rd Frisco,Texas 75033 $6,602,757,15 $ 508,885.00 $ 54,630.00 $ 121,069.30 $ 7,287,341.45, $ 85,842.00 $ 69,868.00 $ 207,098 50 $ 254,700 00 $ 617,508.50 $ 7,904,849.95 3. Lone Star Civil Construction,Inc 4320 Windsor Centre Trail#500 Flower Mound,Texas 75028 $6,909,677.45 $ 428,535.75 $ 31,690.88 $ 118,394.59 S 7,488,298.67 $ 58,080.45 $ 68,396.18 $ 191,253.20 $ 249,029.58 $ 566,759.41 $ 8,055,058.08 Tiseo Paving Company 419E Hwy 80 Mesquite,Texas 75150 $6,870,364.83 $ 431,332.50 $ 30,834.25 $ 125,714.25 $ 7,458,245.83 $ 61,973.90 $ 86,434.00 $ 202,471.00 $ 262,485.00 $ 613,363.90 $ 8,071,609.73 5 Tri-Con Services 3010 W Main St. Rowlett,Texas 75088 $6,799,131 35 $ 420,971.50 $ 31,826.05 $ 126,031,10 $ 7,377,960.00 $ 60,305.90 $ 121,026 00 $ 289,020.00 $ 269,940 00 $ 740,291.90 $ 8,1I8,251.90 6 Jackson Construction 5112 Sun Valley Drive Fort Worth,Texas 76119 $6,942,728.50 $ 431,730.00 $ 29,825.00 $ 134,037.00 $ 7,538,320.50 $ 74,654.00 $ 81,922.00 $ 204,020.00 $ 277,500.00 S 638,096.00 $ 8,176,416.50 1 7 Ed Bell Construction Company 10605 Harry Hines Blvd Dallas,Texas 75220 $7,320,596.75 $ 591,080.00 $ 42,340.00 S 140,909.30 '$ 8,094,926.05 $ 97,308.00 $ 101,342.00 $ 226,275.00 $ 329,410 00 S 754,335.00 $ 8,849,261.05 18 AUI Contractors,LLC 4775 North Freeway Fort Worth,Texas 76106 $7,936,051 34 $ 552,925,00 $ 46,230.00 $ I27,071.50 $ 8,662,277.84 $ 62,862.00 $ 71,315 00 $ 192,020 00 $ 250,000 00 $ 576,197.00 $ 9,238,474.84 9 Texas Sterling Construction Co 2100 N.Hwy 360,Suite 106A ' Grand Prairie,Texas 75050 $8,458,602.36 $ 629,143,50 $ 39,610.00 $ 119,204.00 $ 9,246,559.86 $ 75,419.12 $ 65,930.00 $ 195,602,00 $ 250,000,00 $ 586,951.12 $ 9,833,510.98 10. Glenn Thunnan,Inc. PO Box 850842 Mesquite,Texas 75185-0842 $8,560,434.55 $ 442,360.00 $ 33,245.00 $ 121,069.30 S 9,157,108.85 $ 105,064.00 $ 111,650.00 $ 286,608.50 $ 254,700.00 $ 758,022.50 $ 9,915,131.35 1 1ckexMWr1p2mB-1o7 W dewed Seed PlbSpeedlech SpnVD6PR BSI du Page of I TABULATION OF BIDS Dale: January 19,2012 Project: CITY OF WYLIE,TEXAS BIRKHOFF,HENDRICKS&CARTER,L.L.P. McMahon Contracting,LP Mario Sinacola&Sons Lone Star Civil Construction,Inc Tiseo Paving Company West Brown Street Paving,Drainage&Utility Improvements PROFESSIONAL ENGINEERS P 0 Box 153086 10950 Research Rd. A320 Windsor Centre Trail 8500 419 E.Hwy.80 Comity Club Road to North Ballard Avenue Dallas,Texas Irving,Texas 75015 Frisco,Texas 75033 Flower Mound,Texas 75028 Mesquite,Texas 75150 Item Approxamate u Unit Bid I Unit Bid nil ^` Unit Bid I r N. Quantities Unit Description A Price 1 Extension Price Extension Price Extension Price Extension BASE BID SCHEDULE NO. 1 p Paving&Drainage Improvements 1-101 90 Sta. Prepare Right-of-Way,including Clearing,Grubbing&Gravel Dnve Removal 53,500.00 $ 315,000.00 $6,110.00 S 549,900.00 $7,710.00 S 693,900.00 $5,410.00 $ 486,900.00 1-102 6,700 S.Y. Remove and Properly Dispose of Rein(.Concrete Pavement or Walk ( S4.27 S 28,609.00 $6.00 $ 40,200.00 $5.34 S 35,778.00 $6.70 5 44,890.00 1-103 28,170 S,Y. Remove and Properly Dispose of Asphaltic Concrete Pavement $2.30 $ 64,791.00 $3.00 S 84,510.00 $2 18 $ 61,410,60 S2.10 5 59,157 00 1-104 3,224 L F For Saw-Coiling Concrete Pavement or Walk or Asphalt S 138, S 4,449 12 $2.00 S 6,448.00 S0.48 S 1.547.52 54.15 S 13,379.60 I-105 27,960 C Y Unclassified Street Excavation $7 50 $ 209,700.00 S6.00 S 167,760.00 $7 42 $ 207,463.20 S6.30 $ 176,148 00 1.106 31,650 S.Y. Furnish&Place Topsoil 14-inches) S0.94 $ 29,751.00 $0.50 $ 15,625,00 $2.44 $ 77,226.00 $2.00 $ 63,300.00 1-107 14,690 S.Y. Furnish,Install&Maintain Hydromulch $0.30 $ 4407.00 $0.76 $ 11,164.40 50,34 $ 4,994.60 $0.36 S 5,288.40 I-108 16,960 S.Y. Furnish,Install&Maintain Solid Block Sod Bermuda $1.75 $ 29,680.00 S2.35 5 39,856.00 $1.96 S 33,241.60 $2,10 $ 35.616.00 1-109 61,050 S.Y. Construct I2-inch Lime Stabilized Subgrade $2.62 S 159,951.00 $3.50 S 213,675.00 S2 46 S 150,183.00 $2.75 $ 167,887 50 1-110 2,076 Tons Furnish&Install Unse Slurry(r@ii 6811(S Y) S141.00 S 292,716.00 S135.50 S 281,298.00 $l48 12 S 307,497.12 $146.00 $ 303,096.00 1.111 54,050 S Y Construct 8-inch Jointed Reinforced Concrete Pavement 532.11 $ 1735,545.50 $30.70 $ 1,659,335.00 $34 61 $ 1,870,670.50 $33.15 S 1,791,757 50 1-I 11A 3,470 S Y Construct 8-inch High Early Strength Reinforced Concrete Pavement 547.71 $ 165,553.70 $37.00 S 128,390.00 $63 19 S 219,269.30 $44.95 S 155,976.50 1-112 27,320 L F Construct 6-inch Monolithic Concrete Curb $1 13 5 30,871.60 $1.00 $ 27,320.00 51.05 S 28,686.00 SL75 S 47.810.00 1-113 224 L.F Construct Reinforced Concrete Street Header S8.56 $ 1,917.44 $20.00 $ 4,480.00 SI3.84 $ 3,100.16 $10.00 S 2,240 00 1-114 2,834 S Y Construct 6-inch Reinforced Concrete Driveway S34.60 S 98,056.40 S45.00 $ 127,530.00 $36.96 $ 104,744.64 $33.00 $ 93,522.00 1-115 76 S.Y Construct 6-inch Reinforced Concrete Alley(Base Bid) S59.89 $ 4,551.64 $55.00 S 4,180.00 S62.93 $ 4.782.68 $35.00 $ 2,660.00 1-116 50 Ea. Construct 6-inch to 1-inch Curb Transition Sidewalks&Street Intersections S100.00 S 5,0130.00 8200.00 S 10,000.00 $63 54 $ 3,177.00 S77.25 S 3,862.50 1-117 7,987 S Y Construct Reinforced Concrete Sidewalk $26 76 5 213,732 12 $31.00 S 247,597 00 $28 32 $ 226,191.84 $27 90 S 222,837 30 1-118 510 L.F. Construct 6-inch to 12-inch Concrete Curb For Sidewalk $1.74 $ 887.40 S20.00 S 10,200.00 S7.59 $ 3,870.90 $10.50 S 5,355.00 1-119 291 L.F. Construct Undercut Street Header at Existing Concrete Street Pavement $7.53- $ 2,191.23, $15.00 S 4,365.00 $15.45 S 4,495.95 $10.00 5 2,910.00 1-120 108 L.F. Construct Railroad&StreetHeader 56.82 $ 736.56 $50.00 S 5,400.00 $75.22 $ 8,123.76 S75.00 S 8,100.00 1-121 32 Ea. Construct Barrier Free Ramps $683 38 S 21,868 16, S1,000.00 S 32,000.00 S696.79 S 22,297.28 5800.00 S 25,600.00 .ics,<„iw,tcunox-rm W Drown Semi Patrspernlwt spawo.tktas2 xlma 1'uge 1 of 30 TABULATION OF BIDS Date: January 19,2012 i eject: CITY OF WYLIE,TEXAS BIRKHOFF,HENDRICKS&CARTER,L.L.P. McMahon Contracting,L.P Mario Smacola&Sons Lone Star Civil Construction.Inc. Tiseo Paving Company West Brown Street Paving,Drainage&Utility Improvements PROFESSIONAL ENGINEERS P O.Box 153086 10950 Research Rd. 4320 Windsor Centre Trail 8500 419 E Hwy 80 Country Club Road to North Ballard Avenue Dallas,Texas Irving,Texas 75015 Frisco,Texas 75033 Flower Mound,Texas 75028 Mesquite,Texas 75150 tem pproxrmate Unit Bid Unit Bid f net ® Unit Bid Na. Quantities Unit Descr^ i tion . Price Extension Price Extension Il Price Extension Price Extension 1-122 i 12 Ea Construct Lanscape Maintenance Ramp $255.00 S 3,060.00 S350.00 $ 4,200.00 S371.60 S 4,459 20 $300.00 S 3,600.00 1-123 3,660 LE Remove&Replace 4-Strand Barbed Wire Fence $5.00 $ 18,300.00 $4.60 5 16,836.00 $4.50 $ I6,470.00 S6.28 S 22,984.80 1-124 60 L.F Remove&Replace Chain Link Fence S20.00 $ 1.200.00 $30.00 $ 1,800.00 S29.34 $ 1,760.40 S37.00 S 2,220.00 1-125 30 L.F Remove&Replace 6-Foot Wood Privacy Fence S30.63 S 918.90 $40.00 $ 1,200.00 S39.12 S 1,173.60 $50.00 S 1,500.00 1-126 10 L.F Remove&Replace 8-Foot Wood Privacy Fence S44.28 $ 442.80 S60.00 $ 600.00 $58.67 S 586.70 $85 D0 S 850.00 1-127 10,020 S.F Construct Brick Median Pavers with 4"Non-reinforced Concrete S5.77 S 57,815.40 $6.00 S 60,120.00 58.24 S 82,564.80 $7 75 $ 77,655 00 1-128 10 Mo. Furnish,Install&Maintain Phase-1 Traffic Control Devices.Markings&Signage S6,831.48 S 68,314.80 $7,500.00 $ 75 000,00 $7,139.72 S 71,397.'20 S13,000.00 $ 80,000.00 1-129 6 Mo. Furnish,Install&Maintain Phase-2 Traffic Control Devices,Markings&Signage $4,378.75 S 26,272.50 $4,000.00 S 24,000.00 $8,415.07 $ 50,490,42 58,000.00 S 48,000.00 1-130 3 Mo. Furnish,Install&Maintain Phase-3 Traffic Control Devices,Markings&Signage S1,629.50 S 4,888.50 $2,500.00 $• 7,500.00 $9,099.59 $ 27,298.77 58,000.00 S 24,000.00 1-131 18,020 S Y Construct 6-inch Type"D"Base Temporary HIVIAC Pavement&Embankment 539.l7 $ 705,843.40 $30.00 $ 540,600.00 S23.75 S 427,975.00 $37.00 S 666,740.00 1-132 18,020 S.Y Remove 6-inch Type"D"Base Temporary HMAC Pavement&Embankment $2.30 $ 41,446,00 $3.00 S 54,060.00 $5.20 S 93,704.00 $10.00 S 180,200.00 1-133 17,840 L.F Furnish&Install Broken White Line Traffic Buttons S0.72 $ 12,844.80 50.53 $ 9,455.20 S0.64 $ 11,417.60 $0.67 S 11,952.80 1-134 3,623 Ea Furnish&Install Single Line Yellow Reflective Raised Pavement Markers $2.82 S 10,216.86 S3.19 S 11,557 37 S1 27 S 4,601.21 $1.34 $ 4.854.82 1-135 1,104 Ea. Furnish&Install Double Lane Yellow Reflective Raised Pavement Markers $2.82 S 3,113.28 $3.19 $ 3,521,76 $2,44 $ 2,693 76 52.58 S 2,848.32 1-136 1,704 L.F Furnish&Install Turn Bay Lane S2.82 S 4,805.28 $1.03 $ 1,755.12 $2.44 5 4,157 76 $2.58 S 4,396.32 1-137 382 L.F Furnish&Install 12'Double White Stop Line S3.30 S 1,260.60 S2.44 $ 932.08 $4.11 $ 1,570.C2 S4.35 I 1,661.70 1-138 1,357 L.F Furnish&Install 6"White Thermoplastic Pedestrian Crossing Line $1.54 $ 2,089.78. $2.91 $ 3,948.87 $3.57 $ 4,844.49 S3 76 $ 5.102.32• 1-139 11 Ea. Furnish&Install White Thermoplastic Marking"ONLY' S149.00 S 1,639.00! S162.39 S 1,786.29 S244.47 S 2,689 17 5260.00 $ 2,860.00 1-140 4 Ea Furnish&Install White Thermoplastic Marking-Straight&Turn Arrow S182.00 $ 728.00 I 5129.91 S 519.64 S4I5.60 S 1,662.40 4 S440.00 S 1,760.00 1-141 17 Ea. Furnish&Install White Thermoplastic Marking-Turn Arrow $138.00 $ 2,346.00 $129.91 $ 2,208.47 S220.02 $ 3,740.E S250.00 S 4,250.00• 1-142 2 Ea. Furnish&Install White Thermoplastic Marking-Railroad Crossing - S578.00 $ 1,156.00 S703.69 $ 1,407.38_ S440.05 $ 880.10 $465.00 $ 930 00, 1-143 391 S.F. Furnish&Install Aluminum Signs $23.10 $ 9,032,10 f $22.25 I 8,699.75: $8 07 $ 3,155.37 $8.50 $ 3.323 50 j 1-144 53, Ea. Furnish&Install Small Roadside Sign Assembly(Type`A") S292.00 $ 15.476,00I 5223,00 5 11.819,00 I $268,92 5 14,252.76 $285,00 $ 15,105.00 1 tu•wx.nwytteuneo-teaw Prowl Surd CADTeth-Spe:wa-Pansx.risz Page 2 of 30 TABULATION OF BIDS Date: January 19,2012 Project: CITY OF WYLIE,TEXAS BIRKHOFF.HENDRICKS&CARTER,L.L.P. McMahon Contracting,LP Mono Srnecola&Sons Lane Star Civil Construction,Inc. Tiseo Paving Company West Brown Street Paving,Drainage&Utility Improvements PROFESSIONAL ENGINEERS P 0 Box 153086 10950 Research Rd 4320 Windsor Centre Trail a500 419 E Hwy.80 Country Club Road to North Ballard Avenue Dallas,Texas Irving,Texas 75015 Frisco,Texas 75033 Flower Mound,Texas 75028 Mesquite,Texas 75150 Item Approximate Unit Bid Intl Bid Unit Bid s Unit Bid No. Quantities Unit Description -Price Extension Price Extension Price Extension Price i Extension 1 1-145 I Ea_ Furnish&Install Small Roadside Sign Assembly(Type"A-1") $292.00 S 292.00 5223.00 $ 223.00 S317.81..$ 317.81 ; I350.00 $ 350.40 Furnish&Install 18-inch Reinforced Concrete Pipe(Class III)by Open Cut IN/Class C 1-146 5,013 LF, Embedment S45.06 $ 225,885.78 $53.00 I 265,689.00 $46.19 $ 231,550.47,,, S37.10 $ 185,982.30 Furnish&Install 21-inch Reinforced Concrete Pipe(Class III)by Open Cut witless C 1-147 1,320 LF Embedment $53.57 $ 70,712.40 S55.00 S 72,600.00 S54.86 S 72,415.20' $38.15 $ 50,358.00 Furnish&Install 24-inch Reinforced Concrete Pipe(Clam III)by Open Cut w/Claas C ' 1-148 995 LF Embedment $60.54 $ 60,237.30 559.00 S 58,705.00 S49.81 S 49,560.95 i $42.25 $ 42,038.75 Furnish&Install 27-inch Reinforced Concrete Pipe(Clan 113)by Open Cut wfCless C 1-149 1,037 L.F Embedment $66.98 S 69,458.26 $65.00 $ 67,405.09 S5892 $ 61,10004 84740 S 49,153.80 Furnish&Install 27-inch Reinforced Concrete Pipe(Clam III)by Dry Bore 442"Steel 1-150 270 L.F Encasement(314"Thick) 5582.29 5 157,218.30 5685.00 S 184,950.00 S536.80 $ 14036,00 S795.00 5 214,650 00 Furnish&Install 30-inch Reinforced Concrete Pipe(Class III)by Open Cut ea/Class C 1-151 851 L.F Embedment _ $84.65 $ 72,037 15 $71.00 $ 60,42100 $72.23 S 61,467.73 S53.60 5 45,613.60 Furnish&Install 36-inch Reinforced Concrete Pipe(Class 11I)by Open Cut wiClass C 1-152 234 L.F Embedment S112.31 $ 26,280.54 $92.00 $ 21,528.00 $85.34 S 19,969.56 $70.05 $ 16,391 70 Furnish&Install 39-inch Reinforced Concrete Pipe(Class III)by Open Cut WlCless C 1-153 136 L.F Embedment $127.82 S 17,383.52 S110.00 S 14,960.00 5136.51 $ 18,565.36 $84.50 I 11,492.00 1-154 180 LF Construct(3)10's x 6'r Reinforced Concrete Box Culvens w'8-Inch Crushed Stone Base • S893.00 $ 160,740.00 $1,100.00 $ 198,000.00 $1,741.25 S 313,425.00 $1,165.00 5 209,700.00 1-155 4 Ea. Construct Parallel Wingwalls(PW)with Apron 1.7-10'x6'Culver) 1 S27,825.00 S 111,300.00 S34,000.00 S 136,000.00 $28,727.09 S 114,908.36 S28,850.00 S 115,400.00 1-156 94 L,F Construct(2)8's x 4'r Reinforced Concrete Box Culverts wi 8-Inch Crushed Stone Base 5483.00 S 45,402.00 S560.00 S 52,640.00 $1,007 13 $ 94,670.22 $640.00 5 60,160.00 ' 1-157 2 E. Construct Parallel Wingwalts(PW)with Apron(2-8'x4'Culvert) 1 $8,820.00 S 17,640.00 SI2,000.00 S 24,000.00 $9,731.66 S 19,463.32 $9,100,00 $ 18,200.00 1-158 480 L.F Constrict C221 Traffic Rail on Culvert Parallel Wingwalls 599.55 S 47,784.00 S90.00 S 43,200.00 $91.18 $ 43,766.40 $93,25 I 44,760,00 1-159 452 L F Provide Temporary IS-inch Pipe Culvert&Remove 512.25 S 5,537.00 555.00 $ 24,860.00 523.42 S 10,585,64 535.04 S 15,84_2.60 1-160 90 L.F Provide Temporary 24-inch Pipe Culvert&Remove $12.31 $ 1,107.90 $64.00 S 5,760.00 S29.10 $ 2,619.00 $39.15 5 3,523.50 1-161 40 L.F Provide Temporary 48-inch RCP Culvert&Remove S23.07 S 922.80 S 125.00 S 5,000.00 $38.76 S 1,550.40 559.75 $ 2,390.00 1-162 100 L.F Furnish&Install MBGF With Wood Posts S1700 S 1,700,00 $15.50 $ 1,550,00 $20,29 $ 2,029.00 S22.00 $ 2.200.00 1-163 4 Ea. Furnish&Install TxDOT Standard SOT(7)HB-03A $2,062,00 $ 8,248,00 $1,875.00 $ 7,500,00 $2.884,76 $ 11,539.04 $3,100,00 $ 12,400 00 1-164 8 Ea. Fumrsh&Install MBGF Transition('17.2) $660.00 $ 5,280.00 $600.00 5 4,800.00 $757.86 $ 6,062.88 $800.00 $ 6,400,00 1-165 4 Ea. Furnish&Install MBGF Tamale]Anchor Section $522,00 $ 2,088.00 $475.00 $ 1,900.00 $507 28 $ 2,029.12 $600.00 $ 2,400.00 1-166 I Ea. Construct 2-Grate Inlet $1,890.00 $ 1,890,00 $1,850.00 5 1,85000 $2,628 92 $ 2,628,92 $2,270,00 $ 2,270,00 1lele s.5W,ybe12aea-IDS W IanwvSveei P&1riSpahlnM5pe a6.ra.a5.2.xta Page 3 of 3o TABULATION OF BIDS i• RIESEg Date January 19,2012 Project: CITY OF WYLIE,TEXAS BIRKHGFF,h ENDRICKS&CARTER,L.L.P. McMahon Contracting,L.P Mono Sinacala&Sons Lone Star Civil Construction,Inc Tisco Paving Company West Brown Street Paving,Drainage&Utility Improvements PROFESSIONAL ENGINEERS P O Box 153086 10950 Research Rd 4320 Windsor Centre Trail 8500 419 E Hwy 80 Country Club Road to North Ballard Avenue Dallas,Texas Irving,Texas 75015 Fresco,Texas 75033 Flower Mound,Texas 75028 Mesquite,Texas 75150 Item Approximate Unir rfi4 Unit Bid Unit Bid Unit Bid a No. 'quantities Unit Descr lion Price Extension Price Extension Price Extension Price Extension 1-167 17 Ea. Construct 6-Fool Recessed Curb blot $2,100.00 S 35,700.00 $2,050.00 $ 34,850.00 $1,993.29 S 33,885.93 $2.370.00 S 40,290.00 1-168 3- Ea. Construct 6-Foot Standard Curb Inlet S2,100,00 $ 6,300.00 52,050.00 $ 6,150.00 S1,919.96 S 5,759.138 S2,270.00 5 6,610.00 1-169 7 Ea. Construct 8-Foot Recessed Curb Inlet S2,205.00 S 15,435,00 $2,150.00 $ 15,050.00 S2,384.45 $ 16.691,15 52,765.00 S 19,495.00 1-170 2 Ea. Construct 8-Foot Standard Curb Inlet $2,205.00 $ 4,410.00 $2,150,00 $ 4,300.00 , 52,262.21 S 4,524.42 $2,680.00 S 5,360.00 1-171 13 Ea. Construct 10-Foot Recessed Curb Inlet $2,415.00 $ 31,395.00 S2,350.00 S 30,550,00 S2,628 92 S 34,175 96 S3,040.00 S 39,520 00 1-172 1 Ea Construct 10-Foot Standard Curb Inlet $2,415.00 S 2,415.00 $2,350.00 S 2,350.00 $2,433 34 $ 2,433.34 $2,885.00 $ 2,885.00 1-173 3 Ea. Construct 12-Foot Recessed Curb Inlet $2,730.00 S 8,190.00 $2,650.00 S 7,950.00 S2,897.84 S 8,693.52 S3.300.00 $ 9,900.00 1-174 1 Ea. Construct I2-Foot Standard Curb Inlet $2,730.00 S 2,730.00 $2,650.00 $ 2,650.00 S2,628.92 S 2,628.92 $3,200.00 S 3,200.00 1-175 I Ea Construct I4-Foot Standard Curb Inlet $3,150,00 S 3,150.00 $3,050.00 S 3,050.00 $2,873.40 S 2,873.40 S3,400.00 $ 3,400.00 1-176 2 Ea Construct 20-Foot Recessed Curb Inlet $3,675.00 $ 7,350.00 $3,550,00 $ 7,100.00 54,535.80 $ 9,071.60 $5,260.00 S 10,520.00 1-177 I Ea. Construct TxDOTType II Curb and Grate Inlet $2,625.00 $ 2,625,00 $2,600.00 $ 2,600.00 S2,628.92 S 2,628.92 $3,400.00 S 3,400.00 1-178 1 Ea Construct TxDOTType II Curb and Grate Inlet With 2 Extensions $4,410.00 S 4,410.00 S4,300.00 S 4,300.00 $3,900.17 $ 3,900.17 $5.360.00 S 5,360.00 1-179 220 L.F Construct TxDOT Slotted Drain S128.05 S 28,17100 , S150.00 ,5 33,000.00 586.41 S 19,010.20 S132.00 S 29,040.00 1-180 3 Ea, Construct 4'x 4'Wye Inlet With Apron $1,890.00 S 5,670.00 51,850.00 $ 5,550.00 S2,775.61 S 8.326 83 $3,615.00 S 11,445.00 1-181 24 Ea Construct 4-ft or 5-ft Type"B"Storm Sewer Manhole S2,888.00 S 69,312.00 $3,500.00 $ 84,000.00 $2,715.33 5 65,167 92 $3,400.00 S 81,600.00 1-182 2,790 C Y, Unclassified Channel Excavation $10.69 $ 29,825.10 $10.00 $ 27,900,00 $7,67 5 21,399.30 S12.40 S 34,596.00 1-183 454 C Y. Construct Gillman Channel Lining $215.00 $ 97,610,00 $200.00 $ '00,800.00 $150.79 $ 68,458.66 S216.50 S 98,291.00 1-184 430 S.Y Construct Concrete Pilot Channel $70.88 S 30,478,40 595,00 S 40,850.00 860.17 $ 25,873.10 S87.55 $ 37,646.50 1-185 532 S Y Construct Reinforced Concrete Riprap(5-Inches) S56.70 S 30,164.40 555.00 $ 29,260.00 S43.03 S 22,891 96 S69 10 S 36,761 20 1-186 3 Ea. Adjust Existing 6-Inch Water Line $2,763.26 5 8,289.78 $3,500.00 S 10,500.00 51,568.84 $ 4,706.52 $3,100.00 S 9,300.00 1-187 5 Ea. Adjust Existing 8-Incb Water Line 53,180.16 $ 15,900.80. $3,750.00 S 18,750.06 S2,231 85 $ 11,159.25 $3,610.00 $ 18,050.00 1-188 96 L.F Remove&Dispose of 60"R,C C P Water Line S22.00 S 2,112 00. S100.00 S 9,600.00 $65.04 S 6,243.84 S24,75 S 2,37600 1-189 4 Ea. Furnish&Install Permanent Plugs for 60"R C.0 P Water Line $250 DO S 1,000.00• S1,500.00 S 6,000.00 S6,059.82 $ 24,239 28 $7,210.00 $ 28,840 00- 1 K'In cartWybe420ea-102 W Hmwn St i PAiriSpaakTcchSpaclwbPRHS 2 xlax Page 4 of 30 TABULATION OF BIDS EID OF Date: 3anaay 19,2012 Project: CITY OF WYLIE,TEXAS BIRKHOFF,HENDRICKS&CARTER,L.L.P. McMahon Contracting,LP Mario Sinacola&Sans Lone Star Civil Construction,Inc Tiseo Paving Company West Brown Street Paving,Drainage&Utility Improvements PROFESSIONAL ENGINEERS P O.Box 153086 10950 Research Rd. 4320 Windsor Centre Trail 8500 419 E Hwy 80 Country Club Road to North Ballard Avenue Dallas,Texas Irving,Texas 75015 Frisco,Texas 75033 Flower Mound,Texas 75028 Mesquite,Texas 75150 Item Approximate - 7521113nil Bid Unit Bid Unit Bid i Unit 18 No. Quantities _ Unit Descri3rtion _ Price Extension Price Extension Price Extension Price Extension I-190^ 37 Ea. Remove&Properly Dispose of Small Drainage Structures(Pipe Culverts&Headwalls) S500.00 I 18,500.00 $1,000.00 S 37,000.00 S477.66 5 17,673.42 $515.00. $ 19,055 00 1-191 4 1 Ea. Remove&Properly Dispose of Large Drainage Structures{Box Culverts&Headwalls) I1,000.00 S 4,000.00 $5,000.00 S 20,000.00 S 1,194.16 S 4,776.64 55,150,00 $ 20,600.00 1-192 15,850! L.F Furnish.Install&Maintain Sediment Control Fence $1.27 S 20,129.50 $1.00 S 15,850.00 $1 13 S 17,910,50 $1.18• $ 18,703.00 1-193 15,850: L.F Sediment Control Fence(Remove) S0.50 S 7,925.00 50.20 5 3,17000 $0.16 S 2,536.00 S0.10 5 1,58500 1-194 70 Ea. Furnish,Install&Maintain Inlet Erosion Protection Device $61.00 S 4,270.00 550.00 S 3,500.00 $83 12 5 5,818.40 552.00 S 3.640.00 1-195 70 Ea. Inlet Erosion Protection Device(Remove) S1 1.00 S 770.00 55,00 I 350.00 1196 S 137.20 $5 50 $ 385.00 1-196 160 L.F. Furnish,Install&Maintain Rock Filter Darns(Type I) $18 70 5 3,366.00 S14.00 5 2,520.00 S15.89 I 2,860.20 $14.00 $ .1,520.00 1-197 180 L.F. Rock Filter Dams(Type 1)(Remove) $8.80 S 1,584.00 $7.00 5 1,260.00 54.16 5 748.80 54.65 I 837.00 1-198 150 S.Y Furnish.Install&Maintain Construction Entrance/Exit(Type 2) $15.00 I 2.250.00 $10.04 S 1,506.00 57.09 $ 1,063.50 514.50 5 2,175.00 1-199 150 S Y Construction Entrance/Exit(Type 2)(Remove) IS 00 I 750.00 56,74 5 1,011.00 $2.69 I 403.50 54.65 $ 697 50 1-200 10,130 L.F Design and Implement Trench Safely Systems S0.50 I 5,065.00 $1.00 I 10,130.00 f 1.18 I 11,953.40 $1.05 $ 10,636.50 1-201 2 Ea. Remove and Reconstruct Existing Business Sign $500.00 5 1,000.00 52,970.51 I 5,941.02 $4,389.43 I 9,778.86 $1,000.00 I 2,000.00 1-202 4,050 L.F Furnish&Install 4-Inch PVC Conduit w'Delectable Tape(Irrigation) S5.28 5 21,384.00 S4.80 I 19,440.00 $4.69 S 18,994 50 55.00 I 20,250.00 1-203 1,142 L.F Furnish&Install 2-Inch PVC Conduit la/Detectable Tape(Street Lighting) $3.74 I 4,271 08 53,40 5 3,882.80 53.32 5 3.791.44 $3.50 S 3,997.00 1-204 270 L.F Furnish&Install 2-Inch PVC Conduit Attached To Casing Spacers(Street Lighting) 52.86 $ 772,20 $8 00 $ 2,160 00 $2.54 I 685.80 $2.70 $ 729.00 1-205 3 Ea Furnish&Install Electrical Pull Box or Hand Hole(Street Lighting) $478.00 I 1,434,00 $435.00 $ 1,305.00 $425,38 I 1,276.14 5450.00 S 1,350.00 1-206 l L.S Provide and Implement Storm Water Pollution Prevention Plan 51,210.00 $ 1,210.00 $10,100.06 $ 10,100.00 $3,090,12 $ 3,090.12 $5,200.00 I 5,200,00 1-207 800 L.F Construct and Remove Temporary Fencing $6.60 S 5,280.00 S4.40 S 3,520.00 S3.91 S 3,128.00 $5.60 S 4,48000 1-208 1 900 L_F Remove&Dispose Of Concrete Curb&Gutter 34.75 S 9,025.00 57.00 $ 13,300.00 S3.05 S 5,795.00 S8.25 I 15,675.00 1-209 2 Ea. Furnish&Install Project Sign S401.00 $ 802.00 $600.00 $ 1,200.00 $577.31 $ 1,154.62 $500.00 $ 1,000.00 1-210 1 1 L.S. Owner's Contengencies Allowance S200,000.00 $ 200,090.00 S200,000.00 $ 200,000.00 $200,000.00 $ 200,000.00 $200,000.00 $ 200,000.00 AMOUNT OF BASE BID-SCHEDULE 1 (Items 1-101 Through 1-210} 5 6,273,752,03n $ 6,602,757.15 I 6,909.677.45 $ 6,870,364,83e JACIfficaM1WFWIDOS.102 w MOM Sum t'ALKSp sATal4tiPx7aGPRRs-14" 1'agr 5 of 30 TABULATION OF BIDS Date: January 19,2012 Project: CITY OF WYLIE,TEXAS BIRKHOFF,HENDRICKS&CARTER,L.L.P. McMahon Contracting,LP Mario Sinacola&Sons Lone Star Civil Construction,Inc Toro Paving Company West Brown Street Paving,Drainage&Utility Improvements PROFESSIONAL ENGINEERS P 0 Box 153086 10950 Research Rd. 4320 Windsor Centre Trail 8500 419 E Hwy 80 Country Club Road to North Ballard Avenue Dallas,Texas Irving,Texas 75015 Frisco,Texas 75033 Flown Mound,Texas 75028 Mesquite,Texaa 75150 Item Approximate -�`" {Inst I4id Bid Uniti Na. auantities Unit Description Price Extension Unit I Price _ Extension ` Pricked Urtit Extension PriceHid Extension BASE BID SCHEDULE NO. 2 12-Inch Water Line Improvements 2-101 5,335 L.F Furnish&Install 12-Inch PVC Water Lme w/Class B+Embedment by Open Cut $41.89 $ 223,483.15 $49.00 $ 261,415.00 S38.19 S 203,743.65. S39.80 I 212,333 00 2-102 60 L F Furnish&Install 12-Inch PVC Water Line w/Class G Embedment by 01,ien Cut $61.46 S 3,687.60 S60.00 $ 3,600.00 $76.28 $ 4,576.80 S44.50 S 2,670.00 Furnish&Install 12-Inch Water Lute with 24-Inch Steel Encasement(3/8"Thick)and Carrier , 2-103 105 L.F Pipe by Open Cut SI16.45 S 12,227.25 S180.00 S 18,900.00 S365.35 S 38,361.75 SI15.40 S 12,117.00 rtftiusil aC maran i6-aicil mini Line whin L4-nrui awes r,ntasetitenr tiio 11186K)anal-at ier 2-103A 225 L.F Pipe by Other Than Open Cut $226.51 $ 50,964.75 $375.00 $ 84,375,00 S264.51 S 59,514.75 S370.85 S 83,441.25 2-104 90 L.F Furnish&Install 6-Inch Water Line w/Class B+Embedment by Open Cut $25.52r S 2,296.80 S45.00 S 4,050.00 516.32 S 1,468.80 $21.65 I 1,948.50 2.105 15 Ea. Furnish&Install 12-inch Gate Valve $2,295.43 $ 34,431.45 $2,000.00 $ 30,00000 $2.232.11 S 33,481.65 $2,115.00 S 31,725.00 2-106 13 Ea. Furnish&Install 6-inch Gate Valve $1,072.33 S 13,940.29 $850.00 S 11,050.00 $974.04 S 12,662 52 $930.00 S 12,090.00 2-107 6 Ea. Furnish&Install 4-inch Gate Valve $890.93 $ 5,3.45.58 $750.00 $ 4,500.00 S711.40 S 4,26840 $725.00 S 4,350.00 2-108 I Ea. Furnish&Install 6-inch Blow Off Valve 4 Manhole ` $4,016.80 S 4,016.80 $5,000 00 $ 5,000.00 $5,430.91 S 5,430.91 55,665.00 S 5,665.00 , 2-109 I Ea. Furnish&Install 3-inch Combination Air Release Valve wl Manhole S4,566.80 S 4,566.80 $6,500.00 S 6,500.00 $6,032.43 S 6,032.43 S4,950.00 S 4,950.00 2-110 4 Ea Connect to Existing Water Line I S940.80 S 3,763.20 $2,500.00 S 10,000.00 ' $1,318.02 $ 5,27208 $725.00 S 2.900.00 ; 2-I I1 13 Ea Furnish&Install Standard Fire Hydrant Assembly S2,532.41 S 32,921.33 S3,500.00 S 45,500.00 $2,399.44 -S 31,192.72 S2,I65.00 S 28,145.00 2-112 I L.S. Cut,Plug and Abandon or Remove and Dispose of Existing 12'and 8'Water Linen $6,690.52 $ 6,690.52 52,500.00 $ 2,500.00 54,806.39 $ 4,806.39 8I.445.00 I 1,44500 2-113 10 Ea. Relocate Existing Water Meter and Transfer Water Service S657.70 5 6,577.00 $1.20000 S 12.000.00 S1.089.27 S 10,892.70 S1,050.00 $ 10,500.00 2-114 2 Ea. Install New 3/4-Inch Water Meter $125.00 S 250.00 S250.00 $ 500.00 S89.75 S 179.50 $930.00 S 1,860.00 2-115 2 Ea. install New 1-Inch Water Meter S125.00 S 250.00 S250.00 S 500.00 S89.75 S 17950 $1,240.00 I 2,48000 2-116 2 Ea. Install New 1-1I2Inch Water Meter SI25.00 S 250.0D $250.00 S 500.00 S89.75 S 179.50 $1,340A0 S 2,680.00 2-117 60 L.F. Fumiala&Install 3/4'Copper Water Service S65.00 sS 3,960.00 $22.00 S 1,320.00 S24.76 S 1,485.60 $19.60 S 1,176.00 2-118 10 L.F Furnish&Install 1"Copper Water Service S94.00 $ 940.00 S23.00 S 230.00 S83 58 S 835.80 577 25 S 772.50 2-119 10 L.F. Furnish&Instal/I-1I2"Copper Water Service $103.00 $ I,030.00 $29.00 S 290.00 SI 11.29 S 1,112.90 592.75 S 927.50 2-120 10 L.F. Furnish&Install 2"Copper Water Service $122.00 S 1,220.00 $34.00 $ 340.00- $111.29 $ 1,112.90 S105.10 $ 1,051.00 2-121 5,815 L.F. Design and Implement Trench Safety Systems 50,50 S 2,907 50 S1.00 S 5,815.00 $0.30 S 1,744.50 S1.05 $ 6,105 75 AMOUNT OF BASE BID-SCHEDULE 2(Items 2-101 Through 2-1211 S 415,660.02 S 508,885A0 S 420,535.75 S 431,332,50 1cCkmetWvIo62e0e-102 W Brow!Siren relnspsoaTca.si toe-reitsa.w: fate 6 of 30 TABULATION OF BIDS DIU& pip OF BID OF Date: January 19,2012 Project: CITY OF WYLIE,TEXAS BIRKHOFF.HENDRICKS&CARTER,L.L.P. McMahon Contracting,LP Mario Sinacola&Sons Lone Star Civil Construction,Inc. Tiiseo Paving Company West Brown Street Paving,Drainage&Utility Improvements PROFESSIONAL ENGINEERS P O.Box 153086 10950 Research Rd. 4320 Windsor Centre Trail 6500 • 419 E,Hwy,80 Country Club Road to North Ballard Avenue Dallas,Texas Irving,Texas 75015 Frisco,Texas 75033 Flower Mound,Texas 75028 Mesquite,Texas 75150 Item Approximate Unit ICa Unit Bid Unit Bid Unit Bid t No. Onnntities Unit Description Price Extension Price Extension Price Extension Price Extension 40,' , r ] BASE BID SCHEDULE NO. 3 8-Inch Sanitary Sewer Improvements(Line A) 3-101 395 L.F Furnish&Install 8"PVC Sanitary Sewer wl Class"H"Embedment by Open Cut $42.49 S 16,783.55 F. S6D.00 S 23,700.00 $26.30 $ 10,388.50 $34.25 S 13,528.75 3-102 10 LF Furnish&Install 8"PVC Sanitary Sewer wl Class'6"Embedment by Open Cut $62.63 $ 626.30 S70.00 S 700.00 $91.42 $ 914.20 $44,75 S 447.50 3-103 20 L.F Furnish&Install S"Pressure Pipe Sanitary Sewer wl Class B+Embedment by Open Cut S97.71 S 1,954.20. $65.00 S 1,300.00 $87 74 $ 1,754.80: $80.00 S 1,600.00 3-104 55 L.F Furnish&Install 4"PVC Sanitary Sewer WI Class"H"Embedment by Open Cut S36.61 S 2,013.55 S40.00 $ 2,200.00 S21 70 $ 1,193 50 S28.00 S 1,540.00 3-105 1 Ea- Remove&Backfill Existing Sanitary Sewer Manhole S556.60 $ 556.60 51,250.00 S 1,250.00 S452.14 $ 452 14 $620,00 5 620.00 3-106 1 L.S. Cut,Plug and Abandon or Remove&Dispose of Existing Sanitary Sewer $1,042.25 $ 1,042.25 $1,500,00 5 1,500.00 $1,891.41 S 1,891.41 S210.00 S 210.00 3-107 2 Ea- Construct 4'Diameter Sanitary Sewer Manhole $2,954.69 $ 5.909.38 S5,000.00 $ 10,000.00 $3,749.75 S 7,499.50 $2,700.00 5 5,400.00 3-108 1 Ea. Connect to Existing Sanitary Sewer S639.20 S 639.20 $2,500.00 S 2,500.00 $3,324.23 $ 3,324.23 $210.00 S 210.00 - 3.109 11 Ea. Transfer Existing Sanitary Sewer Services $714.70 $ 7,861 70 $1,000.00 $ 11,000.00 S294.60 S 3.240 60 S570.00 S 6,270.00 3-110 480 L.F Design and Implement Trench Safety Systems SI 00 S 480.00 S1.00 S 480.00 $2.15 S 1,032.00 $2.10 S 1,008.00 AMOUNT OF BASE BID-SCHEDULE 3(items 3-101 Through 3-110) S 37,866.73, S 54,630.00 $ 31,690,88 S 30,834.25 BASE BID SCHEDULE NO. 4 Traffic Signal Improvements At Westgate Way 4-101 52 L.F. Construct 36-Inch Drilled Shaft For Traffic Signal Pole(Item 416) S209.00 S 10,868.00 $185.00 $ 9,620.00 $180,91 5 9,407.32 5192.00 $ 9,984.00 4-102 30 L.F. Furnish&Install 2-Inch(Sch 40)PVC Conduit By Open Cut(Item 618) $8.80 $ 264.00 53,40 $ 102.00 53.32 S 99.60 83 50 5 105.00 .. 4-103 240 L.F. Furnish&Install 3-Inch(Sch 40)PVC Conduit By Open Cut(Item 618) $9.90 S 2,376.00 S7.10 $ 1,704.00 _ $6.94 S 1,665.60 s 57 35 S 1,764.00 4-104 250 L.F. Furnish&Install 3-Inch(Sch 40)PVC Conduit By Boring(Item 618) $19.80 S 4,950.00 S 16.30 S 4,075.00 $15.94 S 3,985.00 $16.80 $ 4,200.00 4-105 520 LF. Furnish&Install Electric Conductor(No.6)Bare(Item 620) SI 10 S 572.00 $0.75 $ 390.00, $0.73 5 379,60 $0.80 S 416.00 4-106 60 L.F. Furnish&Install Electric Conductor(No.6)Insulated(Item 620) $1.10 5 66,00 $0.85 $ 51 00 50.83 $ 49.80 $0.90 S 54.00 4-107 820 L.F Furnish le Install Electric Conductor(No.8)_Insulated(Item 620) SI 10 S 902.00 S0 70 S 574.00 $0.68 $v 557.60 $0.75 $ 615.00 4-108 7 Ea. Furnish&Install Ground Box Ty C(162911)wr/Apron(hem 624) S770.00 5 5,390.00 S460.00 S 3,220.00 S449.83 S 3,148.81 S475.00 $ 3,325.00 4-109 1 Ea, Furnish&Install Elect Service Ty D 120/240 070(NS)AL(E)PS(U)(Item 628) 55,500.00 S 5,500.00 S3,640.00 S 3,640.00 $3,559.50 S 3,559.50 $3,800.00 $ 3,800.00 4-110 • 1 Ea. Furnish&Install Hwy Traffic Signal(Isolated)(Item 680) ' 522,000.00 $ 22,000,00 520,180,00 $ 20,180.00 S 19,733 74 5 19.733 74 S21,000.00 $ 21,000.00 r 4-Ill 6 Ea. Furnish&Install Backplates(3 Sec)(12-In)(Item 682) $93.50 5 561.00 $60.00 $ 360.00 558.67 $ 352.02 S62.00 $ 372.00 4-112 4 Ea. Furnish&Install Bacplates(5 Sec)(12-In)(Item 682) S103.50 $ 414.00 $82.00 S 328.00 S80 19 15 320 76 S85.00 S 340.00 1 WierKeAwnbeileer-i02 W amumswn PareSpaalTw-SpecWO-P&ES-2 y.rm Page 7 of 30 TABULATION OF BIDS BIDS& ZULU BID Qf BID OF Date: January 19,2012 Project: CITY OF WYLIE,TEXAS BIRKHOFF,HENDRICKS&CARTER,L.L.P. McMahon Contracting,LP Mano Sinacola&Sons Lone Star Civil Construction,Inc. ' Titters Paving Company West Brown Street Paving,Drainage&Utility Improvements PROFESSIONAL ENGINEERS P 0.Box 153086 10950 Research Rd. 4320 Windsor Centre Trail#500 i 419 E.Hwy.80 Country Club Road to North Ballard Avenue Dallas,Texas Irving,Texas 75015 Fnsco,Texas 75033 Flower Mound,Texas 75028 Mesquite,Texas 75150 Item Approximate Unit BMnit 6 t : , !NMI No. Quantities Unit Description ,,,,,,,4 Price Extension Price Extension , F.I.c4 Extension Extension 4-113 8 Ea. Furnish&Install FED SIG SEC(12-In)LED(2 Indications)(Countdown)(Item 682) S550.00 S 4,400.00 S525.00 S 4,200.00 $513.39 S 4,107.12 S550.00 5 4,400.00- 4-I t4 4 Ea. Furnish&Install VEH SIG SEC(12-In)LED(GRN)(ARW)(Item 682) 5264.00 S 1,056.00 SI97.00 $ 788.00 $192.64 S 770.56 S205.00 $ 820.00 4-115 10 Ea. Furnish&Install VEH SIG SEC(12-In)LED(GRN)(hem 682) S264.00 I 2,640.00 $225,00 S 2,250.00 $220.02_S 2,200.20 5235.00 S 2,350.00 4-116 4 Ea Furnish&Install VEH SIG SEC(12-In)LED(YEL)(ARW)(Item 682) 5264.00 S 1,056.00 SI91.00 $ 764.00 $186.78 S 747 12 S200.00 S 800.00 4-117 10 Ea. Furnish&Install VEH SIG SEC(12-In)LED(YEL)(Item 682) $264.00 ,S 2,640.00 5203.00 S 2,030.00 $198.51 S 1,985.10' S210,00 S 2,100.00 4-118 10 Ea. Furnish&Install VEH SIG SEC(12-In)LED(RED)(Item 682) S264.00 S 2,640.00 SI96.00 S 1,960.00 S 191.67 $ 1,916.70 S202.00 S 2,020.00 4-119 550 L F Furnish&Install TRF SIG CBL(TY A)(12 AWG)(20 CONDR)(Item 684) S3.30 S 1,815.00 S2.85 S 1.567.50 $2,79 S 1.534,50• S2 95 S 1,622.50 4-120 344 L F Furnish&Install TRF SIG CBL(TY A)(14 AWG)(5 CONDR)(Item 684) S 1 10 S 378.40 $0.90 $ 309,60 $0.88 S 302.72' SO 95 $ 326.80 4-121 232 LF Furnish&Install TRF SIG CBL(TY A)(14 AWG)(7 CONDR)(Item 684) $3.30 $ 765,60 S 1.10 $ 255.20 $1.08 S 250.56 S 1.15 $ 266.80 4-122 I Ea. Furnish&Install INS TRF SIG PL AM(S)1 ARM(36')(Item 686) $5,040.00 $ 5,040.00 56.00000 $ 6,000.00 $5.867.32 S 5,867 32 36,200.00 5 6,200.00 4-123 2 Ea. Furnish&Install INS TRF SIG PL AM(S)I ARM(36')LUM(Item 686) $5,720.00 $ 11,440.00 $6,960.00 S 13,920.00 56,806.09 $ 13,612 18 $7,200.00 S 14,400.00 4-124 1 Ea. Furnish&Install INS TRF SIG PL AM(S)1 ARM(44')LUM(Item 686) $6,710.00 S 6,710.00 $7,520.00 $ 7,520.00 57,353.70 $ 7,353 70 S7,800.00 S 7,800.00 4-125 8 Ea furnish&Install PED DETECT(2-Inch Pushbutton)(Item 688) SI65.00 S 1,320.00 S270.00 $ 2,160.00 S264.03 S 2,11224 S280.00 S 2,240.00 r 4-126 1 Ea. Furnish&Install Spread Spectrum Radio(Item 6006) S2,750.00 S 2,750.00 S2,205.00 S 2,205.00 S2,156.24 $ 2,156 24 $2,300.00 S 2.300.00 4-127 65 L.F Furnish&Install Coaxial Cable(Item 6006) $3,30 $ 214,50 $1.35 $ 87,75 $1.33 S 86 45 $1 50 S 97.50 4-128 1 Ea. Furnish&Install Antenna(Untdnreclranal)(Item 6006) 5550.00 S 550.00 S360.00 S 360.00 S352.04 $ 352.04 S375.00 S 375.00 4-129 1 Ea. Furnish&Install VIVDS Processor System(Item 6266) S7,994.00 $ 7,994.00 $8,855.00 S 8,855.00 S8,659.18 S 8,659.18 $9,200.00 S 9.200.00 4-130 4 Ea. Furnish&Install VIVDS Camera Assembly(Item 6266) $2,283,00 S 9,132.00 $1.820.00 $ 7,280,00 $1,779.75 S 7,119.00 S 1,900.00 S 7,600.00 4-131 1 Ea. Furnish&Install VIVDS Set Up System(Item 6266) -I S220.00 S 220.00 S535.00 S 535.00 S523.17 $ 523.17, $560.00 S 560.00 4-132 758 L.F Furnish&Install VIVDS Communication Cable(Item 6266) $1.65 S 1,250.70 51.50 $ 1,137.00 $1.47 S 1,114.26 $1.55 S 1,174.90 4-133 1 Ea Furnish&Install Battery Back-up System For Signal Cabinets(Item 8317) S6,050.00 $ 6,050.00 $6,210.00 S 6,210.00 $6,072.67 S 6,072.67 $6,400.00 S 6,400.00 4-134 4 Ea Furnish&Install Unidirectional Opticom Detector(Type 711) S770.00 S 3,080.00 S555.00 S 2,220.00 S542.73 S 2,170.92 S575.00 S 2,300.00 4-135 I Ea Furnish&Install Phase Selector(Type 754) $3,300.00 $ 3,303.00 S3,740.00 $ 3,740.00 $3,657.29 $ 3,657 29 $3,900.00 S 3,900.00 4-136 725 L-F Furnish&Install Optrcam Detector Cable S 1 10 S 797 50 50.65 S 471.25 $0.64 S 464 00 $0.67 S 485 75 AMOUNT OF BASE BID-SCHEDULE 4 (Items 4-101 Through 4-136) S 131,102.70 S 121,069.30 •S 118.394.59 $ 125,714.25 • TOTAL AMOUNT OF BASE BID(Schedules I +2+3+4) ,S 6,563,351.53 S 7,287,341.45 •S 7,485,2,95.67 S 7,458,245.83 J.kekrx-auWybr'onnu-tO2 W Irmw,&mr IWI Spec rTech-Spec P&as-2 xt x Page R of 30 TABULATION OF BIDS Bln of slD OF BID OF Date: January 19,2012 Project: CITY OF WYLIE,TEXAS BIRKHOFF,HENDRICKS&CARTER,L.L.P. McMahon Contracting,LP Mario Sinesola&Sons Lone Star Civil Construction.Inc. Tiseo Paving Company West Brown Street Paving,Drainage&Utility improvements PROFESSIONAL ENGINEERS P O.Box 153086 10950 Research Rd. 4320 Windsor Centre Trail$500 419 E.Hwy.80 Country Club Road to North Ballard Avenue Dallas,Texas Irving,Texas 75015 Frisco,Texas 75033 Flower Mound,Texas 75028 Mesquite,Texas 75150 Item Approximate ` Unit Bid nit 1 Unit Bid tang. T. No quantities I Unit Description Price Extension Price Extension Price Extension Price - Extension 1 ALTERNATE BID SCHEDULE NO, 1A Alley Paving&Sanitary Sewer Improvements i 1A-101 4 Ste. Prepare Right-of-Way,including Cleating&Grubbing&Gravel Drive Removal $547.69 $ 2,190.76 $1,000.00 S 4,000.00 S888.80 S 3,555.20 $1,100.00 S 4,400.00I 1A-102 60 S Y Remove and Properly Dispose of Reinf Concrete Pavement or Walk $7 66 $ 459.60' $10 00 S 600.00 S8 41 $ 504,60 $22.00 $ 1,320.00 1A-103 60 S Y Remove and Properly Dispose of Asphaltic Concrete Pavement $5.00 $ 300.00 $7.00 S 420.00 S2.18 S 130.80 c $11.00 $ 660.00 1 A-104 126 LF For Saw-Cutting Concrete Pavement or Walk or Asphalt S1.38 S 173.88 $2.00 5 252.00 $3.18 S 400.68 S9.00 S 1,134.00 IA-105 90 C Y Unclassified Street Excavation $12.57 S 1,131.30 310.00 $ 900,00 $56.53 $ 5,08770 $40.00 S 3,600.00 IA-106 335 S.Y Furnish&Place Topsoil(4-inches) $3.04 S 1,018.40 $2.00 $ 670.00 $2.44 $ 817.40 $2.00 S 670.00 IA-107 360 S Y Furnish,Install&Maintain Solid Block Sod Bermuda $2.50 $ 900.00 $2,35 $ 846.00 $1.96 $ 705.60 $3 10 S 1,116.00 I A-108 456 S Y Construct 6-inch Reinforced Concrete Alley Pavement $40.64 S 18.531.84 348.00 5 21,888.00 $37.67 $ 17,177 52 S37 00 S 16,872.00 IA-109 52 S Y Construct 6-inch Reinforced Concrete Dnveway $51.47 S 2,676.44 S50.00 S 2,600.00 $53.08 $ 2,760 16 536.00 $ 1,872.00 IA-lb0 31 L.F Construct Undercut Street Header at Existing Concrete Street Pavement 57.53 S 233.43 $10.00 $ 310.00 S18.06 $ 559.86 S10.00 S 310.00 • I A-I 11 337 Li Furnish&Install 8'PVC Sanitary Sewer wf Class'H'Embedment by Open Cut S43.86 S 14,780.82 S60.00 S 20,220.00 $19.49 $ 6,568.13 535 05 S 11.811.85 I 1 A-I 12 99 L.F. Furnish&lna1s11 4'PVC Sanitary Sewer wl Class'H'Embedment by Open Cut 1 $44.97 $ 4,452.03 S40.00 $ 3,960.00 $21 79 $ 2,157,21 528.85 $ 2,856.15 1 A-113 I Ea. Adjust Existing Sanitary Sewer Manhole Frame&Cover to Proposed Grade $150.00 $ 150.00 $750.00 $ 750.00 S568 19 $ 568.19 S700.00 S 700.00 1 A-1 14 1 Ea. Remove Existing Sanitary Sewer Manhole A S500.00 5 500.00 $1,250.00 $ 1,250.00 $452 14 $ 452.14 $620.00 S 620.00 1 I A-1 15 337 Ea. Remove&Dispose of Existing Sanitary Sewer $9.96 S 3.356.52 $20.00 $ 6,740,00 $9.24 $ 3,113.88 $9.30 S 3,134.10 IA-116 1 Ea. Construct 4'Diameter Sanitary Sewer Manhole $3,275.18 S 3,275.18 S5,000.00 $ 5,000.00 $3,946.30 $ 3,946 30 $3,000.00 S 3,000.00 lA-I17 2 Ea Connect to Existing Sanitary Sewer S785.25 S 1,570.50 52,500.00 S 5,000.00 $2,588.87 $ 5,177 74 $620.00 S 1,240.00 IA-I 18 10 Ea. Transfer Existing Sanitary Sewer Services $859.20 S 8,592.00 51,000.00 $ 10.000.00 S339.89 $ 3,398.90 S620.00 S 6,200.00 1A-119 436 L.F. Design and Implement Trench Safety Systems S2.00 S 872.00 $1.00 S 436.00 $2.29 $ 998.44 Si 05 $ 45180 1 AMOUNT OF ALTERNATE BID-SCHEDULE IA{Items IA-101 Through 1A-119) S 65,164./0 S 88,892.00 $ 58,080.45 S 61,973.90 1 tCkncetW462n61T•In2 W BM.Svicet POD'Sp ATacaSPnne-pnBS-2 aim Page 9 of 30 TABULATION OF BIDS BID OF B(D OF BID OF Date: January 19,2012 • Project: CITY OF WYLIE,TEXAS BIRKHOFF,HENDRICKS&CARTER,L.L.P. McMahon Contracting,L P Mario Sinacola&Sons Lone Star Civil Construction,Inc Tiseo Paving Company West Brown Street Paving,Drainage&Utility Improvements PROFESSIONAL ENGINEERS P O.Box 153086 10950 Research Rd. 4320 Windsor Centre Trail 8500 419 E Hwy 80 Country Club Road to North Ballard Avenue Dallas,Texas Irving,Texas 75015 Frisco,Texas 75033 Flower Mound,Texas 75028 Mesquite,Texas 75150 Item Approximate I Und Bid Unit Bid Unit Bid I Unit Bid ' No. Quantities I Unit Description Price Extension Price Extension _ Price _ I Extension Price Extension ALTERNATE BID SCHEDULE NO,2A Brick Screening Wall 2A-101 566 L.F Remove&Dispose of Existing Brick Screening Wall.Footings&Pier Caps S11.00 S 6,226.00) $20.00 $ 11,320.00 S I6.71 S 9,457.86 $30.00 $ 16.980.00 2A-IO2 574 L.F Construct Thin Bnck Scorning Wall With All Appurtenances $65.00 $ 37,310.00 S102.00 S 58,548.00 5102.68 $ 58,938.32 S121.00 S 69,454 00 AMOUNT OF ALTERNATE BID-SCHEDULE 2A(Items 2A-101 Through 2A-102) S 43,536.00 5 69,868.00 S 68,396.18 S 86.434.00 ALTERNATE BID SCHEDULE NO.3A Landscape&Irrigation Improvements 3A-101 I LS. Furnish&Install All Landscaping Improvements as shown on the Plans $94,222 70 $ 94,222 70! 580,000.00 S 80,000.00 $83,762.76 $ 83,762.76 S89,000.00 S 89,000,00 3A-102 . S.Y. s Reduce Quantity Block Sod Bermuda Grass(Base Bid Item 1-108) $1.75 $ (9,607,50)1 $2.35 S (12,901.50) SI.96 $ (10,760.401 52.10 S (11,529.00) • 3A-103 I L.S. Furnish&Install All Irrigation Systems as shown on the Plans S 139,617.00 $ 139,617.00 $140,000.00 S 140,000.00 $I 18,250.84 S 118.250.84 $125,000.00 $ 125,000.00 AMOUNT OF ALTERNATE BID-SCHEDULE 3A(Items 3A-10I Through 3A-103) $ 224,232.20 S 207,098.50 S 191,253.20 S 202,471.00 ALTERNATE BID SCHEDULE NO.4A Street Illumination lmprovements 1 4A-10I 7 900 L.F Furnish&Install 2"PVC Condu.l wl Detectable Tape and Pul String(In Addition To Base Bid) S5.50 S 43,450.00 $3.40 S 26,860.00 S3.32 $ 26,228.00' 53 50 $ 27.650 00 4A-102 33 Ea Construct Street Light Foundation for 30-ft pole using Oncor Standard 213-330 S880.00 $ 29,040.00 S800.00 $ 26,400.00 $782.31 $ 25.816.23 l S825.00 S 27,225.00 4A-103 13 Ea. Construct Street Light Foundation for 14-ft pole using Oncor Standard 213-341 $770.00 $ 10,010.00 $550,00 $ 7,150,00 $537,84 S 6,991.92 S570.00 S 7,410.00 Furnish&Install All Other Items and Work as shown on the Plans and Details and as described in 4A-104 1 LS the Specifications for Complete Street Lighting System $192,500.00 $ 192,500.00 $194,290.00 $ 194,290.00 $189,99343 $ 189,993.43 S200,200.00 S 200,200.00 AMOUNT OF ALTERNATE BID-SCHEDULE 4A (Item 4A-I01 Through 4A-I04) S 275,000.00 5 254,700.00 S 249,029.58 S 262,485.00 , TOTAL AMOUNT OF ALTERNATE BID(Schedules IA+2A +3A +4A) S 607,932.90 S 617,508.50 S 566,759.41 S 613,363.90 TOTAL AMOUNT OF BID(BASE BID+ALTERNATE BID) S 7,471,314.43 S 7,904,849.95 S 8,055,058.08 S 8,071,61)9.73 i4 autWytrumt-io:W TnxaStreet patnspe,iTaMsonrou-r&tts.2, Page!Oaf 30 TABULATION OF BIDS ' If EILDI Date: January 19,2012 A Project: Cf9'Y OF WYLIE,TEXAS BIRKHOFF,HENDRICKS&CARTER,L.L.P. Tri-Con Services Jackson Construction Ed Bell Construction Company AUI Contractors,LLC West Brown Street Paving,Drainage&Utility Improvements PROFESSIONAL ENGINEERS 3010 W,Main St. 5112 Sun Valley Drive 10605 Harry Hines Blvd 4775 North Freeway Country Club Road to North Ballard Avenue Dallas,Texas Rowlett,Texas 75088 Fort Worth,Texas 76119 Dallas,Texas 75220 Fort Worth,Texas 76106 Item Approximate I Unit Biel Unit Bed Unit Bid Unit Bed Na. Quantities Unit Description Price I Extension Price Extension® Price Extension Price Extension BASE BID SCHEDULE NO. I, Paving&Drainage Improvements 1-101 90 Sta. Prepare Right-of-Way,including Clearing,Grubbing&Gravel Drive Removal $6,358.00 $ 572,220.00 $4,325.00 S 389,250,00 S4,500.00 S 405,000.00 $1,670.00 S 150,300.00 1-102 6,700 S.Y. Remove and Properly Dispose of Reinf Concrete Pavement or Walk 59.00 $ 60,300.00 $6.00 S 40,200.00 $6,00 $ 40,200.00 S5.00 S 33,500.00 1-103 28,170 S.Y. Remove and Properly Dispose of Asphaltic Concrete Pavement 52.00 S 56,340.00 53.00 S 84,510.00 $2.25 S 63,382.50 53.00 S 84,510 00 1-104 3,224 L.F For Saw-Cutting Concrete Pavement or Walk or Asphalt $4.00 $ 12,896.00 $3.00 $ 9,672.00 55.00 S 16,120.00 $3.00 $ 9,672.00 1-105 27,960 C Y Unclassified Street Excavation $10.00 $ 279,600.00 59.00 5 251,640.00 $10.00 S 279,600.00 S12.00 $ 335,520.00 1-106 31,650 S.Y. Furnish&Place Topsoil(4-inches) S0.25 S 7,912.50 j $1.00 S 31,650,00 S0.50 $ 15,825.00 S4.51 5 142,741.50 I 1-107 14,690 S.Y, Furnish,Install&Maintain Hydrontulch $0.20 S 2,938.00 50.60 S 8,814.00 $0.75 S 11,017.50 $1.00'S 14.690.00 1-108 16,960 S.Y. Furnish,Install Si Maintain Solid Block Sod Bermuda 52.00 S 33,920 00 $2.50 S 42,400.00 S2.50 S 42,400.0D 52.25 $ 38,160.00 ' 1-109 ` 61,050 S.Y Construct 12-inch Lime Stabilized Subgrade $2 00 $ 122,100.00 $4.00 S 244,200.00 $2.80 S 170,940.00 55.00 S 305,250.00 1-110 2.076 Tons Furnish&Install Lime Slurry(@ 688IS.Y.) S150.00 S 311,400.00 SI60.00 $ 332,160.00 $150.00 $ 311,400.00 SI48.00 S 307,248.00 t I-I I 1 54,050 S.Y Construct 8-inch Jointed Reinforced Concrete Pavement 537.00 S 1,999,850.00 $35.00 $ 1,891,750.00 $40,00 S 2.162,000.0D 550.15 S 2,710,607.50, I I-I 11A 3,470 S Y Construct 8-inch High Early Strength Reinforced Concrete Pavement $45.00 S 156,150.00 S62.00 S 215,140.00 555.00 S 190,850.00 563.0D S 218,610 00 e i 1-112 27,320 L.F Construct 6-inch Monolithic Concrete Curb S1.00 S 27,320.00 $1.00 S 27,320.00 S1.00 S 27,320.00 S1.00 S 27,320 00 1-113 224 L F Construct Reinforced Concrete Street Header $23.00 S 5,152.00 $9.00 $ 2,016.00 S10.00 S 2,240.00 $30.00 S 6,720.00 1-114 2,834 S.Y Construct 6-mch Reinforced Concrete Dnveway $40.00 S 113,360.00 $52.00 S 147,368.00 540.00 5 113,360.00 550.00 S 141,700.00 1-115 76 S.Y. Construct 6-inch Reinforced Concrete Alley(Base Bid) $50.00 S 3,800.00 552.00 S 3,952.00 $60.00-S 4,560.00 $85.00 S 6,460.00 1-116 50 Ea. Construct 6-inch to I-inch Curb Transition Sidewalks&Street Intersections $20.00 S 1,000.00 S22.00 S 1,100.00 550.00 S 2,500.00 S200.00 S 10,000.00 1-117 7,987 S.Y. Construct Reinforced Concrete Sidewalk 529.00 S 231,623.00 $29.00 S 231,623.00 530.00 5 239.610.00 I $40.00 S 319,480.00 I-118 510_ L.F Construct 6-inch to 12-inch Concrete Curb For Sidewalk $8.00 $ 4,080,00 S14,00 S 7,140.00 S20.00 S 10.200.001i $23.00 S 11,730.00 1-119 291 L.F Construct Undercut Street Header at Existing Concrete Street Pavement $33.00 S 9,643.00 56.00 5 1,746.00 $20.00 $ 5.820.00 S34.00 S 9,894.00 1-120 108 L.F Construct Railroad/Street Header $180,00 $ 19,440.00 55000 $ 5,400,00 S6000 S 6,48000 $118.00 $ 12,744.00 1-121 32 Ea. Construct Bamer Free Ramps $550.00 $ 17,600.00 $750.00 $ 24,000.00_ $900.00 $ 28,800.00 51,400,00 $ 44,800.00 i,tckiir.awya6206a61o2 W umanStrom mine nTnt.Spin Paas-a xra Page II of 30 TABULATION OF BIDS ELILDE ND OF 1311L.Q.E DIME Date: January 19,2012 Project: CITY OF WYLIE,TEXAS BIRKHOFF,HENDRICKS&CARTER.L.L.P. Tn-Con Services Jackson Construction Ed Bell Construction Company AU1 Contractors,LLC West Broom Street Paving,Drainage&Utility Improvements PROFESSIONAL ENGINEERS 3010 W Main St. 5112 Sun Valley Drive 10605 Harry Hines Blvd 4775 North Freeway Country Club Road to North Ballard Avenue Dallas,Texas Rowlett,Texas 75088 Fort Worth,Texas 76119 Dallas,Texas 75220 Fort Worth,Texas 76106 Item Approximate 9 Unif Bid Unit Bid Unit Bid Unit aft No. Quantities i Unit Descriplion Price Extension < Price Extension Price Extension Price Extension v a. 1-122 12 Ea. Construct Lanscape Maintenance Ramp $300.00 S 3,600.00 $750 00 $ 9,000.00 S400.00 S 4,800.00 $900.00 S 10,800.00 1-123 3,660 L.F Remove&Replace 4-Strand Barbed Wire Fence $7.00 S 25,620.00 $6.00 $ 21,960.00 S6.50 S 23,790.00 $7.00 $ 25,620,00 1-124 60 L.F Remove&Replace Chain Link Fence S20.00 S 1,200.00 $36.00 $ 2,160.00 S40.00 S 2,400.00 $37.00 $ 2,220.00 1-125 30 L.F Remove&Replace 6-Foot Wood Privacy Fence $80.00 I 2,400.00 548.00 $ 1,440.00 S55.00 S 1,650.00 $52.00 $ 1,560.00 1-126 10 L.F Remove&Replace 8-Foot Wood Privacy Fence $I25.00 $ 1,250.00 $72.00 $ 720.00 S80.00 $ 800.00 $92.00 S 920.00 1-127 10,020 S F Construct Bnek Median Pavers with 4"Non-reinforced Concrete S8 00 S 80,160 00 S6.00 $ 60,120 00 $6.50 5 65,130 00 S8 00 S 80,160 00 1-128 10 Mo. Furnish,Install&Maintain Phase-I Traffic Control Devices,Markings&Signage S2,200.00 $ 22,000.00 $5,000.00 ,S 50,000.00 $20,000.00 S 200,000.00 $7,000.00 $ 70,000.00 1-129 6 Mo. Furnish,Install&Maintain Phase-2 Traffic Control Devices,Markings&Signage $2,600.00 $ 15,600.00 $5,000.00 $ 30,000.00 $18,000.00 S 108,000.00 S5,700.00 S 34,200.00 1-130 3 Mo. Furnish,Install&Maintain Phase-3 Traffic Control Devices,Markings&Signage 53,600.00 I 10,800.00 S5,000.00 S 15,000.00 S15,000.00 $ 45,000.00 $4,000.00 S 12,000.00 1-131 18,020 S.Y.,Construct 6-inch Type"D"Base Temporary HMAC Pavement&Embankment $30.00 $ 540,600.00 $29.00 I 522,580.00 S25.00 $ 450,500 00 $35.00 5 630,700 00 1-132 , 18,020 S.Y. ,Remove 6-inch Type"D"Base Temporary HMAC Pavement&Embankment $1.75 $ 31,535.00 S3.00 S 54,060.00 $3.00 $ 54,060.00 S7.00 $ 126,140.00 1-133 17,840 L.F. Furnish&Install Broken White Line Traffic Buttons $1.45 S 25,868.00 S1.50 $ 26,760.00 $0.70 S 12,488,00 $100 $ 17,840.00 1-134 3,623 Ea. Furnish&Install Single Line Yellow Reflective Raised Pavement Markers S3 15 $ 11,412.45 S3 50 S 12,680.50 S2.75 S 9,963 25 S300 $ 10,869.00 1-135 1,104 Ea. Furnish&Install Double Line Yellow Reflective Raised Pavement Markers $3.15 $ 3,477.60 S3.50 $ 3,864.00 S2.75 I 3,036.00 S3.00 $ 3,312 00 1-136 1,704 L.F Famish&Install Turn Bay Line S1.55, $ 2,641.20, S1 50 $ 2,556.00 $2.75 S 4,686.00 S3.00 $ 5,112 00 1-137 382 L.F Furnish&Install 12"Double White Stop Line S5.50 $ 2,101.00 S5.00 $ 1,910.00 $3.25 I 1,241.50 $3.00 $ 1,146,00 1-138 1,357 L.F Famish&Install 6'White Thermoplastic Pedestrian Crossing Line $1.00 S 1,357.00 SI00,$ 1,357.00 $1.60 S 2,171.20 $1.50S 2,035.50 1-134 II Ea. Famish&Install White Thermoplastic Marking"ONLY" $10000 $ 1,100.00 $95.00 ,$ 1,045.00 $150.00 S 1,650.00 S146.00 S 1,606.00 1-140 4 Ea. Furnish&Install White Thermoplastic Marking-Straight&Turn Arrow S185.00 $ 740.00 $175.00 $ 700.00 $175.00 $ 700.00 $I80.00 5 720.00 1-141 17 Ea. Furnish&Install White Thermoplastic Marking-Tum Arrow $100.00 S 1,700.00 S100.00 $ 1,700.00 Si50.00 S 2,550.00 SI36.00 $ 2,312.00 1-142 2 Ea. Furnish&Install While Thermoplastic Marking-Railroad Crossing $750.00 S 1,500.00 $350.00 $ 700.00 $600.00 $ 1,200.00 S570.00 $ 1,140.0D 1-143 391 S.F Furnish&Install Aluminum Signs _ S700 S 2,73700 $22.00 S 8,602.00 $20.00 $ 7,820.00 S9.00 S 3,51900 1.144 53 Ea. Furnish&Install Small Roadside Sign Assembly(Type"Al S210.00 S 11,130.00 S300.00 S 15,900.00 $350.00 $ 18,550.00 S300.00 $ 15.900.00 J\CkneuuWx10.trIe2 W Binwa Street PalriSpaATaMSpateMPaBs>2 xbx Page 12 of 30 TABULATION OF BIDS Date: January 19,2012 Project: CITY OF WYLIE,TEXAS BIRKHOFF,HENDRICKS&CARTER,L.L.P. Tri-Con Services Jackson Construction Ed Bell Construction Company AUI Contractors,LLC West Brown Street Paving,Drainage&Utility Improvements PROFESSIONAL ENGINEERS 3010 W Main St 5112 Sun Valley Drive 10605 Harry Hines Blvd 4775 North Freeway Country Club Road to North Ballard Avenue Dallas,Texas Rowlett,Texas 75088 Fort Worth,Texas 76119 Dallas,Texas 75220 Fort Worth,Texas 76106 Item Approximate Unit Bid Unit Bid Unit Bid Unit Bid No. Quantities Unit Descrietion Price Extension Price Extension Price I Extension Price Extension 1-145 ' 1 Ea Furnish&Install Small Roadside Sign Assembly(Type"A-1") $250.00 $ 250.00 S270.00 S 270.00 $400.00 $ 400.00 S330.00 S 330.00 Furnish&Install 18-inch Reinforced Concrete Pipe(Class Ilq by Open Cut w/Class C 1-146 i 5,013 L.F Embedment $35.00 $ 175,455.00 544.00 S 220,572.00 S35.00 $ 175,455,00 $40.00 S 200,520.00 Furnish&Install 21-inch Reinforced Concrete Pipe(Class III)by Open Cut w/Class C 1-147 1,320 L.F Embedment $41.00v$ 54,120.00, 552.00 S 68,640.00 $4000 $ 52.800,00 S42.00 S 55,440.00 Furnish&Install 24-inch Reinforced Concrete Pipe(Class III)by Open Cut w/Class C 1-148 995 L.F Embedment _ 549.00 S 48,755.00 558.00 $ 57,710,00 545.00 S 44,775.00 _$46.00 S 45,770.00 Furnish&Install 27-inch Reinforced Concrete Pipe(Class III)by Open Cut w/Class C - 1-149 1,037.�L.F Embedment $57.00 S 59,109.00 S66.00 S 68,442.00 $50.00 S 5L850.00 S55.00 S 57,035.00 Furnish&Install 27-inch Reinforced Concrete Pipe(Class Ill)by Dry Bore w/42"Steel 1.150 270 L.F Encasement(3/4"Thick) $620.00 $ 167,400.00 $734.00 S 198,180.00 S700.00 S 189,000.00 $616.00 S 166,320.00 Furnish&Install 30-inch Reinforced Concrete Pipe(Class BD by Open Cut../Class C 1-151 851 L.F Embedment 568.00 S 57,868.00 S75.00 S 63,825.00 $60.00 S 51.060.00 $67.00 S 57,017.00 Furnish&Install 36-inch Reinforced Concrete Pipe(Class III)by Open Cut w/Class C 1-152 234 L.F Embedment S84.00 S 19,656.00 59700 $ 22,698.00 575.00 S 17,550.00 , $85.26 S 19,950.84 Furnish&Install 39-inch Reinforced Concrete Pipe(Class III)by Open Cut w/Class C 1-153 136 L.F Embedment $104.00 $ 14,144.00 $11900 $ 16,18400 595.00 S 12,920.00 S118.00 $ 16,048.00 1-154 180 L.F Construct(3)10's x 6'r Reinforced Concrete Box Culverts 48-Inch Crushed Stone Base $1,460.00 S 262,800.00 $1,350.00 $ 243,000 00 SI,750.00 $ 315,000.00 S830.00 S 149,400.00 1-155 4 Ea Construct Parallel Wingwalls(PW)with Apron(3-10'x6'Culvert) S41,000.00 S 164,000.00 S 19,500.00 S 78,000.00 $40,000,00 $ 160,000,00 $25.000.00 S 100.000.00 1-156 94 L.F Construct(2)8"s x 4'r Reinforced Concrete Box Culverts w/8-Inch Crushed Stone Base S700.00 S 65,800.00 S880.00 S 82,720.00 $950.00 $ 89,300.00 S600.00 $ 56,400.00 1-157 2 Ea. Construct Parallel Wingwalls(PW)with Apron(2-8'x4'Culvert) $16,000.00 $ 32,000.00 S9,500.00 S 19,000.00 S12,500.00 S 25,000.00 $8,500.00 $ 17,000.00 1-158 480 L.F. Construct C221 Traffic Rail on Culvert Parallel Wingwalls S110.00 $ 52,800.00 S96.00 S 46,080.00 S100.00 S 48,000 00 $80.00 S 38,400 00 1-159 452 L.F. Provide Temporary 18-inch Pipe Culvert&Remove SI5.00 S 6,780.00 S45.00 S 20,340.00 145.00 $ 20,340_ 0 $53.00 $ 23 956.00 1-160 90 L.F. Provide Temporary 24-inch Pipe Culvert&Remove $15.00 S 1,350.00 S50.00 S 4,500.00 $50.00 $ 4500,00 $57.00 S 5,130.00 1-161 40 L.F. Provide Temporary 48-inch RCP Culvert&Remove S45.00 S 1,800.00 S 138.00 S 5,520.00 S 120.00 S 4,800.00 $95.00 $ 3,800.00 1-162 100 LF Furnish&Install MBGF With Wood Posts S45.00 S 4,500.00 S24.00 S 2,400.00 S21.00 S 2,100.00 S2!00 S 2,100.00 1-163 4 Ea. Furnish&Install TxDOT Standard SOT(7)HB-03A $2,700.00 $ 10,800.00 $2,500.00 $ 10,000.00 $3,000.00 S 12,000.00 53,000.00 $ 12,000.00 1-164 8 Ea. Furnish&Install MBOF Transition(TL2) $1,350.00 $ 10,800.00 $800.00 $ 6,400.00 $800.00 .$ 6,400.00 $840.00 $ 6,720.00 1-165 4 Ea. Fumish&Install MBGF Terminal Anchor Section $2,500.00 $ 10,000.00 $700.00 $ 2,800.00 $525.00 ,$ 2,100.00 S520.00 S 2,080.00 1-166 1 Ea. Construct 2-Grate inlet $2,500.00 $ 2,500 00 $3,000 00 S 3,000.00 $2,000.00 $ 2,000.00 S1,90 .00 $ 1,900.00 1 Ye aaw.rissoa-iss w m.,.w,aua,races Arch•sr.cv6.raas-a yla Page 13 of 30 TABULATION OF BIDS a Date: January 19,2012 Project: CITY OF WYLIE,TEXAS HIRKHOFF,HENDRICKS&CARTER,L.L.P. Tn-Con Services Jackson Construction Ed Bell Construction Company AUI Contractors.LLC West Brown Street Paving,Drainage&Utility Improvements PROFESSIONAL ENGINEERS 3010 W Main St 5112 Sun Valley Dnve 10605 Harry Hines Blvd 4775 North Freeway Country Club Road to North Ballard Avenue Dallas,Texas Rowlett,Texas 75088 Fort Worth,Texas 76119 Dallas,Texas 75220 Fort Worth,Texas 76106 Item •ipproxrmale m8 r Unit Bid ? Unit Bill Unit Bid 1 No, Quantities Unit Description Price r Extension Price Extension Price Extension Price Extension , 1-167 17 Ea. Construct 6-Foot Recessed Curb Inlet $2,250.00 S 38,250.00 S2,500.00 $ 42,500,00 $2,200.00 $ 37,400.00 $2,100.00 S 35,700.00 1-168 i 3 Ea. Construct 6-Foot Standard Curb Inlet $2,300.00 S 6,900.00! $2,450.00! S 7,350,00 $2,200.00• $ 6,600.00 $2,100.00 I 6,300.00 1-169 7 Ea. Construct 8-Fool Recessed Curb Inlet $2,600.00 $ 18,200.00 $3,050.00 l S 21,350.00 $2,300.00 $ 16,100.00 $2,200.00 S 15,400.00 • 1-170 2 Ea. Construct 8-Foot Standard Curb'Inlet $2,700.00 I 5,400.00 $3,000.00, $ 6,000.00 : 52,300.00 S 4,600.00 $2,200.00 S 4,400.E I-171 • 13 Ea. Construct 10-Foot Recessed Curb lnlN $2,700,00 I 35.100.00 S3,300.00 $ 42,900.00 i $2,500.00 S 32,500.00 $2,400 00 I 31 200.00 1-172 I Ea. Construct 10-Foot Standard Curb Inlet $2,800.00 5 2,800.00 $3,100.00 S 3,100.00 $2,50000 $ 2,500.00 $2,400.00 S 2,400.00 1-173 3 Ea. Construct 12-Foot Recessed Curb Inlet S3,000.00.S 9,000.00 S3,600.00 S 10,800.00 S2,900.00 S 8,700.00 S2,700.00 S 8,100.00 1-174 I Ea- Construct 12-Foot Standard Curb Inlet $3,200.00 S 3,200.00 $3,500.00 S 3,500.00 $2,900.00 S 2,900,00 S2,800.00 S 2,800.00 1-175 I Ea. Construct 14-Foot Standard Curb Inlet $3,700.00 S 3,700.00 54,50000 S 4,500.00 S3,500.00 S 3,500.00 53,200.00 I 3,200.00 - 1-176 .. 2+ Ea. Construct 20-Foot Recessed Curb Inlet $4,200,00 I 8,400.00 55,800.00 S 11,600.00 S4,000.00 S 8.000.06 $3,600.00 S 7,200.00 1-177 : I Ea. Construct TxDOTTyu 11 Curb and Grate Inlet $3,000.00 $ 3,000,00 $3,100.00 S 3,100.00 S2,750.00 $ 2,750.00 $2,700.00 S 2,700.00 1-178 : 1. Ea. Construct TxDOT T rye Il Curb and Grate Inlet With 2 Extensions $5,000.00 $ 5,000,00 $5,400.00 S 5,400.00 j $4,750.00 $ 4,750.00 54,500.00 S 4,500.00 1 1.179 i 220 L.F Construct TxDOT Slotted Drain $92.00 $ 20,240,00' S160.00 i S 35,200,00 S150.00-S 33,000.00 S100.00 S 22,000.00 I-180 3 Ea. Construct 4'x 4'Wye Inlet With Apron $2,600 00_$ 7.800.00 52,500.00 S 7.500.00 S2,000.00 $ 6,000.00 $I,900.00 S 5,700.00 I-181 24 Ea. Construct 4-ft.or 5-ft Type"B"Storm Sewer Manhole $2,70 .00 $ 64.800.00 $3,400.00 S 81,600.00 $3,000.00 S 72,000 00 $4,700.00 S 112,800.00 1-182 2,790 C Y Unclassified Channel Excavation $11.00 S 30.690.00 S12.00 $ 33,480.00 $9.00 $ 25,110.00 SI1 00 S 30,690.00 1-183 454 C Y Construct Gabion Channel Lining S225.00 $ 102,150.00 S220.00 S 99,880.00 5200.00 S 90,800.00 $190.00 S 86,260.00 I-184 430 S Y Construct Concrete Pilot Channel i S48.00 $ 20,640.00 $69.00 $ 29,670,00 $55.00 S 23,650.00 SI20.00 5 51,600.00 l I-185 532 S Y Construct Reinforced Concrete Riprap(5-Inches) S32.00 S 17,024.00 S48.00• S 25,536.00 $45.00 $ 23,940.00 S60.00 S 31.920.00 1-186 3 Ea. Adjust Existing 6-Inch Water Line _ S3,000.00 $ 9,000.00 S3,800.00 S 11,400.00 S3,600.00 S 10,800.00 $3,400.00-S 10,200.00 1-187 5 Ea. Adjust Existing 8-Inch Water Line $3,500.00 $ 17,500.00 $4,400.00 $ 22,000.00 $4,300.00 $ 21,500.00 $4,500.00 S 22,500.00 1-188 96 L.F. Remove&Dispose of 60"R.C.C.P.Water Line S75.00 S 7,200.00 S50.00 $ 4,800.00 550.00 S 4,800.00 $42.00 S 4,032.00 1-189 4 Ea. Furnish&Install Permanent Plugs for 60"R.C.C.P,Water Line $1,250.00 $ 5,000.00 $3,500.00 $ 14,000,00 $2,000.00 S 8.000.00 $2.000.00 S 8,000.00 )rct at W I a trros.io2 W Brown Sired rernrpecATrch.. ins-revs-x sin loge 1 a of 30 TABULATION OF BIDS Date: January 19,2012 Project: CITY OF WYLIE,TEXAS BIRKHOFF,HENDRICKS&CARTER.L.L.P. Tn-Con Services Jackson Construction Ed Bell Construction Company AUI Contractors.LLC West Brown Street Paving,Drainage&Utility Improvements PROFESSIONAL ENGINEERS 3010 W Main St. 5112 Sun Valley Drive 10605 Harry Hines Blvd 4775 North Freeway Country Club Road to North Ballard Avenue Dallas,Texas Rowlett,Texas 75088 Fort Worth,Texas 76119 Dallas,Texas 75220 Fort Worth,Texas 76106 Item Approximate ! Unit Bid Unit Bid Unit Bed Unit Bid '- No. Quantities Unit Description Price Extension Price Extension Price Extension Price Extension e < m 1-190 37 Ea Remove&Properly Dispose of Small Drainage Structures(Pipe Culverts&Headwalls) S5.00; $ 185.00 $500 00 $ 18.500.00 $1,000.00 S 37,000.00 5538.00 $ 19,906 00 1-191 4 Ea. Remove&Properly Dispose of Large Drainage Structures{Box Culverts&Headwalls} 550.00; $ 200.00 $3,400.00 $ 13,600.00 $8,000.00 $ 32,000.00 $4,900.00 $ 19,600.00 1-192 15,850 L.F Furnish,Install&Maintain Sediment Control Fence $1.80! $ 28,530.00 51.25 5 19,812.50 51,55 $ 24,567.50 S1.50 $ 23,775.00 1-193 15,850 LF Sediment Control Fence(Remove) $0.10 i S 1,585 00 S0.15 S 2,377 50 S0.01 S 158.50 $0.25 5 3.962.50 1-194 70 Ea. Furnish,Install&Maintain Inlet Erosion Protection Device 585.00 $ 5,950.00 $65.00 $ 4,550.00 S75.00 S 5,250.00 549.00 0$ 3,430.00 1-195 70 Ea. inlet Erosion Protection Device(Remove) $20.00. S 1,400.00 $2.00 $ 140.00 51.00 $ 70.00 0 S0.25 $ 17 50 1-196 180 L.F. Furnish,Install&Maintain Rock Filler Dams(Type I) S10.00 S 1,800.00 S19.00 S 3,420.00 525.00 S 4,500.00 516.00 5 2,880,00 1-197 180 L.F. Rock Filter Dams(Type I)(Remove) $5.00 S 900.00 55.00 S 900.00 51.00 S 180.00 511.00 $ 1,980.00 1-198 ISO S.Y Furnish,Install&Maintain Construction Entrancc/Exit(Type 2) S8.00 S 1,200.00 S8.00 S 1,200.00 $20.00 $ 3,000.00 S26.00 S 3,90600 1-199 150 S Y Construction Entrance/Exit(Type 2)(Remove) $2.00 S 300.00 S3.00 S 450.00 51.00 $ 150.00 $10.00 5 1,500.00 1-200 10.130 L.F Design and Implement Trench Safety Systems $0,10 S 1.013,00 S1.00 S 10,130.00 51.00 $ 10,130.00 $1.50 5 15,195.00 1-201 2 Ea. Remove and Reconstruct Existing Business Sign $1.500,00-S 3,000.00 $1,500.00 S 3,000.00 $1,000.00 $ 2,000.00 S600.00 $ 1,200.00 1-202 4,050 LF Furnish&Install 4-Inch PVC Conduit wwDelectable Tape(Irrigation) S6.00 S 24,300.00 S7.00 S 28,350.00 54.80 $ 19,440.00 $11.00 $ 44,550.00 1-203 1,142 LF Furnish&Install 2-Inch PVC Conduit wiDelectable Tape(Street Lighting) S3.30 S 3.768.60 S8.00 S 9,136.00 $3.40 S 3,882.80 $9.00 S 10278.00 1-204 270 L.F Furnish&Install 2-Inch PVC Conduit Attached To Casing Spacers(Street Lighting) $3.00 S 810.00 0 $20.00 S 5,400.00 S2.60 S 702.00 S19.00 S 5.13400 1-205 3 Ea. Furnish&Install Electrical Pull Box or Hand Hole(Street Lighting) $500.00 S 1,500.00 $750.00 S 2,250.00, 5435.00 $ 1,305.00 S650.00 5 1,956.00 1-206 I LS. ...Provide and Implement Storm Water Pollution Prevention Plan $2,500.00 S 2,509.00 0 S4,500.00 $ 4,500.00 $50,000.00 $ 50,000.00 S3,900.00 5 3,900.00 1-207 800 LF Coastmct and Remove Temporary Fencing S2.00 S 1,600.00 54.00 S 3,200.00 $6.00 $ 4,800.00 S14.00 S 11,200.00 1-208 1,900 LF Remove&Dispose Of Concrete Curb&Gutter 52.25 S 4,275.00 53.00 5 5,700.00 $6.00 S 11,400.00 $6.50 5 12,350.00 1-209 2 Es. Furnish&Install Project Sign S750.00 5 1,500.00 5400.00 S 800.00 S500.00 S 1,000.00 5470.00 S 940.00 1-210 1 LS. Owners Comengencies Allowance 5200,000.00 5 200,000.00 S200,000.00 S 200,000.00 l S200,000.00 S 200,000.00 $200,000.00 $ 200,000.00 ( AMOUNT OF BASE BID-SCHEDULE 1 (Items 1-101 Through 1-210) 5 6,799,131.35 $ 6,942,728.50 $ 7,320,596,75 S 7,936,051.34 r IC ualkWylruuooi-Iar W iro»u Sant I'Ct IT ri.sp.sWFI&list wx Page 15 of 30 TABULATION OF BIDS EID OF Dote: January 19,2012 • Project: CITY OF WYLIE,TEXAS BIRKHOFF,HENDRICKS&CARTER,L.L.P. Tri-Con Services Jackson Construction Ed Bell Construction Company AUI Contractors,LLC West Brown Street Paving,Drainage&Utility Improvements PROFESSIONAL ENGINEERS 3010 W Main St 5112 Sun Valley Drive 10605 Harry Hines Blvd 4775 North Freeway Country Club Road to North Ballard Avenue Dallas,Texas Rowlett,Texas 75088 Fort Worth,Texas 76119 Dallas,Texas 75220 Fort Worth,Texas 76106 Item Approximate -- Unit Bid Unit Bid Unit Bid Unit Bid No. Quantities Unit Description Price Extension Price Extension Price Extension Price Extension BASE BM SCHEDULE NO. 2 12-Inch Water.Line Improvements 2-101 5,335 1_F Furnish&Install 12-Inch PVC Water Line w/Class B+Embedment by Open Cut S36.00 S 192,060 00 542.00 S 224,070,00 570,00 5 373,450.00 $41.00 S 218,735.00 2-102 60 LF Furnish&Install 12-Inch PVC Water Line v./Class G Embedment by Open Cut $50.00 S 3,000 00' $65.00 $ 3,900,00 $75.00 $ 4.500.00 $97.00 3 5,820.00 Furnish&Install 12-Inch Water Line with 24-Inch Steel Encasement(3/8'Thick)and Carrier - 2-103 105 L.F PiPPe by Onen Cut $126.00 S 13,230.00 S168.00 S 17,640.00 $75.00 $ 7,875.00 S170.00 $ 17,850.00 t dnnia l autan ls-an.n wamci Lille wpm 4'6-until nievi cncasemeiu tore I mica also Lai i let °` 2-103A 225 L.F Pipe by Other Than Open Cut S380.00, S 85.500.00 S333.00 S 74,925.00 $250.00 $ 56,250.00 S318.00 $ 71,550.00 2-104 90 L.F. Furnish&Install 6-Inch Water Line w/Class B+Embedment by Open Cut $60.00 S 5,400,00 527.00 S 2,430.00 $30.00 $ 2,700.00 $39.00 S 3,510.00 2-105 15 Ea. Furnish&Install 12-inch Gale Valve 52,150.00' S 32,250.00 $2,000.00 $ 30,000.00 $2,500.00 S 37,500.00 S3,700.00 S 55,500.00 2-106 13 Ea. Furnish&Install bench Gate Valve S850.00 S 11,050.00 S780. 0 S 10,140.00 $1,000.00 $ 13.000.00 $2,400.00 S 31,200.00 2.107 6 Ea. •Furnish&Install 4-inch Cate Valve $700.00 5 4,200.00 I $675.00 5 4,050,00 5800.00 5 4.800.00 51,800.00 S 10,800.00 2-108 1 Ea. Furnish&Install 6-melt Blow Off Valve w/Manhole 57,000.00 S 7,000.00, $4,800 00 S 4,800.00 $6,000 00 $ 6,000.00 $9,100.00 S 9,100.00 2-109 1 Ea. Furnish&Install 3-inch Combination Air Release Valve wd Manhole $7,000,00 $ 7,000.00 i 57,500.00 S 7,500.00 $8,000.00 S 8,000.00 S8,900.00 $ 8,900.00 2-1 10 4 Ea. Connect to Existing Water Line y $I,000.00 S 4,000.00 $1,000 00 S 4,000.00 $2,500.00 5 10,000.00 S2,000.00 $ 8,000,00 2-I l I 13 Ea- Furnish&Install Standard Fire Hydrant Assembly $2,700.00 S 35,100.00 $2.300.00 S 29,900.00 53,300.00 S 42,900.00 33,800.00 3 49,400.00 2-112 1 L.S. Cut,Plug and Abandon or Remove and Dispose of Existing 12"and 8"Water Lines $2,500.00 S 2,500.00 S450,00 S 450.00 S2,000.00 $ 2,000.00 $9,000.00 $ 9,000.00 2-113 10 Ea- Relocate Existing Water Meter and Transfer Water Service S800.00 S 8,000.00 $800 00 $ 8,000.00 $1,000.00 $ 10,000.00 51,500.00 S 15,000.00 2-114 2 Ea. Install New 3/4-Inch Water Meter $800.00 S 1,600.00.! S460.00 S 920.00 S630.00 S 1,260.00 S1,100.00 S 2,200.00 2-115 2 Ea. Install New I-Inch Water Meter $900.00 5 1,800004 $49000 5 980.00I $650,00 $ 1,300.00 $1,200.00 S 2.400.00 2-116 2 Ea. 'Install New 1-1/2 Inch Water Meier S800.00 S 1,600.00 S740.00 S 1,480.0D $855.00 $ 1710.00 51,500.00 $ 3,000.00 2-1 17 60 L.F Furnish&Install 3/4"Copper Water Service S25.00 S 1,500.00 56.00 S 360.00 $20.00 $ 1,200.00 $70.00 5 4,200.00 2-118 10 LF Fumish&Install 1"Copper Water Service S100.00 S 1.000.00 S7.00 S 70,00 522.00 S 220.00 SI15.00 S 1.150.00 2-119 10 LF Fumish&Install 1-1/2"Copper Water Service S110.00 S 1,100.00 $11.00 S 110.00 $25.00 S 250.00 595.00 S 950.00 2-120 10 L.F Fumish&Install 2"Copper WaterServtce $150.00 $ 1,500.00 $19.00 $ 190.00 535.00 $ 150.00 $14000 $ 1,400.00 2-121 5,815 L.F Design and Implement Trench Safety Systems SO 10 $ 581 50 51.00 S 5,815.00 S1.00 S 5,815.00 54.00 S 23,260.00 AMOUNT OF BASE BID-SCHEDULE 2 terns 2-101 Through 2-121) S 420,971.50 S 431,730.00 S 591,080.00 S 552,925.00 11Cleresaaw,b xees-l02 W D,owsveet P*0tSgcratTnMS •PAn8.2 Art Page 16 of 30 TABULATION OF BIDS j11D_aF auLQE J3)D OF Date: January 19,2012 Project: CITY OF WYLIE,TEXAS BIRKHOFF,HENDRICKS&CARTER.L.L.P. Tn-Con Services Jackson Construction Ed Bell Construction Company AU!Contractors,LLC West Brown Street Paving,Drainage&Utility Improvements PROFESSIONAL ENGINEERS 3010W Main St 5112 Sun Valley Drive 10605 Harry Hines Blvd 4775 North Freeway Country Club Road to North Ballard Avenue Dallas,Texas Rowlett,Texas 75088 Fort Worth,Texas 76119 Dallas,Texas 75220 Fort Worth,Texas 76106 Item Approximate Unit Bid Unit Bid Unit Bid - -- Unit Bid No. Quantities Unit Description Price Extension Price Extension Price Extension Peke Extension w BASE BID SCHEDULE NO.3 8-Inch Sanitary Sewer Improvements(Line A) 3-101 395 L.F Furnish&install 8"PVC Sanitary Sewer w/Class"H"Embedment by Open Cut 535.00 $ 13,825.00 539.00 $ 15,405.00 533.00 $ 13,035.00. $31.00 $ 12,245.00 3-102 10 L.F Furnish&Install 8"PVC Sanitary Sewer w/Class"G"Embedment by Open Cut 560.00 $ 600.00 548.00 S 480.00 550.00 S 500.00 $138.00 $ 1,380.00 3-103 20 L.F Furnish&Install 8"Pressure Pipe Sanitary Sewer wl Class B+Embedment by Open Cut $200,00 $ 4,000.00 $37.00 $ 740.00_ $55.00 S 1,100.00 $100,00 $ 2,000.00 3-104 55 L.F Furnish&Install 4"PVC Sanitary Sewer wt Class"H"Embedment by Open Cut $55.00 $ 3,025.00 S29.00 S 1,595.00 $45.00 S 2,475.00 F 563.00 $ 3,465.00 3-105 I Ea. iFtemove&Backfill Existing Sanitary Sewer Manhole $500.00 $ 500,00 $450.00 S 450.00 $1,000.00 $ 1,000.00E S1,800.00 S 1,800.00 3-106 1 L.S. Cut,Plug and Abandon or Remove&Dispose of Existing Sanitary Sewer $500.00 $ 500.00 S450.00 S 450.00 $1,000.00 $ 1,000.00/ S4,200.00 $ 4,200.00 3-107 2 Ea. Construct 4'Diameter Sanitary Sewer Manhole $3,300,00 $ 6.600.00 $2,600.00 $ 5,200.00 $4,000.00 S 8,000.00 S3,800.00 S 7,600.00 3-108 I Ea. Connect to Existing Sanitary Sewer $1,078.05 5 1,078.05 S350.00 S 350.00 $1,000.00 $ 1,000.00 $1,000.00 $ 1,000.00 3-109 11 Ea. Transfer Existing Sanitary Sewer Services $150.00 $ 1,650.00 542500 $ 4.675.00 $1250.00 S 13,75000 $90000 5 1,900.00 3-110 480 L.F Design and Implement Trench Safety Systems 50.10 $ 48.0D $1.00 $ 480.00 S1 00 S 480,00 S5.50 S 2,640.00 AMOUNT OF BASE BID-SCHEDULE 3(Items 3-101 Through 3-110) S 31,826,05 S 29,825,00 $ 42,40,00 $ 46,230.00 BASE BID SCHEDULE NO.4 Traffic Signal'Improvements At Westgate Way 4-101 52 L.F. Construct 36-Inch Drilled Shaft for Traffic Signal Pole(Item 416) S200.00 5 10,400.00 S200.00 S 10,400.00 $185.00 $ 9,620.00 $200.00 5 10.400.00 4-102 30 L_F Furnish&Install 2-Inch(Sch 40)PVC Conduit By Open Cut(Item 618) 59.00 $ 270.00 59.00 $ 270.00 53.40 S 102.00 $9.00 $ 270.00 4-103 240 L.F Furnish&Install 3-Inch(Sch 40)PVC Conduit By Open Cut(hem 618) 510.00 $ 2,400.00 S10.00 5 2,400.00 $7.10 $ 1,704.00, S9.00 $ 2,160.00 4-104 250 L.F Furnish&Install 3-Inch(Sch 40)PVC Conduit By Boring(item 618) $16.50 $ 4,125.00 $20.00 $ 5,000.00 $16.30 $ 4,075.00 519.00 S 4,750.00 4-105 520 L.F Furnish&Install Electric Conductor(No.6)Bare(Item 620) S0.80 5 416.00 $1.00 S 520.00 S0.75 S 390.00 $1.00 $ 52000 4-106 60 L.F Furnish&Install Electric Conductor(No.6)Insulated(Item 620) $0.90 S 54.00 S1.00 S 60.00 $0.85 S 51 00 SI 00 $ 6000 4-107 82D L.F Furnish&Install Electric Conductor(No.8)Insulated(Item 620) S0.75 $ 615.00 11.00 $ 820.00 $0.70 $ 574,00 $1.00 $ 820.00 4-108 7 Ea. Furnish&install Ground Box Ty C(162911)w/Apron(Gem 624) $470.00 5 3,290.00 5800.00 $ 5,600.00 S460.00 S 3,220.00 $750.00 $ 5,250.00 4-109 I Ea. Furnish&Install Elect Service Ty D 120/240 070(NS)AL(E)PS(U)(Item 628) $3,700.00 $ 3,700.00 $5,500 00 $ 5,500.00 $3,640.00 S 3,640.00 S5,400.00 5 5,400.00 4-110 I Ea. Furnish&Install Hwy Traffic Signal(Isolated)(Item 680) $20,500.00 $ 20.500.00 S26,000.00 $ 26,000.00 $30,000.00 $ 30,00000 $21,000,00 S 21.000.00 4-I 11 < 6 Ea. Furnish&Install Backplates(3 Sec)(12-In)(Item 682) 575.00 S 450.00 595.00 S 570.00 S60.00 5 360.00 $90.00 $ 540.00 4-112 • 4 Ea. Furnish&install Backplates(5 Sec)(12-In)(Item 682) $100.00 S 400.00 $100 00 S 400.00 $82.00 S 328.00 5100.00 S 400.00 1 K e saM1Wdkl2 m&-Irr2 W Brown Sum PRri SpeakTcca-s1xiW6RRBS-2 xla Page J7 of 30 TABULATION OF BIDS BILDI BID OF I Date: January 19,2012 Project: CITY OF WYLIE,TEXAS BIRKHOFF,HENDRICKS&CARTER,L.L.P. Tn-Con Services Jackson Construction Ed Bell Construction Company AUI Contractors,LLC West Brown Street Paving,Drainage&Utility Improvements PROFESSIONAL ENGINEERS 3010 W Main St 5112 Sun Valley Drive 10605 Harry Hines Blvd 4775 North Freeway County/Club Road to North Ballard Avenue Dallas,Texas Rowlett,Texas 75088 j Fort Worth,Texas 76119 ' Dallas,Texas 75220 Fort Worth,Texas 76106 l Item Approximate Unit Bid Uttrt ktmd Unit Bid Unit Bid No. q,uantities Unit Description Price Extension Price Extension Price Extrusion Price Extension 4-113 8 Ea. Furnish&Install FED SIG SEC(12-In)LED(2 Indications)(Countdown)(Item 682) $550.00 S 4,400.00 S500.00 $ 4,000.00 $525`00 $ 4,200.00 $550.00 $ 4,400.00 4-114 4 Ea. Furnish&Install VEH SIG SEC(12-In)LED(GRN)(ARW)(Item 682) 5200.00 S 800.00 $250,00 S 1,000.00 $197.00 $ 788.00 $250.00 S 1,000.00 4-115 10 Ea. Furnish&Install VEH SIG SEC(12-In)LED(GRN)(Item 682) $250.00 $ 2,500.00 $250.00 S 2,500.00 $225.00 S 2,250.00 S260.00 S 2,600.00 4-116 4 Ea. Furnish&Install VEH 51G SEC(12-In)LED(YEL)(ARW)(Item 682) $200.00 $ 800.00 S250.00 S 1,000.00 $191.00 $ 764.00 S260.00 $ 1,040.00 4-I l7 10 Ea. Furnish&Install VEH SIG SEC(12-In)LED(YEL)them 682) $210.00 $ 2,100.00 $250.00 S 2,500.00 $203.00 5 2,030.00 S260.00 S 2,600.00 4-118 10 Ea. Furnish&Install VEH SIG SEC(12--In)LED(RED)(Item 682) $210.00 S 2,100.00 S250 00 $ 2,500.00 5196.00 $ 1,960.00 S260.00 S 2,600.00 4-119 550 L.F Furnish&Install TRF SIG CBL(TY A)(12 AWG)(20 CONDR)(Item 684) S3.00 S 1,650.00 $4.00 S 2,200.00 S2.85 $ 1,567 54 $3 25 S 1,787.50 4-120 344 L.F Furnish&Install TRF SIG CBL(TY A)(14 AWG)(5 CONDR)(Item 684) 51.00 S 344.00 51.00 S 344.00 $0.90 S 309.60 - $100 $ 344.00 4-121 232 L.F. Furnish&Install TRF SIG CBL(TY A)(14 AWG)(7 CONDR)(hem 684) $1.15 $ 266.80 $3.00 S 696.00 St.10 $ 255.20 $3.00 $ 696.00 4-122 , I Ea. Furnish&Install INS TRF SIG PL AM(5)I ARM(36')(Item 686) S6,100.00 S 6,100.00 $5,000.00 S 5,000.00 $6,300.00 $ 6,300.00 S5.000.00 $ 5,000.00 4-123 2 Ea. Furnish&Install INS TRF SIC PL AM(S)1 ARM(36')LUM(Item 686) S7,100.00 S 14,200.00 $6,000.00 5 12,000.00 $7,250.00 $ 14,500.00 $5,600.00 $ 11,200.00 4-124 I Ea. Furnish&Install INS TRF SIG PL AM(S)1 ARM(44')LUM(hem 686) $7,600.00 $ 7,600.00 $7,000.00 S 7,000.00 $8,000.00 $ 8,000.00 $6,600.00 $ 6,600.00 4-125 8 Ea. Furnish&Install FED DETECT(2-Inch Pushbutton)(Item 688) $280 00 $ 2,240.00 $150.00 S 1,200.00 $270.00 5 2,160.00 SI66.00 $ 1,328.00 4-126 I Ea Furnish&Install Spread Spectrum Radio(Item 6006) S2,300.00 S 2,300.00 $3,000 00 $ 3.000.00 S2,205.00 S 2,205 00 $2,700.00 S 2,709 00 4-127 65 L.F Furnish&Install Coaxial Cable(Item 6006) $3,00 $ 195.00 $3.00 5 195.00 SI 35 S 87.75 S3.00 $ 195.00 4-128 I Fa Furnish&Install Antenna(Unidirectional)(Item 6006) 5400.00 $ 400.00 S500.00 S 500.00 S360.00 S 360.00 $550.00 $ 550,00 4-129 I Ea. Furnish&Install VIVDS Processor System(Item 6266) S8,900.00 $ 8,900.00, $8,000.00 $ 8,000.00 $10,000.00 S 10,000.00 S7,400.00 $ 7,400.00 4-130 4 Ea. Furnish&Install VIVDS Camera Assembly(Item 6266) SI,900.00 S 7,600.00 $2,100.00 $ 8,400,00 $2,000.00 S 8,000.00 $2,200.00 $ 8,800.00 4-131 I Ea. Furnish&Install VIVDS Set Up System(Item 6266) ' $550.00 $ 550.00 5200.00 5 200.00 $5,000.00 S 5,000.00 S220.00 S 220.00 4-132 758 L.F. Furnish&Install VIVDS Communication Cable(hem 6266) $1.60 $ 1,212.80 S1.50 S 1,137.00 SI 50 $ 1,137,00 $2.00 $ 1.516.00 4-133 I Ea. Furnish&Install Battery Back-up System For Signal Cabinets(Item 8317) S6,300.00 $ 6,300.00 $6,000.00 $ 6,000.00 $6,500.00 5 6,500.00 $6,000.00 $ 6,000.00 4-134 4 Ea. Furnish&Install Unidirectional Opticom Detector(Type 711) 5600.00 S 2,400.00 S800.00 $ 3,200.00 $750.00 S 3.000.00 $750.00 $ 3,009,00 4-135 1 Ea. ,Furnish&Install Phase Selector(Type 754) $3,800.00 S 3,800 00 $3,200 00 $ 3,200.00 $5,000.00 S 5,000.00 $3,260.00 $ 3,200,00 4-136 725 L F Furnish&Install Optician Detector Cable $0.90 $ 652.50 SI 00 S 725 00 $0.65 S 471 25 51 00 $ 72500 AMOUNT OF BASE BID-SCHEDULE 4(Items 4-101 Through 4-136) S 126,031.10 $ 134,037.00 S 140,909.30 S 127,071.50 TOTAL AMOUNT OF BASE BID(Schedules 1 +2+3+4) $ 7,377,960,00 S 7,538,320.50 S 8,094,926.05 $ 8,662,277.84 J.5C1m stWvtiel2aa&le2 W Barons 5usd P&INSpwi,TeiMSpee06-MBS-2 ztsr Page 18 of 30 TABULATION OF BIDS BID of BID OF $ID OF Date: January 19,2012 Project: CITY OF WYLIE,TEXAS BIRKHOFF,HENDRICKS&CARTER,L.L.P. Tn-Con Services Jackson Construction Ed Bell Construction Company AUI Contractors,LLC West Brown Street Paving,Drainage&Utility Improvements PROFESSIONAL ENGINEERS 3010 W Main St. 5112 Sun Valley Drive 10605 Harry Hines Blvd 4775 Nonh Freeway Country Club Road to North Ballard Avenue Dallas,Texas Rowlett,Texas 75088 Fort Worth,Texas 76119 Dallas,Texas 75220 Fort Worth,Texas 76106 ---mm-. Item Approsimalc Unit Bid Unit Bid Unit lag- Unit Bid No. Quantities Unit Description Price Extension Price Extension Price Extension Price Extension ALTERNATE BID SCHEDULE NO. 1A Alley Pitying&Sanitary Sewer Improvements IA-101 4 Sta. Prepare Right-of-Way,including Clearing&Grubbing&Gravel Drive Removal $250.00 S 1,000.00 SI,000.00 S 4,000.00 S2,000.00 $ 8.000.00 S300.00 S 1,200.00 IA-102 I 60 S.Y Remove and Properly Dispose of Reinf.Concrete Pavement or Walk $15.00 S 900.00 S9.00 $ 540.00 $15.00 $ 900.00 S11.00 5 660.00 IA-I03 60 S.Y Remove and Properly Dispose of Asphaltic Concrete Pavement S5.00 S 300,00 $9.00 S 540.00 S15.00 S 900.00 S11.00 S 660.00 IA-104 , 126 L.F For Saw-Cutting Concrete Pavement or Walk or Asphalt $3.00 S 378.00 $4.00 $ 504,00 S5.00 $ 630.00 $2.00 S 252.00 IA-105 , 90 C Y Unclassified Street Excavation $10.00 S 900.00 $20 00 S 1,800.00 $20.00 S 1,80000 S18.00 $ 1,620.00 IA-106 335 S.Y. Furnish&Place Topsoil(4-inches) $0.50 $ 167.50 $2.00 S 670.00 $1.00 $ 335.00 56.00 $ 2,010.00 IA-107 360 S.Y Furnish,Install&Maintain Solid Block Sod Bermuda $2.50 S 900.00 $4.00 $ 1,440.00 $2.50 $ 900.00 $8.00 $ 2,880.00 IA-108 456 S.Y Construct 6-inch Reinforced Concrete Alley Pavement $45.00 S 20.520.00 $55.00 S 25,080.00 $60.00 S 27,360.00 529.00 5 13,224.00 1A-109 52 S.Y ,Construct 6-inch Reinforced Concrete Driveway $45.00 $ 2,340.00 $55.00 S 2,860.00 $40.00 S 2,080.00 $70.00 $ 3,640.00 10-110 31 L.F Construct Undercut Street Header at Existing Concrete Street Pavement $30.00 S 930.00 $10.00 $ 310.00 $20.00 y$ 620.00 S50.00 S 1,550.00 IA-Ill 337 L.F Furnish&Install Sn PVC Sanitary Sewer wl Class"H`Embedment by Open Cut $52.00 S 17,524.00 $63.00 S 21,231.00 $45.00 $ 15,165.00 533.00 $ 11,121 00 IA-I 12 99 Li Furnish&Install 4"PVC Sanitary Sewer wl Class"H"Embedment by Open Cut $65.00 S 6,435.00 $55.00 S 5,445.00 $43,00 $ 4,257.00 S38.00 $ 3,762.00 IA-113 I Ea Adjust Existing Sanitary Sewer Manhole Frame&Cover to Proposed Grade $500.00 $ 500,00 $450.00 S 450.00 $1,500.00 S 1,500.00 S970.00 $ 970.00 IA-114 , I Ea Remove Existing Sanitary Sewer Manhole S500.00 $ 500.00 S450.00 $ 450.00 $1,500.00 $ 1,500.00 $1,150.00 $ 1,150.00 IA-115 337 Ea. Remove&Dispose of Existing Sanitary Sewer St.00 S 337,00 $4.00 S 1,348.00 $25.00 $ 8,425.00 S23.00 $ 7,751.00 IA-I 16 I Ea. Construct 4'Diameter Sanitary Sewer Manhole $4,000.00 S 4,000.00 $2,600.00 $ 2,600.00 $5,000.00 $ 5,000.00 $3,400.00 1,$ 3,400.00 IA-I 17 2 Ea Connect to Existing Sanitary Sewer $500.00 $ 1,000,00 $350 00 S 700.00 $1,250.00 S 2,500.00 S829.00 I $ 1,658.00 IA-118 10 Ea Transfer Existing Sanitary Sewer Services SI50.00 S 1,500.00 5425.00 S 4,250.00 $1,500,00 $ 15,000.00 S470.00 $ 4,700.00 IA-119 436 L.F Design and Implement Trench Safety Systems $0.40 $ 174.40 $1.00 S 436.00 SI 00 $ 436.00 SI 50, $ 654.00 AMOUNT OF ALTERNATE BID-SCHEDULE IA(Items 1A-101 Through 1A-119) $ 60,305.90_ S 74,654.00 $ 97,308.00 $ 62,862.00- r u:.ltWdiena0W6i02 W Brown Sued PCIASpecaTa +o6.Pans-2,a Page 19 of 30 TABULATION OF BIDS Min & BID of 212.91 1112 QE Date: January 19,2012 Project: CITY OF WYLIE,TEXAS BIRKHOFF,HENDRICKS&CARTER,L.L.P. Tn-Con Services Jackson Construction Ed Bell Construction Company AU!Contractors,LLC West Broom Street Paving,Drainage&Utility Improvements PROFESSIONAL ENGINEERS 3010 W Main St. 5112 Sun Valley Drive 10605 Harry Hines Blvd 4775 North Freeway Country Club Road to North Ballard Avenue Dallas,Texas Rowlett,Texas 75088 Fort Worth,Texas 76119 Dallas,Texas 75220 Fort Worth,Texas 76106 :...Item Approximate... I Unit ilid...... Unit Bid Unit Did I Unit Bid No. Quantities Unit Description Price Extension Price Extension Price Extension Price Extension , ALTERNATE BID SCHEDULE NO. 2A Brick Screening Wall 2A-101 566 L.F Remove&Dispose of Existing Brick Screening Wall,Footings&Pier Caps SI 1.00 S 6,226.00 $20.00 $ 11.320.00 S32.00 $ 18,112.00 $18.50 S 10,471 00 2A-102- 574 L.F Construct Thin Bnck Screening Wall With All Appurtenances S200.00 S 114,800.00 3123.00 5 70,602.00 $145.00 S 83.230.00 S106.00 S 60,844.00 1, AMOUNT OF ALTERNATE BID-SCHEDULE 2A (Items 2A-101 Through 2A-102) $ 121,026,00 S 81,922.00 S 101,342.00 S 71.315.00 ALTERNATE BID SCHEDULE NO, 3A Landscape&Irrigation Improvements 3A-1 of I L S Furnish&Install All Landscaping Improvements as shown on the Plans $115,000.00 S 115,01)0.00 S90,000.00 S 90,000.00 $105,000.00 S 105,000.00 582,000.00 S 82,000.00 3A-102 i5.49n) S.Y. Reduce Quantity Block Sod Bermuda Grass(Base Bid Item 1-108) $2.00 $ (10,980.00) S2.00 $ (10,980.00) $2.50 S (13,725.00) $2.00 $ (10,980.00) 3A-103 1 L.S Furnish&Install All Irrigation Systems as shown on the Plans $185,000.00 S 185,000.00 S 125,1300.00 $ 125,000.00 S 135,000.00 S 135,000.00 S121,000.00 $ 121,000.00 AMOUNT OF ALTERNATE BID-SCHEDULE 3A(Items 3A-101 Through 3A-103) S 289,020.00 $ 204,020.00 S 226,275.00 S 192,020.00 ALTERNATE_BID_SCHEDULE,NO. 4A Street Illumination Improvements 4A-I01 7,900 L.F Furnish&Install 2'PVC Conduit wl Detectable Tape and Pull Strang(In Addition To Base Bud) $3.60 S 28,440.00 56.00 S 47,40000 53.40 S 26,860.00.` S5.00 S 39,50000 4A-102 33 Ea. Construct Street Light Foundation for 30-ft pole using Dnepr Standard 213-330 $850.00 $ 28.050.00 S900.00 S 29,700.00 S800.00 S 26..400.00 S800.00 5 26,400 00 4A-I03 13 Ea. Construct Street Light Foundation for 14-ft pole using Oncor Standard 213-341 S650.00 5 8,450.00 $800.00 S 10,400.00 ,_ $550.00 S 7,150.00 S700.00 5 9,100.00 Furnish&Install All Other Items and Work as shown on the Plans and Details and as described in 4A-I04 I L.S. the Specifications for Complete Street Lighting System $205,000.00 S 205,000.00 $190,000.00 $ 190,000.00 5269,000.00 S 269,000.00 S175,000.00 S 175,000.00 AMOUNT OF ALTERNATE BID-SCHEDULE 4A(Item 4A-101 Through 4A-104) S 269,940.00 S 277,500.00 S 329,410.00, 5 250,000.00 TOTAL AMOUNT OF ALTERNATE BID(Schedules IA+2A +3A+4A) S 740,291.90 S 6311,096.00 5 754,335.00 S 576.197.00 TOTAL AMOUNT OF BID (BASE BID+ALTERNATE BID) S 8,118,2.51.90 $ 8,176,416.50 S 8,849,261,05 S 9,238,474.84 • 1,kCteiceltW,k0 5nt.1n2 W Oman Sired Pat55pralTeclnspaM6-PaaS-2 sic Page 20 of 30 TABULATION OF BIDS Date: January 19,2012 Project: CITY OF WYLIE,TEXAS BIRKHOFF,HENDRICKS&CARTER,L.L.P. Texas Sterling Construction Co. Glenn Thurman,Inc. West Brown Street Paving,Drainage&Utility Improvements PROFESSIONAL ENGINEERS 2100 N.Hwy 360,Suite 106A PO Box 850842 Country Club Road to North Ballard Avenue Dallas,Texas Grand Frame,Texas 75050 Mesquite,Texas 75185-0842 Item Approximate Unit Bid Unit it. No. Quantities Unit Description Price > Extension Price Extension BASE BID SCHEDULE NO. 1 Paving&Drainage Improvements 1-101 90 Sta. Prepare Right-of-Way,including Clearing,Grubbing&Gravel Dnve Removal $9,635.00 $ 867,150.00 $7,600.00 $ 684,000.00 1-102 6,700 S.Y. Remove and Properly Dispose of Reinf Concrete Pavement or Walk $5 00 $ 33,500.00 $7.00 $ 46,900.00 1-103 28,170 S.Y. Remove and Properly Dispose of Asphaltic Concrete Pavement S2.00 S 56,340.00 $2,50 $ 70,425.00 1-104 3.224 LP For Saw-Cutting Concrete Pavement or Walk or Asphalt $1.62 $ 5,222.88 S2.50 $ 8,060.00 I-105 27,960 C Y Unclassified Street Excavation $16.00 $ 447,360.00 $6 00 $ 167,760.00 1-106 31,650 S.Y. Furnish&Place Topsoil(4-inches) $1.65 $ 52,222.50 S6.80 $ 215,220.00 1-107 14,690 S.Y. Furnish,Install&Maintain Hydromulch $0.50 $ 7,345.00 $1.80 $ 26,442.00 1-108 16,960 S.Y. Furnish,Install&Maintain Solid Block Sod Bermuda $1.85 $ 31,376.00 $3.35 $ 56,816,00 1-109 61,050 S.Y. Construct 12-inch Lime Stabilized Subgrade $4.50 S 274,725.00 $2.50 $ 152,625,00 1-110® 2,076_Tons Furnish&Install Lime Slurry l l68k/S.Y) $137.00-$ 284,412,00 $148.00 $ 307,248.00 I-I 1 l 54,050 S Y Construct 8-inch Jointed Reinforced Concrete Pavement $37.00 $ 1,999,850,00 $54.20 $ 2,929,510.00 I-1 I IA 3,470 S.Y Construct 8-Inch High Early Strength Reinforced Concrete Pavement $56.00 yS 194,320.00 S73.40 $ 254,698 00 1-112 27,320 L.F Construct 6-inch Monolithic Concrete Curb $1.00 $ 27,320.00 $1.50 $ 40,980 00 1-113 224 L.F Construct Reinforced Concrete Street Header $12.00 $ 2,688.00 $15.00 $ 3,360.00 1-114 2,834 S Y Construct 6-inch Reinforced Concrete Driveway $38.00 $ 107,692.00 $35.00 $ 519,190.00 1-115 76 S V Construct 6-inch Reinforced Concrete Alley(Base Bid) $58.00 $ 4,408.00 $40.00 $ 3,040,00 1-116 50 Ea. Construct 6-inch to I-inch Curb Transition Sidewalks&Street Intersections $4.00 $ 200.00 $10.00 S 500.00 1-117 7,987 S Y Construct Reinforced Concrete Sidewalk S36.00 $ 287,532.00 $32.00 $ 255,584.00 1-118 510 L.F Construct 6-inch to 12-inch Concrete Curb For Sidewalk $4.00 $ 2,040.00 S5.00 $ 2,550.00 1-119 291 L.F Construct Undercut Street Header at Existing Concrete Street Pavement $12.00 $ 3,492.00 $20.00 $ 5,820.00 1-120 108 L.F Construct Railroad/Street Header $12.00 $ 1,296.00 $225.00 S 24,300.60 I 1-121 32 Ea. Construct Berner Free Ramps S900.00 S 28,800.00 L, St,000.00 $ 32,000.00 1lelmveWvliei2e08.102 W Brown Steel P&M.SpocalTcch-Specs t&Hs-2 Wst Page 21 of 30 TABULATION OF BIDS Date: January 19,2012 i •roject: CRY OF WYLIE.TEXAS BIRKHOFF,HENDRICKS&CARTER,L.L.P. Texas Sterling Construction Co. Glenn Thurman,Inc. West Brown Street Paving,Drainage&Utility Improvements PROFESSIONAL ENGINEERS 2100 N.Hwy 360,Suite 106A PO Box 850842 • Country Club Road to North Ballard Avenue Dallas,Texas Grand Prairie,Texas 75050 Mesquite,Texas 7 51 8 5-0842 Item + Approximate Unit Bid Unit Bid __ No. I Quantities Unit Description Pike Extension Price Extension 1-122 12 Ea. Construct Lanscape Maintenance Ramp S790.00 S 9,480.00 $600.00 S 7,200.00 1-123 3,660 L.F Remove&Replace 4-Strand Barbed Wire Fence $8.50 S 31,110.00 $4.70 $ 17,202.00 1-124 60 LE Remove&Replace Chain Link Fence $40.00 S 2,400.00 S40.00 $ 2,400.00 1-125 30 LE Remove&Replace 6-Foot Wood Pnvacy Fence $55.00 S 1,650.00 S80.00 S 2,400.00 1-126 10 LE Remove&Replace 8-Foot Wood Pnvacy Fence $85.00 S 850.00 S 100.00 S 1,000.00 1-127 10,020 S_F Construct Brick Median Pavers with 4"Non-reinforced Concrete $6.00 S 60,120.00 $8 00 $ 80,16000 1-128 10 Mo. Furnish,Install&Maintain Phase-1 Traffic Control Devices,Markings&Signage $2,400.00 S 24,000.00 S18,000.00 $ 180,000.00 1-129 6 Mo. Furnish,Install&Maintain Phase-2 Traffic Control Devices,Markings&Signage 52,400.00 $ 14,400.00 S18,000.00 S 108,000.00 1-130 3 Mo, Furnish,Install&Maintain Phase-3 Traffic Control Devices,Markings&Signage $2,400.00 S 7,200.00 $18,000.00 5 54,000.00 1-131 18,020 S.Y. Construct 6-inch Type"D"Base Temporary HMAC Pavement&Embankment S21.00 S 378,420.00 532.00 $ 576,640.00 1-132 18,020 S.Y Remove 6-inch Type"D"Base Temporary HMAC Pavement&Embankment S3.00 S 54,060.00 $6.00 S 108,120.00 1-133 17,840 L.F Furnish&Install Broken White Line Traffic Buttons $0.49 S 8,741.60 $0.55 $ 9.812.00 1-134 3,623 Ea. Furnish&Install Single Line Yellow Reflective Raised Pavement Markers S2 95 S 10,687 85 S3.30 S 11,955 90 1-135 1,104 Ea. Furnish&Install Double Line Yellow Reflective Raised Pavement Markers $2.95 S 3,256.80 $3.30 $ 3,643.20 1-136 1,704 L.F Furnish&Install Turn Bay Line $0.95 $ 1,6113.80 $1.10 $ 1,874.40 1-137 382 L.F Furnish&Install 12"Double White Stop Line 52.25 S 859.50 $2.50 $ 955.00 1-138 1,357 L,F Furnish&Install 6"White Thermoplastic Pedestrian Crossing Line 52.69 S 3,650.33 53.00 S 4,071.00 1-139 II Ea. Furnish&Install White Thermoplastic Marking"ONLY" $150.00 $ 1,650.00 S165.00 $ 1,815.00 1-140 4 Ea Furnish&Install White Thermoplastic Marking-Slrarehl&TurnArrow $20.00 S 80.00 S135.00 $ 540.00 . 1-141 17 Ea. Furnish&Install White Thermoplastic Marking-Turn Arrow S120.00 S 2,040.00 S135.00 S 2,295.00 i 1-142 2 Ea. IFurtish&InstallWhiteThermoplasticMarking-RailroadCrossing $650.00 $ 1,300.00 $715.00 $ 1,430.00 1-143 391 S,F. Famish&Install Aluminum Signs $19.10 $ 7,468,10 $22.25 S 8,699.75 ; 1-144 53 Ea. Famish&Install Small Roadside Sign Assembly(Type"A") S350.00 $ 18,550,00 $223.00 $ 11,819,00 1 auieneaauwikuigr-ioa W BrovaL Sweet rkDtcgeraTai.sp«ww Cns2 sine Page 22 of 30 - TABULATION OF BIDS LULU EID_O_E Date: January 19,2012 (Project: CITY OF WYLIE,TEXAS BIRKHOFF,HENDRICKS&CARTER,L.L.P. Texas Sterling Construction Co. Glenn Thurman,Inc. West Brown Street Paving,Drainage&Utility Improvements PROFESSIONAL ENGINEERS 2100 N.Hwy 360,Suite 106A PO Box 850842 Country Club Road to North Ballard Avenue Dallas,Texas Grand Prairie,Texas 75050 Mesquite,Texas 75185-0842 Item Approximate Unit Bid Unit Bid No. Quantities Unit Description Price Extension I Price Extension _r 1-145 I Ea Furnish&Install Small Roadside Sign Assembly(Type'A-1') $500.00 $ 50000 $223.00 $ 223.00 Furnish&Install 18-inch Reinforced Concrete Pipe(Class III)by Open Cut w/Class C 1-146 5,013_L.F Embedment S46.00 S 230,598.00.. 542.00 S 210,546,00 Furnish&Install 21-inch Reinforced Concrete Pipe(Class III)by Open Cut w/Class C 1-147 1,320 L.F Embedment S48.00 S 63,360.00' $47.00 S 62,040.00 Furnish&Install 24-inch Reinforced Concrete Pipe(Class III)by Open Cut w/Class C 1-148 995 L.F Embedment S56.00 S 55,720,00 $55.00 S 54,725.00 Furnish&Install 27-Inch Reinforced Concrete Pipe(Class 111)by Open Cut w/Class C 1-149 1,037 W L.F Embedment $60.00 $ 62,220.00 $61.00 $ 63,257.00 -Furnish&Install 27-Inch Reinforced Concrete Pipe(Class III)by Dry Bore w/42'Steel 1-150 270 L.F Encasement(314'Thick) _ S725.00 S 195,750.00 S530.00 S 143,100.00 Furnish&Install 30-inch Reinforced Concrete Pipe(Class III)by Open Cut w/Class C 1-151 851 L.F Embedment S66.00 S 56,16600 $7000 $ 59,570.00 Furnish&Install 36-inch Reinforced Concrete Pipe(Clam III)by Open Cut w/Class C - 1-152 234 L.F Embedment S85.00 S 19,890.00 $91.00 S 21,294.00 Furnish&Install 39-inch Reinforced Concrete Pipe(Class 111)by Open Cut w/Class C 1-153 136 L.F Embedment $100.00 $ 13,600.00 $110.00 S 14,960.00 1-154 180 L.F Construct(3)10's x 6'r Reinforced Concrete Box Culverts w18-Inch Crushed Stone Base $4,500.00 S 810,000.00 S1,150.00 $ 207,000.00 1-155 4 Ea Construct Parallel Wingwalls(PW)with Apron(3-10'x6'Culvert) r $40,000.00 S 160,000.00 S35,000.00 S 140,000.00 1-156 94 L.F Construct(2)8's x 4'r Reinforced Concrete Box Culverts w18-Inch Crushed Stone Base $3,500.00 $ 329,000.00 S590.00 $ 55,460.00 1-157 2 Ea. Construct Parallel Wingwalls(PW)with Apron(2-8'x4'Culvert) $35,000.00 $ 70,000.00 312,250.00 $ 24,500.00 I-158 480 L,F Construct C221 Traffic Rail on Culvert Parallel Wingwalls $80.00 $ 38,400,00 $92.00 $ 44,160.00 I-159 452 L.F Provide Temporary 18-inch Pipe Culvert&Remove $47.00 S 21,244.00 S41.00 $ 18,532.00 1-160 90 L.F Provide Temporary 24-inch Pipe Culvert&Remove S52.00 S 4,680.00 S47.00 $ 4,230.00 1-161 40 L.F Provide Temporary 48-inch RCP Culvert&Remove S 150.00 S 6,000.00, $84.00 S 3,360.00 1-162 100 L.F Furnish&Install MBGF With Wood Posts S21 00 S 2,100.00 i $25.00 S 2,500.00 1-163 4 . Ea. Furnish&Install TxDOT Standard SGT(7)HB-03A $2,250.00 S 9,000.00 S2,500.00 S 10,000.00 i 1-164 8 Ea. Furnish&Install MBGF Transition(TL2) $750.00 $ 6,000.00 I S825.00 S 6,600.00 1-165 4 ; Ea. Furnish&Install MBGF Temtmal Anchor Section $650.00 $ 2,600.00 S715.00 $ 2,860.00 1-166 1 . Ea. Construct 2-Grate Inlet $4,400.00 $ 4,400.00 S2,10000 S 2,10000 1 tcl eWvanamwto2 W baron Saes P&bl4peoVrech-Spect6,P&ns-1sars Page 23 of 3a TABULATION OF BIDS Date: January 19,2012 Project: CITY OF WYLIE,TEXAS BIRKHOFF,HENDRICKS&CARTER,L.L.P. Texas Sterling Construction Co- Glenn Thurman,Inc West Broom Street Paving,Drainage&Utility Improvements PROFESSIONAL ENGINEERS 2100 N Hwy 360,Suite 106A PO Box 850842 Country Club Road to North Ballard Avenue Dallas,Texas Grand Prairie,Texas 75050 Mesquite,Texas 75185-0842 - Item Approximate Unit Bid Unit Bid No. Quantities _ Unit Description Price Extension Price I Extension r — r 1-167 17 Ea. Construct 6-Foot Recessed Curb Inlet S2,700.00 $ 45,90000 S2,300.00 S 39,10000 1-168 3 Ea. Construct 6-Foot Standard Curb Inlet $2,700.00 $ 8,100.00 $2,300.00 S 6,500.00 1-169 7 Ea. Construct 8-Foot Recessed Curb Inlet $2,800.00 $ 19,600.00 $2,400.00 S 16,800.00 1-170 2 Ea. Construct 8-Foot Standard Curb Inlet S2,800.00 S 5,600,00 S2,400.00 S 4,800.00 I-171 13 Ea. Constrict 10-Foot Recessed Curb Inlet S3,000.00 $ 39,000.00 $2.600.00 S 33,800.00 I-172 1 Ea. Construct 10-Foot Standard Curb Inlet S3,000.00 $ 3,000,00 S2,600.00 S 2,600.00 1-173 w 3 Ea. Construct 12-Foot Recessed Curb Inlet S3,500.00 $ 10,500,00 S2.900.00 $ 8,700.00 1-174 1 Ea- Construct 12-Foot Standard Curb Inlet i S3,500.00 S 3,500,00 $2,900.00 S 2,900.00 i 1-175 1 Ea. Construct 14-Foot Standard Curb Inlet $3,900.00 S 3,900.00 S3,400.00 $ 3,400,00 1-176 2 Ea Construct 20-Foot Recessed Curb Inlet $4,700.00 S 9,400.00 S3,950.00 S 7,900.00 1-177 I Ea. Construct TxDOT Type 11 Curb and Grate Inlet 4 53,500.00 S 3,500.00 $2,800.00 $ 2,800.00 1-178 1 Ea. Construct TxDOT Type II Curb and Grate Inlet With 2 Extensions $5,000.00 I 5,000.00 $4,700.00 $ 4,700.00 1-179 220 L F Construct TxDOT Slotted Drain S115 00 $ 25,300.00 $150.06 S 33,000.00 1-180 3 Ea. Construct 4'x 4'Wye Inlet With Apron $3,400.00 $ 10,200.00 $2,100.00 I 6,300.00 1-181 24 Ea. Construct 4-ft.or 5-ft.Type"B'Storm Sewer Manhole $4,400.00 $ 105,600.00 $3,100.00 S 74,400.00 1-182 2,790 C.Y Unclassified Channel Excavation S10.00 S 27,900.00 56.00 S 16,740.00 1-183 454 C Y Construct Gabion Channel Lining $200.00 •5 90,800,00 S195.00 S 88,530.00 1-184 430 S Y Construct Concrete Pilot Channel S72.00 S 30,960.00 $100.00 5 43,000.00 1-185 532 S Y Construct Reinforced Concrete Riprap(5-Inches) S55.00 $ 29,260.00 $60.00 $ 31 920.00 1-186 3 Ea. Adjust Existing 6-Inch Water Line S5,000.00 S 15,000.00 52,900.00 I 8,700.00 1-187 5 Ea. Adjust Existing 8-Inch Water Line S5,700.00 $ 28,500.00 $4,100,00 S 20,500.00 1-188 96 L.F Remove&Dispose of 60"R C.0 P Water Line S60.00 S 5,760.00 $65.00 S 6,240.00 1-189 4 Ea. Furnish&Install Permanent Plugs for 60"R.C.C.P Water Line S5,900.00 S 23,600.00 S750.00 $ 3,000.00 1 is irrr aW,'toiirol-toz W riroi,a sale 111.1r5pocnroo +ee-t'e rs-z rtea Page 24 of 317 TABULATION OF BIDS ER of BID of Date: January 19,2012 Project: CITY OF WYLIE,TEXAS BIRKHOFF,HENDRICKS&CARTER,L.L.F. Texas Sterling Construction Co. Glenn Thurman,Inc. West Brown Street Paving,Drainage&Utility improvements PROFESSIONAL ENGINEERS 2100 N.Hwy 360,Suite 106A PO Box 850842 Country Club Road to North Ballard Avenue Dallas,Texas Grand Prairie,Texas 75050 Mesquite,Texas 75185.0842 Item Approximate ' Unit Bid Unit i No. Quantities Unit Description V. Price Extension c Price Extension 1-190 37 Ea. Remove&Properly Dispose of Small Drainage Structures(Pipe Culverts&Headwalls) $6(10.00 S 22,200.00 S350.00 ,$ 12,950.00 1-191 4 Ea. Remove&Properly Dispose of Large Drainage Structures(Box Culverts&Headwalls) $7,200.00 S 28,800.00 $6,200.00 $ 24,800.00 1-192 15,850 L.F. Furnish,Install&Maintain Sediment Control Fence $1.10 S 17,435.00 $1.65 $ 26,152.50 1-193 15,850 L.F Sediment Control Fence(Remove) $0.50 S 7,925.00 50.30 S 4,755.00 1-194 70 Ea. Furnish,Install&Maintain Inlet Erosion Protection Device $75.00 S 5,250.00 590.00 $ 6,300.00 1-195 70 Ea. Inlet Erosion Protection Device(Remove) 510.00 S 700.00 $17.00 $ 1,190.00 t-196 I80 L.F Furnish.Install&Maintain Rock Filter Dams(Type I) $1850 S 3,330.00 S20.00 S 3,600.00 1-197 180 LF Rock Filter Darns(Type I)(Remove) 315.80 S 2,844.00 $13.00 $ 2,340.00 1-198 150 S.Y Furnish,Install&Maintain Construction Entrance/Exit(Type 2) $14.25 $ 2,137 50 $16.00 $ 2,400.00 I-199 150 S.Y Construction Entrance/Exit(Type 2)(Remove) S6.75 5 1,012 50 $7.00 S 1,05000 1-200 10,130 L.F Design and Implement Trench Safety Systems $1.00 S 10,130.00 $2.00 S 20,260.00 1-201 2 Ea. Remove and Reconstruct Existing Business Sign S650.00 S 1,300.00 $3,000.00 $ 6,000.00 1-202 4,050 LE Furnish&Install 4-Inch PVC Conduit wiDetectable Tape(Irrigation) S6.00 S 24,300.00 S4.80 S 19,440.00 1-203 1,142 L.F Furnish&Install 2-Inch PVC Conduit in/Detectable Tape(Street Lighting) $8.00 S 9,136.00 53.40 S 3,882.80 1-204 270 L.F Furnish&Install 2-Inch PVC Conduit Attached To Casing Spacers(Street Lighting) $18.00 S 4,860.00 S2.60 S 702.00 1-205 3 Ea. Furnish&Install Electrical Pull Box or Hand Hole(Street Lighting) S600.00 S 1,800.00 S435.00 S 1,305.00 I-206 1 L.S. Provide and Implement Storm Water Pollution Prevention Plan S20,000.00 S 20,000.00 $7,500.00 $ 7,500.00 I-207 S00 LF Construct and Remove Temporary Fencing $14.00 $ 1 1,200.00, $5.00 $ 4,000.00 1-208 1,900 L.F Remove&Dispose Of Concrete Curb&Gutter 55.00 S 9,500.0D $5.00 $ 9,500.00 1-209 2 Ea. Furnish&Install Project Sign S375.00 S 750.00 $750.00 $ 1,500.00 1-210 1 LS. Owner's Contengenciea Allowance $200,000.00 S 200,000.00 $200,000.00 5 200,000.00 • AMOUNT OF BASE BID-SCHEDULE 1 (Items 1-101 Through 1-210) i S 8,458,602.36 S 8,560,434.55 .1 W ut,wytuaaox-io:W Bri.wat saRi PkDISpen ratr.spwaa.retua Are Page 25 of 30 TABULATION OF BIDS BlD of BLUE Date: January 19,2012 Project: CITY OF WYLIE,TEXAS BIRKHOFF,HENDRICKS&CARTER,L.L.P. Texas Sterling Construction Co. Glenn Thurman,Inc West Brown Street Paving,Drainage&Utility Improvements PROFESSIONAL ENGINEERS 2100 N.Hwy 360,Suite 106A PO Box 850842 Country Club Road to North Ballard Avenue Dallas,Texas Grand Praine,Texas 75050 Mesquite,Texas 75 1 85-084 2 liens proximate I p Unit Bid I I Unit Bid No. Quantities Unit Descri tion Price Extension Price Extension BASE BID SCHEDULE NO.2 . 12-Inch Water Line Improvements 2-101 5,335 L.F Furnish&Install 12-Inch PVC Water Line witless B+Embedment by Open Cut S62.00 $ 330,770.00 S40.00 $ 213,400.00 2-102_ 60 L.F Furnish&Install 12-Inch PVC Water Line witless G Embedment by Open Cut $120.00 S 7,200,00 S49.00 S 2.940.00 Furnish&Install 12-Inch Water Line with 24-Inch Steel Encasement(3/8'Thick)and Carver 2-103 105 L.F PiprbyOpenCut S180.00 S 18,900.00 $156.00 8 16,380.00 C 1111 1 oL install I L-nicii maim Lulu wnll L4-Ulcn meal encasement t J16 1 HICK)ann Lamer 2-103A 225 L.F Pipe by Other Than Open Cut $495.86 $ 111,568.50 S320.00 S 72,000.00 2-104 90 L.F Furnish&Install 6-Inch Water Line wdClass B+Embedment by Open Cut $165.00 $ 14,850.00 $20.00 $ 1,800.00 2-105 15 Ea Furnish&Install 12-inch Gate Valve $2,100.00 $ 31,500.00 52,150.00 S 32,250.00 2-106 13 Ea. Furnish&Install 6-inch Gate Valve $1,000.00 S 13,000.00 S833.00 S 10,829.00 2-107 6 Ea Furnish&Install 4-inch Gate Valve $950,00 S 5,700.00 $786.00 S 4,716.00 2-108 I Ea Furnish&Install 6-inch Blow Off Valve wd Manhole $1 1,000.00 S 11,000.00 S5,500.00 S 5,500.00 2-109 I Ea Furnish&Install 3-inch Combination Air Release Valve wt Manhole $10,000.00 S 10,000.00 $7,600.00 $ 7,600.00 2-110 4 Ea Connect In Existing Water Line S1,250.00 S 5,000.00 $1,30000 $ 5,200.00 2-I 1 l 13 Ea Furnish&Install Standard Fire Hydrant Assembly $3,200.00 S 41,600.00 $2,750.00 S 35,750.00 2-112 1 L.S. Cut,Plug and Abandon or Remove and Dispose of Existing 12"and 8"Water Lines 52,050.00 S 2,050.00 $3,950.00 $ 3,950.00 2-113 10 Ea. Relocate Existing Water Meter and Transfer Water Service S900.00 S 9,000.00 S1,350.00 S 13,500.00 2-114 2 Ea. Install New3/4-Inch Water Meter $1,100.00 S 2,200.00 51,120.00 $ 2,240.00 2-115 2 Ea, Install New I-Inch Water Meter $1,200.00 S 2,400.00 $1,220.00 $ 2,440.00 2-116 'I 2 Ea, Install New 1-1/2 Inch Water Meter $1,300.00 S 2,600.00 $1,800.00 S 3,600.00 2-117 60 L.F Furnish&Install 3/4"Copper Water Service $42.00 $ 2,520.00 $21.00 $ 1,260.00 2-118 10 L.F Furnish&Install 1"Copper Water Service. _ . - $43 00 S 430.00 533.00 5 330.00 2-119 , 10 L.F. Furnish&Install I-I/2"Copper Water Service $50.00 S 500.00 $36.00 $ 360.00 2-120 10 L.F. Furnish&Install 2"Copper Water Service 554,00 S 540.00 $50.00 $ 500.00 2-121 5,815 L.F. Design and Implement Trench Safety Systems $1 00 S 5,815 00 $1 00 S 5,815.00 AMOUNT OF BASE BID-SCHEDULE 2(Items 2-101 Through 2-121) $ 629,143.50 S 442,360.00 I u7mranwyi1624,03-i02 W Wow,Steel raERSpe,eTcslsapacw6.1,&I3s-2*bat Page 26 of 30 TABULATION OF BIDS j31D_OF BaD OF Date: January 19,2012 Project: CITY OF WYLIE,TEXAS BIRKHOFF,HENDRICKS&CARTER,L.L.P. Texas Sterling Construction Co. Glenn Thurman,Inc. West Brown Street Paving,Drainage&Utility Improvements PROFESSIONAL ENGINEERS 2100 N.Hwy 360,Suite 106A PO Box 850842 Country Club Road to North Ballard Avenue Dallas,Texas Grand Prairie,Texas 75050 Mesquite,Texas 75185-0842 - Item Approximate Unit Bid Unit Bad No. Quantities Unit Description Price Extension Price Extension i BASE BID SCHEDULE NO. 3 • 8-Inch Sanitary Sewer Improvements(Line A) , 3-101 395• L.F Furnish&Install 8"PVC Sanitary Sewer wl Class'H'Embedment by Open Cut S40.00 5 15,800.00 536.00 5 14,220.00 3-102 10 L F Furnish&Install 8"PVC Sanitary Sewer w/Class'0"Embedment by Open Cut S109.00 S 1,090.00 S46.00 S 460.00 3-103 20 L.F Furnish&Install S"Pressure Pipe Sanitary Sewer wl Class B+Embedment by Open Cut $70.00 $ 1,400.00 548.00 5 960.00 3-104 55 LE Furnish&Install 4"PVC Sanitary Sewer wl Class"FP Embedment by Open Cul $122.00 $ 6,710.00 S43.00 S 2,365.00 3-105 I Ea. Remove&Backlit!Existing Sanitary Sewer Manhole 5790.00 S 790.00 S950.00 S 950.00 3-106 I L.S. Cut,Plug and Abandon or Remove&Dispose of Existing Sanitary Sewer S2,700.00 5 2,700.00 $1,850.00 S 1,850.00 3-107 2 Ea. Constrict 4'Diameter Sanitary Sewer Manhole $2,400.00 S 4,800.00 S2,800.00 S 5,600.00 3-108 1 Ea. Connect to Existing Sanitary Sewer S450.00 5 450.00 5400.00 5 400.00 3-109 II Ea Transfer Existing Sanitary Sewn Services $490.00 5 5,390.00 S520.00 S 5,720.00 3-110 480 L,F Design and Implement Trench Safely Systems $1.00 S 480.00 SI 50 S 720.00 AMOUNT OF BASE BID-SCHEDULE 3(Items 3-1Ot Through 3-110) , S 39,610.00 S 33,245.00 BASE BID SCHEDULE NO. 4 Traffic Signal Improvements Al Westgate Way 4-101 52 L.F Construct 36-Inch Dnlled Shaft for Traffic Signal Pole(Item 416) S190,00 5 9,880.00 5185.00 S 9,620.00 4-102 30 i LF Furnish&Install 2-Inch(Sch 40)PVC Conduit By Open Cut(Item 618) $8.00 S 240.00 $3.40 S 102.00 4-103 240: L.F Furnish&Install 3-Inch(Sch 40)PVC Conduit By Open Cut(Item 618) S9.00 S 2,160.00 $7.10 $ 1,704.00 4-104 250 L.F Furnish&Install 3-Inch(Sch 40)PVC Conduit By Boring(Item 618) $18.00 5 4,500.00 S16.30 S 4,075.00 4-105 520 L.F Furnish&Install Electric Conductor(No.6)Bare(Item 620) $1.00 $ 520.00 $0.75 S 390.00 4-106 60 LF Furnish&Install Electric Conductor(Na.6)Insulated(Item 620) $1.00 S 60.00 $0.85 S _ 51.00 4-107 820 L.F Furnish&Install Electric Conductor(No.8)Insulated(Item 620) SI.00 S 820.00 S0.70 S 574.00 4-108 7 Ea. Furnish&Install Ground Box Ty C(162911)w/Apron(Item 624) S700.00 S 4,900.00 S460.00 S 3,220.00 4-109 I Ea. Furnish&Install Elect Service Ty D 120/240 070(NS)AL(E)PS(U)(Item 628) S5,000.00 S 5,000.00 S3,640.00 S 3,640,00 4-110 I Ea, Furnish&'Install Hwy Traffic Signal(Isolated)(Item 680) S20,000.00 5 20,00000 $20,180.00 5 20,180.00 4-I 11 6 Ea. Furnish&Install Backplates(3 Sec)(12-In)(Item 682) $85,00 5 510,00 560.00 5 360.00 4-112 4 Ea. Furnish&Install Backplates(5 Sec)(12-1n)(Rem 682) 595.00 S 380.00 S82.00 S 328.00 Pilenc,ew.sxraaos-im w Brow,,Sava POD1Spx,tr"ch-Spnioe-raas-2 xbx Page 27 of 30 TABULATION OF BIDS Dale: January 19,2012 Project: CITY OF WYLIE,TEXAS BIRKHOFF,HENDRICKS&CARTER,L.L.P. Texas Sterling Construction Co. Glenn Thurman,Inc. West Brown Street Paving,Drainage&Utility Improvements PROFESSIONAL ENGINEERS 2100 N.Hwy 360,Suite 106A PO Box 850842 Country Club Road to North Ballard Avenue Dallas,Texas Grand Prairie,Texas 75050 Mesquite,Texas 75185-0842 Item Approximate Unit Bid Lime Bid w No. uaotitiesUnit Description Price Estension Price Extension 4-113 8 Ea, Furnish&Install FED SIG SEC(12-In)LED(2 Indications)(Countdown)(Item 682) $500.00 ,$ 4,000.00 $525.00 $ 4,200.00 4-1 14 4 Ea. Furnish&Install VEH SIG SEC(12-In)LED(GRN)(ARW)(hem 682) $240.00 S 960.00 $197.00 $ 788.00 4-1 15_ 10 Ea. Furnish&Install VEH SIG SEC(12-In)LED(GRN)(item 682) $240.00 S 2,400.00 $225.00 S 2,250.00 4-116 4 Ea. Furnish&Install VEH SIG SEC(12-In)LED(YEL)(ARW)(Item 682) S240.00 S 960.00_ $I91.00 S 764.00 4-117 10 Ea, Furnish&Install VEH SIG SEC(12-In)LED(YEL)(Item 682) $240.00 S 2,400.00 $203.00 S 2,030.00 4-118 10 Ea, Furnish&Install VEH SIG SEC(12-In)LED(RED)(hem 682) $240.00 S 2,400.00 $19600 $ 1,960.00 4-119 550 L.F. Furnish&Install TRF SIG CBL(TY A)(12 AWG)(20 CONDR)(Item 684) $3.00 $ 1,650.00 S2.85 S 1,567 50 4-120 344 LF Furnish&Install TRF SIG CBL(TY A)(14 AWG)(5 CONDR)(Item 684) $1.00 S 344 00 $0.90 $ 309,60 4-121 232 L.F Furnish&Install TRF SIG CBL(TY A)(14 AWG)(7 CONDR)(Item 684) S3.00 S 696.00 $1.10 $ 255.20 4-122 1 Ea. Furnish&Install INS TRF SIG PL AM(S)1 ARM(36')(Item 686) S4,600.00 $ 4,600.00 $6,000.00 S 6.000.00 4-123 2 Ea. Furnish&Install INS TRF SIG PL AM($)1 ARM(36')LUM(Item 686) $5,200.00 S 10,400.00 $6,960.00 $ 13,920.00 4-124 1 Ea, Furnish&Install INS TRF SIG FL AM(S)1 ARM(44')LUM(hem 686) $6,100.00 $ 6,100.00 S7,520.00 pS 7,520.00 4-125 8 Ea. Furnish&Install FED DETECT(2-Inch Pushbutton)(hem 688) $150.00 S 1,200.00 S270.00 S 2,160.00 4-126 1 Ea. Furnish&Install Spread Spectrum Radio(Item 6006) 52,500.00 $ 2,500,00 $2,205.00 S 2,205.00 4-127 65 LF Furnish&Install Coaxial Cable(Item 6006) S3.00 S 195.00 $1 35 $ 87 75 4-128 1 Ea, Furnish&Install Antenna(Unidirectional)(Item 6006) S500.00 $ 500.00 5360.00 S 36000 I 4-129 1 Ea. Furnish&Install VIVDS Processor System(Item 6266) $7,267.00 S 7,267.00 58,855.0D $ 8,855 00 4-130 4 Ea.^Furnish&Install VIVDS Camera Assembly(Item 6266) $2,075.00 S 8,300,00 $1,820.00 S 7,280.00 4-131 1 Ea. Furnish&Install VIVDS Set Up System(Item 6266) $200.00 $ 200.00 S535.00 $ 535.00 4-132 758 L.F. Furnish&install VIVDS Communication Cable(Item 6266) $1.50 $ 1,137.00 $1.50 $ _ 1,137.00 4-133 1 Ea. Furnish&Install Battery Back-up System For Signal Cabinets(hem 8317) $5,500.00 S 5,500.00 $6,210.00 S 6,210.00, 4-134 4 Ea. Furnish&Install Unidirectional Opticom Detector(Type 711) $700.00 S 2,800.00 $555.00 $ 2,220.00 4-135 1 Ea. Furnish&Install Phase Selector(Type 754) S3,000.00 $ 3,000.00 $3,740.00 $ 3,740,00 4-136 725 L,F Furnish&'Install Opticom Detector Cable S1.00 S 725.00 $0.65 S 47125 AMOUNT OF BASE BID-SCHEDULE 4(Items 4101 Through 4-136) S 119,204,00, S 121,069.30 TOTAL AMOUNT OF BASE BID(Schedules 1 +2+3+4 S 9 59.86 S 9,157,108.85 i N:kneCWv&t2O14-162 W Itre n Sired PatriSprsWe -Spr56.1'&B5.2.c Page 28 of 30 TABULATION OF BIDS BID 2E Date: January 19,2012 Project: CITY OF WYLIE,TEXAS BIRKHOFF,HENDRICKS&CARTER,L.L.P. Texas Sterling Construction Co. Glenn Thurman,Inc. West Brown Street Paving,Drainage&Utility Improvements PROFESSIONAL ENGINEERS 2100 N.Hwy 360,Suite 106A PO Box 850842 Country Club Road to North Ballard Avenue Dallas,Texas Grand Prairie,Texas 75050 4 Mesquite,Texas 75185-0842 IItem Approx nit ate r Unit Bid ` I-mot Bed No. Quantities Unit Desert tip pn ,, Price I Extension Price Extension ALTERNATE BID SCHEDULE NO. IA, Alley Paving&Sanitary Sewer Improvements 1 A-101 4 Sta. Prepare Right-of-Way,including Clearing&Grubbing&Gravel Drive Removal $730.00 $ 2,920.00 57,600.00 $ 30,400.00 IA-102 60 S.Y, Remove and Properly Dispose of Remf Concrete Pavement or Walk $12.00 S 720.00 $10.00 S 600.00 I A-103 60 S.Y Remove and Properly Dispose of Asphaltic Concrete Pavement $12.00 S 720.00 S10.00 S 600 00 , IA-104 126 L.F For Saw-Cutting Concrete Pavement or Walk or Asphalt $1.62 S 204.12 55.00 $ 630.00 1A-105 90 C Y Unclassified Street Excavation $18,00 5 1,620.00 $15.00 $ 1,350.00 IA-IQ6 335 S Y Furnish&Place Topsoil(4-inches) S4.00 S 1,340.00 56.80 $ 2,278.00 IA-107 360 S.Y Furnish,Install&Maintain Sohd Block Sod Bermuda $2.00 5 720.00 S3.35 $ 1,206.00 IA-10S 456 S Y Construct 6-inch Reinforced Concrete Alley Pavement $49.00 5 22,344.00 $55.00 $ 25,080.00 1A-109 52 S.Y -Construct 6-inch Reinforced Concrete Driveway $63,00 S 3,276.00 555.00 $ 2,860.00 1A-110 31 L.F Construct Undercut Street Header at Existing Concrete Street Pavement S12.00 S 372.00 525.00 5 775.00 IA-111 337 L.F Furnish&Install 8`PVC Sanitary Sewer w!Class"H"Embedment by Open Cut $48.00 $ 16,17600 S53.00 $ 17,861.00 lA-I 12 99 L.F Furnish&Install 4"PVC Sanitary Sewer vd Class"H"Embedment by Open Cut 5113.00 $ 11,187,00 S50.00 S 4,950.00 lA-1 13 d I Ea Adjust Existing Sanitary Sewer Manhole Frame&Cover to Proposed Grade $500.00 $ 500.00 S300.00 S 300.00 I A-1 14 1 Ea Remove Existing Sanitary Sower Manhole $720.00 5 720.00 $950.00 5 950.00 IA-115 337 Ea. Remove&Dispose of Existing Sanitary Sewer S12.00 S 4,044.00 $10.00 5 3,370,00 IA-116 I Ea Construct 4'Diameter Sanatory Sewer Manhole $2,400.00 $ 2,400.00 52,800.00 $ 2,800.00 I A-1 17 2 Ea Connect to Existing Sanitary Sewer 5460.00 5 920.00 S950.00 S 1,900.00 I A-118 10 Ea. Transfer Existing Sanitary Sewer Services S480.00 $ 4,800.00 $650.00 5 6,500.00 I A-I19 436 L.F Design and Implement Trench Safety Systems $1 00 5 436,00 SI 50 5 654.00 AMOUNT OF ALTERNATE BID-SCHEDULE 1A (Items 1A-101 Through IA-119) 5 75,419.12. S 105,064.00 lul ,utW,Lcunum-PeaWBrow,save't'alnspriTabsaretau'atms-5sla Page 29 of 30 TABULATION OF BIDS jtlD_OF HUE Date: January 19,2012 Project: CITY OF WYLIE,TEXAS BIRKHOFF,HENDRICKS&CARTER,L.L.P. Texas Sterling Construction Co Glenn Thurman,Inc. West Brown Street Paving,Drainage&Utility Improvements PROFESSIONAL ENGINEERS 2100 N.Hwy 360,Suite 106A PO Box 850842 Country Club Road to North Ballard Avenue Dallas,Texas Grand Frame,Texas 75050 Mesquite,Texas 75185-0842 Item Approximate —Unit Bid Unit Bid No, Quantities Unit _ Description Price Extension Price Extension { ALTERNATE BID SCHEDULE NO, 2A Brick Screening Wall I 2A-101 566 : L.F Remove&Dispose of Existing Brick Screening Wall,Footings&Pier Caps SI0,00 S 5,660.00 $35.00 S 19,810.00 2A-102 574 1 L.F Construct Thin Brick Screening Wall With All Appurtenances S 105.00 S 60,270.00 S160.00 S 91,840.00 AMOUNT OF ALTERNATE BID-SCHEDULE 2A(Items 2A-101 Through 2A-102) S 65,930.00 S 111,650.00 ALTERNATE BID SCHEDULE NO. 3A Landscape&Irrigation Improvements 3A-101 ! L.S. Furnish&Install All Landscaping improvements as shown on the Plans S85,657.00 $ 85,657.00 SI35,000.00 S 135,000 00 3A-102 - S Y Reduce Quantity Block Sod Bermuda Grass(Base Bid Item 1-108) S2.00 S (10,980,00) 53.35 S (18,391.50) 3A-103 I L.S. Furnish&Install All Irrigation Systems as shown on the Plans SI20,925.00 S 120,925.00 $170,000.00 S 170,000.09 AMOUNT OF ALTERNATE BID-SCHEDULE 3A (Items 3A-10I Through 3A-103) S 195,602.00 S 286,608,50 ALTERNATE BID SCHEDULE NO. 4A Street Illumination Improvements 4A-101 7,900 L.F Furnish&Install 2"PVC Conduit wl Detectable Tape and Pull String(In Addition To Base Bid) S5.00 S 39,500.00 S3 40 S 26.860 00 4A-102 33 Ea. Construct Street Light Foundation for 30-11 pole using Oncor Standard 213-330 S800.00 S 26,400.00 S800.00 S 26,400 00 4A-103 13 Ea. Construct Street Light Foundation for 14-R pole using Oncor Standard 213-341 S700.00 S 9,100.00 S550.00 S 7,150,00 Furnish&Install All Other Items and Work as shown on the Plans and Details and as described in 4A-104 I L.S. the Specifications for Complete Street Lighting System $175,000.00 S 175,000.00 S194,290.00 S 194,290.00 AMOUNT OF ALTERNATE BID-SCHEDULE 4A (Item 4A-I 01 Through 4A-I 04) S 250,000.00 5 254,700.00 TOTAL AMOUNT OF ALTERNATE BID(Schedules IA+2A +3A +4A) S 586,951.12 S 758.022.50 TOTAL AMOUNT OF BID(BASE BID+ALTERNATE BID) s S 9,833,510.98 $ 9,915.131,35 .u teticaaw.4auaau.to2 W ta,,,,Street ve Yopmreena spnrna.Paas-2 sirs Page 30 of 30 W Brown St Bid Items ' Project Name:West Brown Street Improvements Bid Date: 1/19/2012 City: Wylie Time: 2:00 PM # Description Quantity Unit Unit Price Total Price Base Bid Schedule No.1 1-101 Prepare Right-of-Way 90 STA $3,500.00 $315,000.00 1-102 Remove&Properly Dispose of Reinf Conc Pavement or Walk 6,700 SY $4.27 $28,609.00 1-103 Remove&Properly Dispose of Asphaltic Concrete Pavement 28,170 SY $2.30 $64,791.00 1-104 Saw-Cut Concrete Pavement or Walk or Asphalt 3,224 LF $1.38 $4,449.12 1-105 Unclassified Street Excavation 27,960 CY $7.50 $209,700.00 1-106 Furnish&Place Topsoil(4") 31,650 SY $0.94 $29,751.00 1-107 Furnish, Install&Maintain Hydromulch 14,690 SY $0.30 $4,407.00 1-108 Furnish, Install&Maintain Solid Bloc Sod Bermuda 16,960 SY $1.75 $29,680.00 1-109 Construct 12"Lime Stabilized Subgrade 61,050 SY $2.62 $159,951.00 1-110 Furnish&Install Lime Slurry(68 lbs/sy) 2,076 TN $141.00 $292,716.00 1-111 Construct 8"Jointed Reinforced Concrete Pavement 54,050 SY $32.11 $1,735,545.50 1-111A Construct 8"High Early Strength Reinforced Concrete Pavement 3,470 SY $47.71 $165,553.70 1-112 Construct 6"Monolithic Concrete Curb 27,320 LF $1.13 $30,871.60 1-113 Construct Reinforced Concrete Street Header 224 LF $8.56 $1,917.44 1-114 Construct 6"Reinforced Concrete Driveway 2,834 SY $34.60 $98,056.40 1-115 Construct 6"Reinforced Concrete Alley(base bid) 76 SY $59.89 $4,551.64 1-116 Construct 6"to 1"Curb Transition Sidewalks&Street Intersections 50 EA $100.00 $5,000.00 1-117 Construct Reinforced Concrete Sidewalk 7,987 SY $26.76 $213,732.12 1-118 Construct 6"to 12"Concrete Curb for Sidewalk 510 LF $1.74 $887.40 ' 1-119 Construct Undercut Street Header at Existing Concrete Street Pvmt 291 LF $7.53 $2,191.23 1-120 Construct Railroad/Street Header 108 LF $6.82 $736.56 1-121 Construct Barrier Free Ramps 32 EA $683.38 $21,868.16 1-122 Construct Landscape Maintenance Ramp 12 EA $255.00 $3,060.00 1-123 Remove&Replace 4-Strand Barbed Wire Fence 3,660 LF $5.00 $18,300.00 1-124 Remove&Replace Chain Link Fence 60 LF $20.00 $1,200.00 1-125 Remove&Replace 6'Privacy Fence 30 LF $30.63 $918.90 1-126 Remove&Replace 8'Wood Privacy Fence 10 LF $44.28 $442.80 1-127 Construct Brick Median Pavers w/4"Non-Reinforced Concrete 10,020 SF $5.77 $57,815.40 1-128 Furn,Install&Maint Phase 1 Traffic Control Devices,Markings&Signage 10 MO $6,831.48 $68,314.80 1-129 Furn,Install&Maint Phase 2 Traffic Control Devices,Markings&Signage 6 MO $4,378.75 $26,272.50 1-130 Furn,Install&Maint Phase 3 Traffic Control Devices,Markings&Signage 3 MO $1,629.50 $4,888.50 1-131 Construct 6"Type"D"Base Temporary HMAC Pavement&Embankment 18,020 SY $39.17 $705,843.40 1-132 Remove 6"Type"D"Base Temporary HMAC Pavement&Embankment 18,020 SY $2.30 $41,446.00 1-133 Furnish&Install Broken White Line Traffic Buttons 17,840 LF $0.72 $12,844.80 1-134 Furnish&Install Single Line Yellow Reflective Raised Pavement Markers 3,623 EA $2.82 $10,216.86 1-135 Furnish&Install Double Line Yellow Reflective Raised Pavement Markers 1,104 EA $2.82 $3,113.28 1-136 Furnish&Install Turn Bay Line 1,704 LF $2.82 $4,805.28 1-137 Furnish&Install 12"Double White Stop Line 382 LF $3.30 $1,260.60 1-138 Furnish&Install 6"White Thermoplastic Pedestrian Crossing Line 1,357 LF $1.54 $2,089.78 1-139 Furnish&Install White Thermoplastic Marking"ONLY" 11 EA $149.00 $1,639.00 1-140 Furnish&Install White Thermoplastic Marking-Straight&Turn Arrow 4 EA $182.00 $728.00 1-141 Furnish&Install White Thermoplastic Marking-Turn Arrow 17 EA $138.00 $2,346.00 i 1-142 Furnish&Install White Thermoplastic Marking-Railroad Crossing 2 EA $578.00 $1,156.00 F 1-143 Furnish&Install Aluminum Signs _ 391 SF $23.10 $9,032.10 1-144 Furnish&Install Small Roadside Sign Assembly(Type"A") i 53 EA $292.00 $15,476.00 1-145 Furnish&Install Small Roadside Sign Assembly(Type"A-1") 1 EA $292.00 $292.00 1-146 Furnish&Install 18"RCP(class III)by Open Cut w/Class C Embedment 5,013 _ LF $45.06 $225,885.78 k 1-147 Furnish&Install 21"RCP(class III)by Open Cut w/Class C Embedment 1,320 LF $53.57 $70,712.40 1-148 Furnish&Install 24"RCP(class III)by Open Cut w/Class C Embedment 995 LF $60.54 $60,237.30 1-149 Furnish&Install 27"RCP(class III)by Open Cut w/Class C Embedment 1,037 LF $66.98 $69,458.26 1-150 Furnish&Install 27"RCP(class III)by Dry Bore w/42"Steel Encsmt 270 LF $582.29 $157,218.30 1-151 Furnish&Install 30"RCP(class III)by Open Cut w/Class C Embedment 851 LF $84.65 $72,037,15 1-152 Furnish&Install 36"RCP(class III)by Open Cut w/Class C Embedment 234 LF $112.31 $26,280.54 Page 1 W Brown St Bid Items 1-153 Furnish&Install 39"RCP(class III)by Open Cut w/Class C Embedment 136 LF $127.82 $17,383.52 1-154 Construct(3)10's x 6'r Reinf Conc Box Culverts w/8"crushed stone base 180 LF $893.00 $160,740.00 1-155 Construct Parallel Wingwalls(PW)w/Apron(3-10'x6'culvert) 4 EA $27,825.00 $111,300.00 1-156 Construct(2)8's x 4'r Reinf Conc Box Culverts w/8"crushed stone base 94 LF $483.00 $45,402.00 1-157 Construct Parallel Wingwalls(PW)w/Apron(2-8'x4'culvert) 2 EA $8,820.00 $17,640.00 1-158 Construct C221 Traffic Rail on Culvert Parallel Wingwalls 480 LF $99.55 $47,784.00 1-159 Provide Temporary 18"Pipe Culvert&Remove 452 LF $12.25 $5,537.00 1-160 Provide Temporary 24"Pipe Culvert&Remove 90 LF $12.31 $1,107.90 1-161 Provide Temporary 48"Pipe Culvert&Remove 40 LF $23.07 $922.80 1-162 Furnish&Install MBGF w/Wood Posts 100 LF $17.00 $1,700.00 1-163 Furnish&Install TxDOT Standard SGT(7)HB-03A 4 EA $2,062.00 $8,248.00 1-164 Furnish&Install MBGF Transition(TL2) 8 EA $660.00 $5,280.00 1-165 Furnish&Install MBGF Terminal Anchor Section 4 $522.00 $2,088.00 1-166 Construct 2-Grate Inlet 1 $1,890.00 $1,890.00 1-167 Construct 6'Recessed Curb Inlet 17 EA $2,100.00 $35,700.00 1-168 Construct 6'Standard Curb Inlet 3 EA $2,100.00 $6,300.00 1-169 Construct 8'Recessed Curb Inlet 7 EA $2,205.00 $15,435.00 1-170 Construct 8'Standard Curb Inlet 2 EA $2,205.00 $4,410.00 1-171 Construct 10'Recessed Curb Inlet 13 EA $2,415.00 $31,395.00 1-172 Construct 10'Standard Curb Inlet 1 EA $2,415.00 $2,415.00 1-173 Construct 12'Recessed Curb Inlet 3 EA $2,730.00 $8,190.00 1-174 Construct 12'Standard Curb Inlet 1 EA $2,730.00 $2,730.00 1-175 Construct 14'Standard Recessed Curb Inlet 1 EA $3,150.00 $3,150.00 1-176 Construct 20'Recessed Curb Inlet 2 EA $3,675.00 $7,350.00 1-177 Construct TxDOT Type II Curb&Grate Inlet 1 EA $2,625.00 $2,625.00 1-178 Construct TxDOT Type II Curb&Grate Inlet w/2 Extensions 1 la $4,410.00 $4,410.00 1-179 Construct TxDOT Slotted Drain 220 $128.05 $28,171.00 1-180 Construct 4'x4'Wye Inlet w/Apron 3 EA $1,890.00 $5,670.00 1-181 Construct 4'or 5'Type"B"Storm Sewer Manhole 24 EA $2,888.00 $69,312.00 1-182 Unclassified Channel Excavation 2,790 CY $10.69 $29,825.10 1-183 Construct Gabion Channel Lining 454 CY $215.00 $97,610.00 1-184 Construct Concrete Pilot Channel 430 SY $70.88 $30,478.40 1-185 Construct Reinforced Concrete Riprap(5") 532 SY $56.70 $30,164.40 1-186 Adjust Existing 6"Water Line 3 EA $2,763.26 $8,289.78 1-187 Adjust Existing 8"Water Line 5 EA $3,180.16 $15,900.80 1-188 Remove&Dispose of 60"RCCP Water Line 96 LF $22.00 $2,112.00 1-189 Furnish&Install Permanent Plugs for 60"RCCP Water Line 4 EA $250.00 $1,000.00 1-190 Remove&Properly Dispose of Small Drainage Structures 37 EA $500.00 $18,500.00 1-191 Remove&Properly Dispose of Large Drainage Structures 4 EA $1,000.00 $4,000.00 1-192 Furnish, Install&Maintain Sediment Control Fence 15,850 LF $1.27 $20,129.50 1-193 Sediment Control Fence(remove) 15,850 LF $0.50 $7,925.00 1-194 Furnish,Install&Maintain Inlet Erosion Protection Device 70 EA $61.00 $4,270.00 1-195 Inlet Erosion Protection Device(remove) 70 EA $11.00 $770.00 1-196 Furnish, Install&Maintain Rock Filter Dams(type 1) 180 LF $18.70 $3,366.00 1-197 Rock Filter Dams(type 1)(remove) 180 LF $8.80 $1,584.00 1-198 Furnish,Install&Maintain Construction Entrance/Exit(type 2) 150 SY $15.00 $2,250.00 1-199 Construction Entrance/Exit(type 2)(remove) 150 SY $5.00 $750.00 1-200 Design&Implement Trench Safety Systems 10,130 LF $0.50 $5,065.00 1-201 Remove&Recosntruct Existing Business Sign 2 EA $500.00 $1,000.00 1-202 Furnish&Install 4"PVC Conduit WI Detectable Tape(irrigation) 4,050 LF $5.28 . $21,384.00 1-203 Furnish&Install 2"PVC Conduit w/Detectable Tape(street lighting) 1,142 LF $3.74 $4,271.08 1-204 Furnish&Install 2"PVC Conduit Attached to Casing Spacers(st lighting) 270 LF $2.86 $772.20 1-205 Furnish&Install Electrical Pull Box or Hand Hole(street lighting) 3 EA $478.00 $1,434.00 1-206 Provide&Implement Storm Water Pollution Prevention Plan 1 LS $1,210.00 $1,210.00 1-207 Construct&Remove Temporary Fencing _ 800 LF $6.60 $5,280.00 1-208 Remove&Dispose of Concrete Curb&Gutter 1,900 LF $4.75 $9,025.00 1-209 Furnish&Install Project Sign 2 EA $401.00 $802.00 1-210 Owner's Contengencies Allowance 1 LS $200,000.00 $200,000.00 Total Amount Base Bid Schedule No.1 $6,278,752.08 Base Bid Schedule No.2 2-101 12"PVC Water Line w/Class B+Embedment by Open Cut 5,335 LF $41.89 $223,483.15 2-102 12"PVC Water Line w/Class G Embedment by Open Cut 60 LF $61.46 $3,687.60 12"Water Line w/24"Steel Encasement(3/8"Thick)&Carrier Pipe by 2-103 Open Cut 105 LF $116.45 $12,227.25 12"Water Line w/24"Steel Encasement(3/8")&Carrier Pipe by Other 2-103A Than Open Cut 225 LF $226.51 $50,964.75 2-104 6"Water Line w/Class B+Embedment by Open Catage 2 90 LF $25.52 $2,296.80 W Brown St Bid Items 2-105 12"Gate Valve 15 EA $2,295.43 $34,431.45 2-106 6"Gate Valve 13 EA $1,072.33 $13,940.29 2-107 4"Gate Valve 6 EA $890.93 $5,345.58 2-108 6"Blow Off Valve w/Manhole 1 EA $4,016.80 $4,016.80 2-109 3"Combination Air Release Valve w/Manhole 1 EA $4,566.80 $4,566.80 2-110 Connect to Existing Water line _ 4 EA $940.80 $3,763.20 2-111 Standard Fire Hydrant Assembly 13 EA $2,532.41 $32,921.33 Cut,Plug&Abandon or Remove&Dispose of Existing 12"&8"Water 2-112 Lines 1 LS $6,690.52 $6,690.52 2-113 Relocate Existing Water Meter&Transfer Water Service 10 EA $657.70 $6,577.00 2-114 Install new 3/4"Water Meter 2 EA $125.00 $250.00 2-115 Install new 1"Water Meter 2 EA $125.00 $250.00 2-116 Install New 1.5"Water Meter 2 EA $125.00 $250.00 2-117 Install New 3/4"Copper Water Service 60 LF $65.00 $3,900.00 2-118 Install 1"Copper Water Service 10 LF $94.00 $940.00 2-119 Install 1.5"Copper Water Service 10 LF $103.00 $1,030.00 2-120 Install 2"Copper Water Service 10 LF $122.00 $1,220.00 2-121 Design&Implement Trench Safety Systems 5,815 LF $0.50 $2,907.50 Total Amount Base Bid Schedule No.2 $415,660.02 Base Bid Schedule No.3 3-101 8"PVC Sanitary Sewer w/Class"H"Embedment by Open Cut 395 LF $42.49 $16,783.55 3-102 8"PVC Sanitary Sewer w/Class"G"Embedment by Open Cut 10 LF $62.63 $626.30 3-103 8"Pressure Pipe Sanitary Sewer w/Class B+Embedment by Open Cut 20 LF $97.71 $1,954.20 3-104 4"PVC Sanitary Sewer w/Class"H"Embedment by Open Cut 55 LF $36.61 $2,013.55 3-105 Remove&Backfill Existing Sanitary Sewer Manhole 1 EA $556.60 $556.60 3-106 Cut,Plug&Abandon or Remove&Dispose of Existing Sanitary Sewer 1 LS $1,042.25 $1,042.25 3-107 Construct 4'Diameter Sanitary Sewer Manhole 2 EA $2,954.69 $5,909.38 3-108 Connect to Existing Sanitary Sewer 1 EA $639.20 $639.20 3-109 Transfer Existing Sanitary Sewer Services 11 EA $714.70 $7,861.70 3-110 Design&Implement Trench Safety Systems 480 LF $1.00 $480.00 Total Amount Base Bid Schedule No.3 $37,866.73 Base Bid Schedule No.4 4-101 Construct 36"Drilled Shaft for Traffic Signal Pole(item 416) 52 LF $209.00 $10,868.00 4-102 2"(sch 40)PVC Conduit by Open Cut(item 618) 30 LF $8.80 $264.00 4-103 3"(sch 40)PVC Conduit by Open Cut(item 618) 240 LF $9.90 $2,376.00 4-104 3"(sch 40)PVC Conduit by Boring(item 618) 250 LF $19.80 $4,950.00 4-105 Electric Conductor(no.6)Bare(item 620) 520 LF $1.10 $572.00 4-106 Electric Conductor(no.6)Insulated(item 620) 60 LF $1.10 $66.00 4-107 Electric Conductor(no.8)Insulated(item 620) _ 820 LF $1.10 $902.00 4-108 Ground Box Ty C(162911)w/Apron(item 624) 7 EA $770.00 $5,390.00 4-109 Elect Service Ty D 120/240 070(NS)AL(E)PS(U)(item 628) - 1 EA $5,500.00 $5,500.00 4-110 Hwy Traffic Signal(isolated)(item 680) 1 EA $22,000.00 $22,000.00 4-111 Backplates(3 sec)(12")(item 682) 6 EA $93.50 $561.00 4-112 Backplates(5 sec)(12")(item 682) 4 EA $103.50 $414.00 4-113 PED SIG SEC(12")LED(2 indications)(countdown)(item 682) 8 EA $550.00 $4,400.00 4-114 VEH SIG SEC(12")LED(GRN)(ARW)(item 682) 4 EA $264.00 $1,056.00 4-115 VEH SIG SEC(12")LED(GRN)(item 682) 10 EA $264.00 $2,640.00 4-116 VEH SIG SEC(12")LED(YEL)(ARW)(item 682) 4 EA $264.00 $1,056.00 4-117 VEH SIG SEC(12")LED(YEL)(item 682) 10 EA $264.00 $2,640.00 4-118 VEH SIG SEC(12")LED(RED)(item 682) 10 EA $264.00 $2,640.00 4-119 TRF SIG CBL(Ty A)(12 AWG)(20 CONDR)(item 684) 550 LF $3.30 $1,815.00 4-120 TRF SIG CBL(Ty A)(14 AWG)(5 CONDR)(item 684) 344 LF $1.10 $378.40 4-121 TRF SIG CBL(Ty A)(14 AWG)(7 CONDR)(item 684) 232 LF $3.30 $765.60 4-122 INS TRF SIG PL AM(S)1 ARM(36')(item 686) 1 EA $5,040.00 $5,040.00 4-123 INS TRF SIG PL AM(S) 1 ARM(36')LUM(item 686) 2 EA $5,720.00 $11,440.00 4-124 INS TRF SIG PL AM(S) 1 ARM(44')LUM(item 686) 1 EA $6,710.00 $6,710.00 4-125 PED DETECT(2"push button)(item 688) 8 EA $165.00 $1,320.00 4-126 Spread Spectrum Radion(item 6006) 1 EA $2,750.00 $2,750.00 4-127 Coaxial Cable(item 6006) 65 LF $3.30 $214.50 4-128 Antenna(unidirectional)(item 6006) 1 EA $550.00 $550.00 4-129 VIVDS Processor System(item 6266) 1 EA $7,994.00 $7,994.00 4-130 VIVDS Camera Assembly(item 6266) _ 4 EA $2,283.00 $9,132.00 4-131 VIVDS Set Up Sustem(item 6266) 1 EA $220.00 $220.00 4-132 VIVDS Communication Cable(item 6266) 758 LF $1.65 $1,250.70 4-133 Battery Back-Up System for Signal Cabinets(item 8317) 1 EA $6,050.00 $6,050.00 t 4-134 Uni-Directional Opticom Detector(type 711) Pago 3 4 EA $770.00 $3,080.00 W Brown St Bid Items 4-135 Phase Selector(type 754) 1 EA $3,300.00 $3,300.00 4-136 Opticom Detector Cable 725 LF $1.10 $797.50 Total Amount Base Bid Schedule No.4 $131,102.70 Alternate Bid Schedule No.1A 1A-101 Prepare Right-of-Way 4 STA $547.69 $2,190.76 1A-102 Remove&Properly Dispose of Reinf Concrete Pavement or Walk 60 SY $7.66 $459.60 1A-103 Remove&Properly Dispose of Asphaltic Concrete Pavement 60 SY _ $5.00 $300.00 1A-104 Saw-Cutting Concrete Pavement or Walk or Asphalt 126 LF $1.38 $173.88 1A-105 Unclassified Street Excavation 90 CY $12.57 $1,131.30 1A-106 Furnish&Place Topsoil(4") 335 SY $3.04 $1,018.40 1A-107 Furnish,Install&Maintain Solid Block Sod Bermuda 360 SY $2.50 $900.00 1A-108 Construct 6"Reinf Concrete Alley Pavement _ 456 SY $40.64 $18,531.84 1A-109 Construct 6"Reinf Concrete Driveway 52 SY $51.47 $2,676.44 1A-110 Construct Undercut Street Header at Existing Concrete Street Pavement 31 LF $7.53 $233.43 1A-111 8"PVC Sanitary Sewer wl Class"H"Embedment by Open Cut 337 LF $43.86 $14,780.82 1A-112 4"PVC Sanitary Sewer w/Class"H"Embedment by Open Cut 99 LF $44.97 $4,452.03 1A-113 Adjust Existing Sanitary Sewer Manhole Frame&Cover 1 EA $150.00 $150.00 1A-114 Remove Existing Sanitary Sewer Manhole 1 EA $500.00 $500.00 1A-115 Remove&Dispose of Existing Sanitary Sewer 337 EA $9.96 $3,356.52 1A-116 Construct 4'Diameter Sanitary Sewer Manhole 1 EA $3,275.18 $3,275.18 1A-117 Connect to Existing Sanitary Sewer 2 EA $785.25 $1,570.50 1A-118 Transfer Existing Sanitary Sewer Services 10 EA $859.20 $8,592.00 1A-119 Design&Implement Trench Safety Systems 436 LF $2.00 $872.00 Total Amount Alternate Bid Schedule No.1A $65,164.70 Alternate Bid Schedule No.2A 2A-101 Remove&Dispose of Existing Brick Screening Wall,Footings&Pier Caps 566 LF $11.00 $6,226.00 2A-102 Construct Thin Brick Screening Wall 574 LF $65.00 $37,310.00 Total Amount Alternate Bid Schedule No.2A $43,536.00 Alternate Bid Schedule No.3A 3A-101 All Landscaping Improvements 1 LS $94,222.70 $94,222.70 3A-102 Reduce Quantity Block Sod Bermuda Grass -5,490 SY $1.75 ($9,607.50) 3A-103 All Irrigation Systems 1 LS $139,617.00 $139,617.00 Total Amount Alternate Bid Schedule No.3A $224,232.20 Alternate Bid Schedule No.4A Furnish&Install 2"PVC Conduit WI Detectable Tape and Pull String(In 4A-101 Addition To Base Bid) 7,900 LF $5.50 $43,450.00 Construct Street Light Foundation for 30-ft pole using Oncor Standard 213- 4A-102 330 33 EA $880.00 $29,040.00 Construct Street Light Foundation for 14-ft pole using Oncor Standard 213- 4A-103 341 13 EA $770.00 $10,010.00 Furnish&Install All Other Items and Work as shown on the Plans and Details and as described in the Specification for Complete Street Lighting 4A-104 System 1 LS $192,500.00 $192,500.00 Total Amount Alternate Bid Schedule No.4A $275,000.00 I Total Amount Base Bid Schedule No.1 $6,278,752.08 Total Amount Base Bid Schedule No.2 $415,660.02 Page'l 1 1 1 I W Brown St Bid Items 1 J I Total Amount Base Bid Schedule No.3 $37,866.73 Total Amount Base Bid Schedule No.4 $131,102.70 Total Amount Base Bid(schedules 1 +2+3+4) $6,863,381.53 Total Amount Alternate Bid Schedule No.1A $65,164.70 Total Amount Alternate Bid Schedule No.2A $43,536.00 Total Amount Alternate Bid Schedule No.3A $224,232.20 Total Amount Alternate Bid Schedule No.4A $275,000.00 Total Amount Alternate Bid(schedules 1A+2A+3A+4A) $607,932.90 Total Amount Bid(base bid+alternate bid) $7,471,314.43 Submitted by: 7,7 Shawn McMahon,Manager 444-44-/ Page 5 The F D FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY HOME OFFICES: P.O. BOX 1227 BALTIMORE, MD 21203 BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, MCMAHON CONTRACTING, LP (Here insert the name and address or legal tide of the Contractor) P.O. Box 153086 Irving,TX 75015-3086 , as Principal, (hereinafter called the "Principal"), and FIDELITY AND DEPOSIT COMPANY OF MARYLAND , of Baltimore, Maryland, a corporation duly organized (Here insert the name of the Surery) under the laws of the State of Maryland, as Surety, (hereinafter called the "Surety") are held and firmly bound unto CITY OF WYLIE (Hero insert the name and address or legal title of the Owner) 300 Country Club Road Wylie,TX as Obligee, (hereinafter called the "Obligee"), in the stun of Five percent of amount bid. Dellis ($5%Of Amount Bid ), for the payment of which sum well and truly to be made,the said Principal and the said Surety,bind ourselves,our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for West Brown Street Improvements,Country Club Road to North Ballard Avenue NOW,THEREFORE,if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 4th day of January A.D., 2012 MCMAHON C NTRACTING,LP .(SEAL) / Principal dWitness 411414111 ® FIDELITY AND DEPOSIT COMPANY OF MARYLAND ❑ COLONIAL AMERICAN CASUALTY AND SURETY COMPANY / Surery By( -'4 —(S ) witness Robbi Morales Attorney in Fact Title C325bfrx) Conforms to AmcNari tnstiWW of*eMi et Decomau A.310, FtbNary 1970 Edition. Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,corporations of the S apa\t344aryland,by FRANK E. MARTIN JR.,Vice President,and ERIC D. BARNES,Assistant Secretary,in pug a ''``e ` 64\fty ranted by Article V1, Section 2,of the By-Laws of said Companies, which are set forth on t oo n reby certified to be in full force and effect on the date hereof,does hereby nomin. • on E.CORNELL, Robbi MORALES,Lisa M.BONNOT,Ricardo ` ' ! ke J. a ` ., yd Ray PITTS,JR.and Christine DAVIS,all of Dallas,Texa .�:: \i s' • , d 1 :�, t� orney-in-Fact,to make,execute,seal and deliver,for,and on its behal s . • i jiy .n s all bonds and undertakings,EXCEPT bonds on behalf of Indepena ii or','F onutpual: and Community Guardians. and the execution of such bonds or undertakings in pis ce ts -l'iall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they 114 y uted and acknowledged by the regularly elected officers of the Company at its office in Baltimore,Md.,ine wn proper persons. This power of attorney revokes that issued on behalf of Jerry P.ROSE,Don E.CORNELL,Robbi MORALES,Lisa M.BONNOT,Ricardo J.REYNA,Luke J.NOLAN,JR.,Lloyd Ray PITTS,JR., Beverly M.TRIMBLE,Cynthia Watson FOWLER,Christine DAVIS,dated August 13,2010. The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,this 4th day of October,A.D.2010. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY P�4 Di P psrl rtjk0t44f C• l#44• SEAL 1�0F e F r/ / ALleni 01)1Z---/14gt:67) By: Eric D. Barnes Assistant Secretary Frank E.Martin Jr. Vice President State of Maryland City of Baltimore ss: On this 4th day of October, A.D. 2010, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified,came FRANK E. MARTIN JR., Vice President, and ERIC D. BARNES,Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith,that they are the said officers of the Companies aforesaid,and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies,and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. t\t\tlil tl)r Ff/J)i!}tint\\ Constance A.Dunn Notary Public My Commission Expires: July 14,2015 POA-F 168-0589 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President,or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the respective By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 4th day of January , 201 7 0 Assistant Secretary TRANSMITTAL OF ADDENDUM INSTRUCTIONS: Acknowledge receipt of Addenda in the Proposal, on outer envelope of bid AND WITH THE FORM BELOW FAXED TO (214) 461-8390 upon receipt. ********************************************************************************** Addendum Acknowledgment FAX to (214)461-8390 I Acknowledge the receipt of Addendum No. 1 City of: CITY OF WYLIE, TEXAS Project Name: WEST BROWN STREET PAVING AND DRAINAGE IMPROVEMENTS By Facsimile Transmission on this date: January 10, 2012 \ 00(killadiab--• ontractor' ignature Company Name E-Mail Address: J A vC .Cal(..l..e, `1011 C Y C&L.t i . . 1 "PLEASE SIGN & FAX THIS PAGE BACK TO BH&C" (as verification that you received this Fax) (214) 461-8390 Total Number of Fax Pages: 45 j:\clerical\wylie12008-102 w brown street p&d\specs\addendum\add-1.docx - - Addendum No.1 0. 17:00 214-461-8390 PAGE 1/9 TRANSMITTAL OF ADDENDUM INSTRUCTIONS: Acknowledge receipt of Addenda in the Proposal, on outer envelope of bid AND WITH THE FORM • BELOW FAXED TO (214)461-8390 upon receipt. ********************************************************************************** Addendum Acknowledgment FAX to(214)461-8390 I Acknowledge the receipt of Addendum No. 2 City of: CITY OF WYLIE, TEXAS Project Name: WEST BROWN STREET PAVING AND DRAINAGE IMPROVEMENTS By Facsimile Transmission on this date: January 16,2012 • 41/446Ai Contracto S gnature Company Name E-Mail Address: ..—mr ii/eath "aceik, , "PLEASE SIGN & FAX THIS PAGE BACK TO BH&C" (as verification that you received this Fax) (214) 461-8390 Total Number of Fax Pages: 9 • pclericallwylie\2008-(02 w brown street p&dtspecstaddcndum1add-2 does -1- Addendum No.2 STANDARD FORM OF AGREEMENT STATE OF TEXAS } COUNTY OF COLLIN } THIS AGREEMENT,made and entered into this day of _ A.D.2012,by and between The City of Wylie of the County of Collin and State of Texas, acting through Its Mayor and City Council thereunto duly authorized so to do, Party of the First Part,hereinafter termed OWNER,and of the City of , County of and State of , Party of the Second Part,hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First Part (OWNER), and under the conditions expressed in the bond bearing even date herewith, the said Party of the Second Part(CON TRACTOR), hereby agrees with the said Party of the First Part(OWNER) to commence and complete the construction of certain improvements described as follows: WEST BROWN STREET IMPROVEMENTS and all extra work in connection therewith,under the terms as stated in the General Conditions of the Agreement and at his(or their)own proper cost and expense to furnish all the materials, supplies,machinery,equipment, tools,superintendence,labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with the Notice to Contractors, General and Special Conditions of Agreement,Plans and other drawings and printed or written explanatory matter thereof, and the Specifications and addenda therefor, as prepared by Birkhoff, Hendricks & Carter, L.L.P., Professional Engineers, 11910 Greenville Avenue, Suite 600, Dallas, Texas 75243, Texas Firm F526 herein entitled the ENGINEER, each of which has been identified by the CONTRACTOR and the ENGINEER, together with the CONTRACTOR'S written Proposal, the General Conditions of the Agreement, and the Performance and Payment Bonds hereto attached; all of which are made a part hereof and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work within ten(10)days after the date written notice to do so shall have been given to him, and to substantially complete the same within Five Hundred Forty (540) calendar days, after the date of the written notice to proceed, subject to such extensions of time as are provided by the General and Special Conditions. THE OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the proposal, which forms a part of this contract,such payments to be subject to the General and Special Conditions of the contract. IN WITNESS WHEREOF,the parties to these presents have executed this Agreement in the year and day first above written. City of Wylie,Texas Party of the First Part(OWNER) Party of the Second Part(CONTRACTOR) By: By: Eric Hogue,Mayor Attest: Attest: Carole Ehrlich,City Secretary :=cIaiceRwyie\2088-142 w brown sued p8ubspecskroch-spec\08-sed-fonro.doc SF I PERFORMANCE BOND loSTATE OF TEXAS } COUNTY OF COLLIN } 0 KNOW ALL MEN BY THESE PRESENTS: That of the City of , County of ,and State of ,as principal,and authorized under the laws of the State of Texas to act as surety on bonds for principals,are held and firmly bound unto The City of Wylie (Owner),in the penal sum of Dollars ($ )for the payment whereof,the said Principal and Surety bind themselves,and their heirs,administrators, executors,successors and assigns,jointly and severally,by these presents: - 'WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the day of ,2012,to construct the 01 WEST BROWN STREET IMPROVEMENTS which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. ilNOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Contract and shall in all respects duly and faithfully observe and perform all and singular the covenants,conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed illand performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed,then this obligation shall be void;otherwise to remain in full force and effect; "PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of(Article 5160 for Public Work) (Article 5472d for Private Work)* of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein." ilir Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the 0 same,shall in anyway affect its obligation on this bond,and it does hereby waive notice of any such change,extension of time,alteration or addition to the terms of the contract,or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of ,2012. 01 Principal Surety By: By: 1 Title: Title: gl, Address: Address: 1 The name and address of the Resident Agent of Surety is 11 *Not applicable for federal work. See"The Miller Act,"40 U.S.C. §270. I j:lcleric Awy€iet2098-102 w brown street p&d`specs1tceh•apnc109-bnnda.doc PB-i PAYMENT BOND STATE OF TEXAS } COUNTY OF COLLIN } KNOW ALL MEN BY THESE PRESENTS: That of the City of County of ,and State of ,as principal,and authorized under the laws of the State of Texas to act as surety on bonds for principals,are held and firmly bound unto The City of Wylie (Owner),in the penal sum of Dollars ($ ) for the payment whereof,the said Principal and Surety bind themselves, and their heirs,administrators, executors,successors and assigns,jointly and severally,by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the day of ,2012,to construct the WEST BROWN STREET IMPROVEMENTS which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract,then,this obligation shall be void;otherwise to remain in full force and effect; PROVIDED, HOWEVER,that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same,shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time,alteration or addition to the terms of the contract,or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of ,2012. Principal Surety By: By: Title: Title: Address: Address: 1 The name and address of the Resident Agent of Surety is j:kleticallwyLe12008-102 w brawn street p&dupecsltech-spect09-bands.dac PB-2 la MAINTENANCE BOND 101 THE STATE OF TEXAS } } KNOW ALL MEN BY THESE PRESENTS: COUNTY OF COLLIN } 0 THAT ,as Principal, and , a Corporation organized under j the laws of ,as sureties,do hereby expressly . L T acknowledge themselves to be held and bound to pay unto the ,a Municipal Corporation,Texas, the sum of Dollars 0. and Cents ($ ),which this amount is 25 % of the total contract amount of($ ),for the payment of which sum will and truly be made unto said ,and its successors,said principal and sureties do hereby bind themselves,their assigns and successors jointly and severally. 111 THIS obligation is conditioned;however,that whereas,the said has this day entered into a written contract with the IIsaid to build and construct WEST BROWN STREET IMPROVEMENTS which contract and the plans and specifications therein mentioned,adopted by the are hereby HIexpressly made a part thereof as through the same were written and embodied herein. WHEREAS, under the plans, specifications, and contract, it is provided that the Contractor will maintain and keep in 01 good repair, the work herein contracted to be done and performed, for a period of two (2) years from the date of the final acceptance of said work, and to do all necessary repairs and/or reconstructing in whole or in part of said improvements that should be occasioned by settlement of foundation, defective workmanship or materials furnished in the construction or any part Pi thereof or any of the accessories thereto constructed by the Contractor. It being understood that the purpose of this section is to cover all defective conditions arising by reason of defective material and workmanship and charge the same against the said Contractor, and sureties on this obligation, and the said Contractor and sureties hereon shall be subject to the liquidation damages mentioned in said contract for each day's failure on its' part to comply with the terms of said provisions of said 0111 contract. Now,therefore, if the said Contractor shall keep and perform its' said agreement to maintain said work and keep the same in repair for the said maintenance period of two(2)years,as provided,then these presents shall be null and void,and have not further effect,but if default shall be made by the said Contractor in the performance of its'contract to so maintain and repair 011 said work, then these presents shall have full force and effect, and said City of Wylie shall have and receive from the said Contractor and its'principal and sureties damages in the premises, as provided;and it is further agreed that this obligation shall be a continuing one against the principal and sureties, hereon, and that successive recoveries may be and had hereon for successive branches until the full amount shall have been exhausted; and it is further understood that the obligation herein to 01 maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished or in any manner affected from any cause during said time. I IN WITNESS THEREOF,the said has caused these presents to be executed by and the said has caused these presents IR to be executed by its'Attorney in fact and the said Attorney in fact ,has hereunto set his hand,the day of ,2014. 111. SURETY: PRINCIPAL: By: By: 11 WITNESS: ATTEST: Secretary 011 NOTE: Date of Maintenance Bond must not be prior to date of Contract. j:\clericaRwyGe120013-102 w brown street p&dlspecs\tecb-spec\EO-m bond.doc MB-I INSTRUCTIONS TO BIDDERS GENERAL The City of Wylie, Texas has adopted the North Central Texas Council of Governments (NCTCOG) Standard Specifications for Public Works Construction, fourth edition dated October 2004; (NCTCOG Specifications). The NCTCOG Specifications apply to this project, except as noted herein. TxDOT Standard Specifications may also be utilized for roadway construction materials and methods as necessary. In the case of a contradiction between the NCTCOG Specifications or TxDOT Specifications and this document, the information in this document shall control. Bidders are specifically directed to become thoroughly familiar with the NCTCOG Specifications prior to submitting a bid. The Specifications may be purchased from: North Central Texas Council of Governments 616 Six Flags Drive P.O.Drawer COG Arlington,Texas 76005-5888 817/461-3300 (Metro) I. DEFINED TERMS. Terms used in these Instructions to Bidders are defined in the General Provisions of the NCTCOG Specifications. In addition; Successful Bidder means the lowest, qualified, timely and responsible Bidder to whom Owner (on the basis of Owner's evaluation as hereinafter provided)makes an award. II. SUBMITTAL OF BIDS. • Complete sets of the Bidding Documents in the number and for the amount stated in the Notice to Bidders may be obtained from the Engineer. • Complete sets of Bidding Documents shall be used in preparing Bids; neither Owner nor Engineer assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. Contractor may submit a spreadsheet bid; however,the spreadsheet must include the same information included in the bid schedule(s) and neither Owner nor Engineer assume any responsibility for errors or misinterpretations resulting from the use of anything other than the bid schedule included in these documents. • Owner and Engineer in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant permission for any other use. • All bids shall be submitted on the forms provided and are subject to all the requirements of the Contract Documents and Specifications,including the Plans. • Bidder shall mark, "SEALED BID — WEST BROWN STREET IMPROVEMENTS" on the outside of the envelope and shall note the receipt of all Addenda issued at least 48 hours prior to the bid opening. • Bids shall be accompanied by a cashier's or certified check upon a national bank in an amount not less than five percent (5%) of the total maximum bid price, payable without recourse to the City of Wylie, or a bid bond in the same amount from a reliable surety company holding a permit from the State of Texas to act as surety, as a guarantee that the bidder will enter into a contract and execute performance bond and payment bond within ten(10)days after notice of award of contract to him. I j:5clericallwylie2008-102 w brown street p&dlspecsucch-spccll I-instructions-c.dcc IB-1 • PLEASE SUBMIT TWO (2) COPIES OF THE BID, ONE COMPLETE ORIGINAL AND ONE COPY OF THE COMPLETED PROPOSAL AND BID SCHEDULE. • ANY BID RECEIVED WITHOUT TWO (2) COPIES WILL BE CONSIDERED NONRESPONSIVE. THE BID SUBMITTAL SHALL INCLUDE AT A MINIMUM THE BID FORM, BONDING INFORMATION AND THE BID SUBMITTALS REQUIRED IN THE SPECIAL CONDITIONS AND THE TECHNICAL SPECIFICATIONS. III. EXAMINATION OF CONTRACT DOCUMENTS 111 • Submission of a Bid constitutes an incontrovertible representation by the Bidder that he has complied with every requirement of this Article and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of the Work. IV. INTERPRETATIONS OR ADDENDA Bidders desiring further information or interpretation of the Plans, Bidding Documents or Specifications must make request for such information to the Engineer in writing,prior to seventy-two (72)hours before the bid opening. Answers to all such requests will be given in writing to all bidders, in Addendum foitu, and all Addenda will be bound with, and made a part of,the Contract Documents. No other explanation or 111 interpretation will be considered official or binding. Should a bidder find discrepancies in, or omissions from the Plans, Specifications, or other Contract Documents, or be in doubt as to their meaning,he should at once notify the Engineer in order that a written Addendum may be sent to all bidders. Any Addenda issued prior to forty-eight(48)hours of the opening of bids will be emailed or faxed to each Plan Holder of record. The proposal as submitted by the Bidder will be understood as to include any Addenda if such are issued by the Engineer at least forty-eight(48)hours of the opening of bids. Bidder shall acknowledge the receipt of all addenda on the outside of the sealed bid envelope. Any correction or change to information entered by bidder on bid form must be initialed and dated by person(s) preparing said bid form. Strike out any incorrect information and write or type the correct information legibly in the margin or nearest available space to make corrections on the bid schedule. "White-out"is not an acceptable method of deleting information. V. EXAMINATION OF SITE Prospective bidders shall make a careful examination of the site of the project, soil and water conditions to be encountered, improvements to be protected, disposal sites for waste materials not designated to be salvaged, and as to method of providing ingress and egress to private properties, and methods of handling traffic during construction of the entire project. Mr. Chris Hoisted,P.E. (City Engineer),may be contacted at(972) 516-6410 to secure entry for examination of the project site. 14 VI. LIQUIDATED DAMAGES Refer to Special Condition SC.12 for specific information on Liquidated Damages. VII. AWARD OF CONTRACT Refer to NCTCOG Specifications Item 103 and Section SC.11 of the Special Conditions. VIII. PRODUCTION SCHEDULE Completion of this project at the earliest time possible is extremely important and the time bid will be considered during the evaluation of the bids. The Engineer will endeavor to complete Shop Drawing reviews within fifteen(15)working days of receipt of Shop Drawings from the Bidder. EiRefer to Special Condition SC.09 for specific information concerning allotted time for completion of this project. The Owner desires that the construction of this project be completed at the earliest possible date following an issuance of a Notice To Proceed. 11 j:lclaicallwy1ie1200S-1O2w brown street p&ii pecs+tech-spec\II-instructions-c,doc IB-2 DC. SUGGESTED SEQUENCE OF CONSTRUCTION AND TRAFFIC CONTROL The Plans include a Suggested Sequence of Construction and Traffic Control Plan; however, the Contractor is solely responsible for the means and methods used to complete construction of the project and for the safety of workers and the general public related to the construction of the project. The Contractor shall submit a Traffic Control Plan including all signage and other appurtenances prepared by a professional engineer licensed in the State of Texas, for review prior to beginning any work on this 1111 project. The successful contractor shall continuously prosecute the work on the project until the Owner accepts the project as finally complete. I I I I I I I I I I I I I I I j;5elericaRwylie12008-IO2 w brown street p&d\spec\ttech-sp«ll I-instructions-c.doc IB-3 Wylie City Council CITY of WYIE AGENDA REPORT Meeting Date: February 28, 2012 Item Number: 4. (City Secretary's Use Only) Department: CM Prepared By: Jeff Butters Account Code: Date Prepared: January 26, 2012 Budgeted Amount: Amended Solid Waste Exhibits: contract. Subject Consider, and act upon, authorizing the Mayor to sign an amendment to Exhibit C of the Solid Waste contract between the City of Wylie and Community Waste Disposal (CWD); granting CWD's request for a rate increase to take effect March 1st 2012. Recommendation Motion to authorize the Mayor to sign an amendment to Exhibit C of the Solid Waste Contract between the City of Wylie and Consolidated Waste Disposal (CWD); granting CWD's request for a rate increase to take effect March 1st 2012. Discussion The City of Wylie's solid waste provider (CWD) has made a request for a rate increase. Per our contract with CWD they have the opportunity to make a request for a rate adjustment once per year. Rate adjustments are requested per an agreed upon formula of costs, including CPI, fuel costs, and disposal charges. In September of 2011, we amended the contract to move the annual date of rate adjustment from September to March to better fit our budget cycle. The rate increase request was discussed at a council work session on January 24t1i The rate increase represents a 3.8% increase for residential and approximately 5% increase (on average) for commercial. The increases are driven by a small increase in the CPI and an increase in fuel. Approved By Initial Date Department Director JB 2/17/12 City Manager MM 2/23/12 Page 1 of 1 AMENDED AND RESTATED SOLID WASTE & RECYCLING CONTRACT BETWEEN THE CITY OF WYLIE, TEXAS AND COMMUNITY WASTE DISPOSAL,L.P. Effective March 1, 2012 582391.v1 TABLE OF CONTENTS Page 1.00 GRANT 1 2.00 DEFINITIONS 1 2.01. Bags 1 2.02. Bins 1 2.03. Bulky Waste 1 2.04. Bundle .2 2.05. City 2 2.06. Commercial and Industrial Refuse 2 2.07. Commercial and Industrial Unit 2 2.08. Commodity 2 2.09. Commodity Buyer 2 2.10. Construction Debris 2 2.11. Container 2 2.12. Contractor 2 2.13. Curbside 2 2.14. Dead Animals 2 2.15. Disposal Site 2 2.16. Garbage 2 2.17. Hazardous Waste 3 2.18 Household Hazardous Waste 3 2.19. Holidays 3 2.20. Polycart Container 3 2.21. Producer or customer 3 Amended and Restated Solid Waste& Recycling Contract(Community Waste Disposal,L.P.—rate amendment) Page i 582391.v1 2.22. Recyclable Commodities 3 2.23. Refuse. 3 2.24. Residential Refuse 3 2.25. Residential Unit 3 2.26. Rubbish 4 2.27. Stable Matter 4 3.00 SCOPE OF WORK 4 4.00 COLLECTION OPERATION 4 4.01. Service Provided. 4 4.02. Location of Polycart Container Bins, Containers, Bags and Bundles for Collection. 5 5.00 COLLECTION OPERATION 5 5.01. Hours of Operation. 5 5.02. Routes of Collection. 6 5.03. Holidays 6 5.04. Complaints 6 5.05. Collection Equipment 7 5.06. Office 7 5.07. Non-Collection 7 5.08. Interruption of Service 8 5.09. Hauling 8 5.10. Disposal 8 5.11. Emergency Circumstances and Notifications 8 5.12. Point of Contact 9 5.13. Property Damage 9 5.14. Liquidated Damage 9 Amended and Restated Solid Waste& Recycling Contract(Community Waste Disposal,L.P.—rate amendment) Page ii 582391.v1 6.00 COMPLIANCE WITH THE LAW 9 7.00 EFFECTIVE DATE 9 8.00 NONDISCRIMINATION 10 9.00 INDEMNITY 10 10.00 INDEPENDENT CONTRACTOR 10 11.00 LICENSES AND TAXES 10 12.00 TERM 10 13.00 INSURANCE 11 14.00 BASIS AND METHOD OF PAYMENT 12 14.01. Collection and Disposal Rates. 12 14.02. Rate Adjustments 12 14.03. Contractor to Act as Collector 13 14.04. Delinquent and Closed Accounts 13 14.05. Contractor Billings to City 13 14.06. New Accounts and Account Changes 13 14.07 Charges for Containers not Returned 13 15.00 OWNERSHIP 14 16.00 CONTRACTOR FEE 14 17.00. RECYLE REVENUE SHARING 14 18.00 BOOKS AND RECORDS 14 19.00 TERMINATION FOR CAUSE 14 20.00 NOTICES 15 21.00 APPROVAL 15 22.00 AMENDMENT 16 23.00 FORCE MAJEURE 16 Amended and Restated Solid Waste& Recycling Contract(Community Waste Disposal,L.P.—rate amendment) Page iii 582391.v1 24.00 SEVERABILITY 16 25.00 ENTIRE CONTRACT 16 26.00 COUNTERPARTS 16 27.00 VENUE 16 28.00 ORDINANCES 16 29.00 AUTHORITY TO EXECUTE 16 30.00 ASSIGNMENT 17 31.00 SOVEREIGN IMMUNITY 17 32.00 MISCELLANEOUS DRAFTING PROVISIONS 17 33.00 NO THIRD PARTY BENEFICIARIES 17 EXHIBITS "A", "B" AND "C" ATTACHED Amended and Restated Solid Waste& Recycling Contract(Community Waste Disposal,L.P.—rate amendment) Page iv 582391.v1 AMENDED AND RESTATED SOLID WASTE & RECYCLING CONTRACT THIS AMENDED AND RESTATED SOLID WASTE & RECYCLING CONTRACT (this "Contract"), made and entered into this 1st day of March, 2012, by and between the City of Wylie, Texas, a Municipal Corporation of Collin County, Texas, (hereinafter called the "City") and Community Waste Disposal L.P. , (hereinafter called"Contractor"). WITNESSETH: WHEREAS, Contractor and City entered into a Solid Waste and Recycling Contract with the City dated effective September 1, 2008 (the "Original Contract"). WHEREAS, the parties hereto desire to amend Exhibit's "C" and "B" of the Original Contract and, therefore, this Contract amends and restates the Original Contract. NOW, THEREFORE, in consideration of the following mutual agreements and covenants, it is understood and agreed by and between the parties hereto as follows: 1.00 GRANT The City hereby grants to Contractor an exclusive contract to engage in the business of collecting from the Residential, Commercial (excluding temporary) and Industrial Units within the corporate limits of the City and disposing of Refuse and Recyclable Materials and, further, the City hereby grants to Contractor permission to use the public streets, alleys, easements and thoroughfares within the limits of the City for the purpose of collection and disposal of Refuse and Recyclable Material, subject to the limitations, terms and conditions hereinafter specified and contained in this Contract. 2.00 DEFINITIONS 2.01. Bags. Plastic sacks designed to store Refuse with sufficient wall strength to maintain physical integrity when lifted by the top. Total weight of a bag and its contents shall not exceed 40 lbs. 2.02. Bins. Metal receptacles designed to be lifted and emptied mechanically for use only at Commercial and Industrial Units. 2.03. Bulky Waste. Stoves, refrigerators, water tanks, washing machines, furniture, Construction Debris (generated from the Residential Unit only) and other waste materials other than Dead Animals, Hazardous Waste, or Stable Matter with weights or volumes greater than those allowed for the applicable Bins or Polycart Containers. Customer shall be responsible for the proper removal of refrigerants, Hazardous Wastes and other hazardous materials from Bulky Wastes and shall properly tag Bulky Wastes as being free of refrigerants, Hazardous Wastes and other hazardous material prior to removal by Contractor. Amended and Restated Solid Waste& Recycling Contract(Community Waste Disposal,L.P.—rate amendment) Page 1 582391.v1 2.04. Bundle. Tree, shrub and Brush trimmings or newspapers and magazines securely tied together forming an easily handled package not exceeding four feet in length, six inches in diameter, or fifty (50) lbs. in weight. 2.05. City. City of Wylie, Texas. 2.06. Commercial and Industrial Refuse. All Bulky Waste, Construction Debris, Garbage, Rubbish and Stable Matter generated by a Producer at a Commercial and Industrial Unit. 2.07. Commercial and Industrial Unit. All premises, locations or entities, public or private, requiring Refuse collection within the corporate limits of the City; but not a Residential Unit. 2.08. Commodity. Material that can be sold in a spot or future market for processing and use or reuse. 2.09. Commodity Buyer. A buyer or processor selected by Contractor pursuant to the Contract Documents, of Recyclable Materials delivered by Contractor. 2.10. Construction Debris. Waste building materials resulting from construction, remodeling, repair or demolition operations. 2.11. Container. A receptacle for the temporary storage of solid waste. 2.12. Contractor. Community Waste Disposal. 2.13. Curbside. Portion of right-of-way adjacent to paved or traveled City roadways (including alleys). 2.14. Dead Animals. Animals or portions thereof equal to or greater than 10 pounds in weight, that have expired from any cause, except those slaughtered or killed for human use. 2.15. Disposal Site. A Refuse depository including but not limited to sanitary landfills, transfer stations, incinerators and waste processing/separation centers licensed, permitted or approved by all governmental bodies and agencies having jurisdiction and requiring such licenses, permits or approvals to receive Refuse and/or Dead Animals for processing or final disposal. 2.16. Garbage. Any and all Dead Animals of less than 10 pounds in weight, except those slaughtered for human consumption; every accumulation of waste (animal, vegetable and/or other matter) that results from the preparation, processing, consumption, dealing in, handling, packing, canning, storage, transportation, decay or decomposition of meats, fish, fowl, birds, fruits, grains or other, animal or vegetable matter (including, but not by way of limitation, that used tin cans and other food containers; and all putrescible or easily decomposable waste animal or vegetable matter which is likely to attract flies or rodents); except (in all cases) any matter Amended and Restated Solid Waste& Recycling Contract(Community Waste Disposal,L.P.—rate amendment) Page 2 582391.v1 included in the definition of Bulky Waste, Construction Debris, Dead Animals, Hazardous Waste, Rubbish or Stable Matter. 2.17. Hazardous Waste. Waste, in any amount, identified or listed as a hazardous waste by the administrator of the United States Environmental Protection Agency under the Federal Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act (42 U.S. C. Section 6901), or appropriate State agency by or pursuant to Federal or State law, or waste, in any amount, which is regulated under Federal or State law. For purposes of this Contract, the term Hazardous Waste shall also include motor, oil, gasoline, paint and paint cans 2.18. Household Hazardous Waste. Wastes from households that would be hazardous waste, if not specifically excluded by federal regulations, (HHW) are hazardous wastes contained in consumer products designed and marketed to be used in households, not in industrial settings. Examples include fluorescent light bulbs, paints, wood stains, fuels, batteries, corrosive cleaners, pool chlorine and acid and some pesticides. Examples of other materials that are collected with HHW include motor oil, oil filters, antifreeze, and latex paint. 2.19. Holidays. The following shall be holidays for the purpose of this Contract: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day. 2.20. Polycart Container. A rubber wheeled container, with a maximum capacity of 95 gallons, designed for automated or semi-automated solid waste collection systems. 2.21. Producer or customer. An occupant of a Commercial Unit, Industrial Unit or a Residential Unit who generates Refuse. 2.22. Recyclable Commodities. Material that has been recovered or diverted from the nonhazardous waste stream for the purposes of reuse, recycling, or reclamation, including, but not limited to, newspapers (including glossy inserts); plastic jugs and bottles; aluminum and metal cans; and glass food and beverage containers. 2.23. Refuse. This term shall refer to Residential Refuse and Bulky Waste, Construction Debris and Stable Matter generated at a Residential Unit, unless the context otherwise requires, and Commercial and Industrial Refuse. 2.24. Residential Refuse. All Garbage and Rubbish generated by a Producer at a Residential Unit. 2.25. Residential Unit. A dwelling within the corporate limits of the City occupied by a person or group of persons comprising not more than four families. A Residential Unit shall be deemed occupied when either water or domestic light and power services are being supplied thereto. A condominium dwelling, whether of single or multi-level construction, consisting of four or less contiguous or separate Amended and Restated Solid Waste& Recycling Contract(Community Waste Disposal,L.P.—rate amendment) Page 3 582391.v1 single-family dwelling units, shall be treated as a Residential Unit, except that each single-family dwelling within any such Residential Unit shall be billed separately as a Residential Unit. 2.26. Rubbish. All waste wood, wood products, tree trimmings, grass cuttings, dead plants, weeds, leaves, dead trees or branches thereof, chips, shavings, sawdust, printed matter, paper, pasteboard, rags, straw, used and discarded clothing, used and discarded shoes and boots, combustible waste pulp and other products such as are used for packaging, or wrapping crockery and glass, ashes, cinders, floor sweepings, glass mineral or metallic substances, and any and all other waste materials not included in the definition of Bulky Waste, Construction Debris, Dead Animals, Garbage, Hazardous Waste or Stable Matter. 2.27. Stable Matter. All manure and other waste matter normally accumulated in or about a stable, or any animal, livestock or poultry enclosure, and resulting from the keeping of animals, poultry or livestock. 3.00 SCOPE OF WORK The work under this Contract shall consist of all the supervision, materials, equipment, labor and all other items necessary to complete said work in accordance with these Contract Documents including the Special Provisions and the Performance Standards. A copy of said Special Provisions is attached as Exhibit "A" and made a part hereof for all purposes. A copy of said Performance Standards is attached hereto as Exhibit "B" and made a part hereof for all purposes. 4.00 COLLECTION OPERATION 4.01. Service Provided. (a) Contractor shall provide curbside or alley collection service for the collection of Residential Refuse to each Residential Unit one (1) time per week. Polycart Containers shall be placed at curbside or alley by the residential customer by 7:00 a.m. on the designated collection day. All Residential Refuse shall fit into the Polycart Container with the lid closed. (b) Contractor shall provide curbside or alley collection service for the collection of Recyclable Materials from each Residential Unit one (1) time per week. Recycling Containers shall be placed at curbside or alley by the residential customer by 7:00 a.m. on the designated collection day. (c) Contractor shall provide Bin collection service for the collection of Commercial and Industrial Refuse to Commercial and Industrial Units according to individual agreement. This shall exclude temporary commercial service. (d) The Contractor shall provide for the special collection from Residential Units of Bulky Waste, Construction Debris and Stable Matter in accordance with Section 14.01(b). Contractor shall provide transportation of collected Refuse to the Amended and Restated Solid Waste& Recycling Contract(Community Waste Disposal,L.P.—rate amendment) Page 4 582391.v1 Disposal Site for disposal, which responsibility is solely that of the Disposal Site operator. (e) Contractor shall provide transportation and processing of collected recyclables to Contractor's Material Recovery Facility. (f) The work under this Contract does not include the collection and disposal of any increased volume resulting from a flood, tornado or similar or different Act of God over which the Contractor has no control. In the event of such a flood tornado, or other Act of God, the Contractor and the City will negotiate the payment to be made to the Contractor. Further, if the City and the Contractor reach such an agreement, then the City shall grant the Contractor variances in routes and schedules as deemed necessary by the Contractor. Contractor will provide emergency storm clean up services at a rate of$125.00 per hour per rear load truck, as need is determined by the City. 4.02. Location of Polycart Containers, Bins, Containers, Recycling Containers, Bags and Bundles for Collection. (a) Each Polycart Container, Bag, Recycling Container, Containers and Bundle shall be placed at curbside for collection. Polycart Containers, Recycling Containers, Containers Bags and Bundles shall be placed as close to the roadway as practicable without interfering with or endangering the movement of vehicles or pedestrians. When construction work is being performed in the right-of way, Polycart Containers, Containers, Recycling Containers, Bags and Bundles shall be placed as close as practicable to an access point for the collection vehicle. Contractor may decline to collect any Polycart Container, Container, Recycling Container, Bag and Bundle not so placed or any Residential Refuse not contained in a Polycart Container. (b) Contractor shall provide Bins for Commercial and Industrial Units whenever customers request their use. Each Bin shall be placed in an accessible, outside location on a concrete pad according to individual agreement between Contractor and the Commercial or Industrial Unit. Contractor may decline to collect Refuse in Bins not so placed by the customer. Placement of bin and size/construction of concrete pad shall be such that the front wheels of collection vehicles shall rest entirely on the pad while bin is lifted and emptied. 5.00 COLLECTION OPERATION 5.01. Hours of Operation. (a) Collection of Residential Refuse shall not start before 7:00 a.m. or continue after 7:00 p.m. on the same day. Exceptions to collection hours shall be affected only upon the mutual agreement of the City and Contractor, or when Contractor reasonably determines that an exception is necessary in order to complete collection on an existing collection route due to unusual circumstances. Amended and Restated Solid Waste& Recycling Contract(Community Waste Disposal,L.P.—rate amendment) Page 5 582391.v1 (b) Collection of residential Rubbish and Bulky Waste, and Commercial and Industrial Refuse shall take place according to individual agreement. 5.02. Routes of Collection. (a) Residential Unit routes shall be established by the Contractor. Contractor shall submit a map designating the Residential Unit collection routes to the City for their approval, which approval shall not be unreasonably withheld. Contractor shall provide, at its expense, a map of such Residential Unit collection routes in a brochure to be mailed to each customer affected by a route change at least once during each calendar year and shall make such brochures continuously available at City Hall. The published map shall be of such size to clearly show all pertinent information. The Contractor may, from time to time, propose to City for approval, changes in routes or days of collection affecting Residential Units, which approval shall not be unreasonably withheld. Upon City approval of the proposed changes, Contractor shall promptly give written or published notice to the affected Residential Units. (b) Commercial and Industrial Unit collection routes shall be established by the Contractor at its sole discretion. 5.03. Holidays. Contractor may decide to observe any of the Holidays mentioned herein, but such decision in no manner relieves Contractor of his obligation to provide Refuse collection service at Residential Units at least once per week. 5.04. Complaints. All complaints shall be handled directly by the Contractor. Each complaint shall be given prompt and courteous attention and be resolved within seventy-two (72) hours of receiving the complaint. However, in the case of alleged missed scheduled collections, the Contractor shall investigate, and if such allegations are verified, shall arrange for the collection of the solid waste the same day if called in before 12:00 Noon, but not more than twenty-four (24) hours after the initial complaint was received. Contractor will be responsible for maintaining a log of all complaints received, and will provide the City with a copy of the log on a monthly basis. The log shall indicate at least the following information: • Name of complainant; • Date and hour of the complaint; and • Nature and address of the complaint, and the manner and the date and time of its resolution. Contractor shall meet the timeliness requirements of the performance standards set forth in this Contract at least ninety-eight (98%) of the time, measured on a quarterly basis, or City shall have the right to terminate this Contract by providing Contractor with at least thirty (30) days advance written notice of the termination and the effective date thereof. Amended and Restated Solid Waste& Recycling Contract(Community Waste Disposal,L.P.—rate amendment) Page 6 582391.v1 Contractor shall continue to provide services under this Contract until the effective date of termination. 5.05. Collection Equipment. The Contractor, at its sole cost and expense, agrees to furnish all trucks, equipment, machines, and labor (the "equipment"), which are reasonably necessary to collect and transport Refuse and/or recyclables from accounts serviced by the Contractor in accordance with this Contract. The equipment shall be maintained in a safe and clean working condition throughout the term of the Contract and any renewal period. The equipment shall be maintained and painted as often as necessary to preserve and present a well-kept appearance in accordance with normal industry standards in the Dallas-Fort Worth metropolitan areas. The Contractor shall clean the equipment on a regular weekly basis or more frequently as may be necessary to maintain sanitary and safe working conditions. Contractor will ensure that no fluids leak from contractors equipment onto alleys, streets, sidewalks or driveways and if such leaks or spills occur contractor will remediate the spill and repair the equipment to prevent further leaks or spills. Additionally, the Contractor shall have standby equipment available to regularly complete the daily routes in the event of equipment failure or excessive volumes of collection, which it is obligated to collect and transport in connection with this Contract. The Contractor shall provide the City a list of all identification numbers for collections vehicles operating in the performance of the Contract. Vehicles not listed will not be authorized for disposal under this Contract. Vehicular changes, additions, or deletions shall be made through the City's Public Services Director in writing. Emergency changes, additions, and deletions may be submitted by telephone and followed up in writing. 5.06. Office. The Contractor shall maintain an office. Such office shall be open at a minimum, Monday through Friday, 8:00 a.m. until 5:00 p.m. with a qualified service representative available to personally answer inquiries, as well as a qualified field supervisor to oversee the daily operations. The office is to include personnel needed to maintain weekly delivery of new and replacement trash carts and make repairs when necessary. The telephone number of the Contractor's office will be widely available to customers. After-hours calls shall be forwarded to a twenty-four hour message center, with calls responded to, by Contractor personnel, the following morning or immediately depending on the nature of the call. Contractor shall advise the City Manager or representative thereof of all emergency service matters. 5.07. Non-Collection. Should a dispute arise between City, Contractor and/or a customer as to whether Contractor actually failed to make a collection (whether Contractor missed a pick-up), the decision of the City shall be final, and the Contractor agrees to abide by said decision. It is specifically understood and agreed that if the customer fails to timely place a Container/cart out, maintains improper or inadequate containers for the nature, volume, or weight of acceptable waste/recycling to be removed from the premises, or places improper bundles or volumes of waste/recycling for collection, or places hazardous waste, special waste, or other refuse in violation of this agreement, the Contractor may Amended and Restated Solid Waste& Recycling Contract(Community Waste Disposal,L.P.—rate amendment) Page 7 582391.v1 refrain from collecting all or a portion of such refuse that is rendered not collectable due to any of the aforementioned circumstances. The Contractor shall notify both the City and the customer of the reason for any such non-collection (unless such non-collection is due to the customer's failure to timely place the waste/recycling for collection). Contractor's notice to the customer shall be in writing, attached to the container or the front door of the residence, and shall indicate the nature of the violation and the correction required in order that such solid waste may then be collected at the next regular collection date. Where a customer notifies the City that acceptable waste/recycling has not been removed from the residents' premises on the scheduled collection day and where no notice of non- collection nor a change in collection schedule has been received from the Contractor, the City shall investigate. If the investigation discloses that the Contractor has failed to collect acceptable waste/recycling from the subject premises without cause, the Contractor shall collect same within twenty-four (24) hours after a collection is ordered by the City, at no additional charge. 5.08. Interruption of Service. In the event that the collection and disposal of acceptable waste should be interrupted by any reason for more than forty-eight (48) hours, City shall have the right to make temporary independent arrangements for purposes of continuing this necessary service to its residents in order to provide and protect the public health and safety, and Contractor shall pay the City all costs and expenses associated therewith within ten (10) days of notice of the costs and expenses. If the interruption of service mentioned above continues for a period of seventy-two (72) hours and is not the result of a force majeure, then City shall have the right to terminate this Contract by providing Contractor written notice of the termination and the effective date thereof. 5.09. Hauling. All Refuse hauled by the Contractor shall be contained, tied or enclosed so that leaking, spilling or blowing is reasonably prevented. 5.10. Disposal. All Refuse collected for disposal by the Contractor shall be hauled to a Disposal Site. 5.11. Emergency Circumstances and Notifications. Contractor shall use whatever means to notify the City Manager or representative thereof of any changes, due to emergency circumstances, that may require the use of alternative disposal/recycling facilities/sites. In the event that at some future time, there is no disposal site available, costs in disposing of said waste may be negotiated by the City and Contractor in good faith. The Contractor shall notify, at its sole cost and expense, all producers at residential units about complaint procedures, rates, regulations, and days for scheduled collection. 5.12. Point of Contact. All dealing, contacts, etc., between the Contractor and the City shall be directed by the Contractor to the City Manager or his/her designated representative. Amended and Restated Solid Waste& Recycling Contract(Community Waste Disposal,L.P.—rate amendment) Page 8 582391.v1 5.13. Property Damage. The Contractor shall be responsible for the repair of damage caused by the Contractor's collection equipment. Substantiation of cause shall be determined by mutual agreement of the City and the Contractor. Within fifteen (15) days after receipt of a notice of damages, pending substantiation of cause that shall not be unreasonably delayed, the Contractor shall arrange for satisfactory repairs. Repairs shall be made within one week of notification unless additional time is needed to meet repair requirements. Contractor agrees to notify the resident or business and the City of their course of action and give reasonable timeframe for completion. This shall include remediating any leaks or spills of motor oil, hydraulic fluid, gas or other hazardous material onto alleys, streets, sidewalks, drives or yards. 5.14. Liquidated Damage. In the event the Contractor fails to collect solid waste and recycling within twenty-four (24) hours after an order for collection is issued by the City pursuant to the third paragraph of Section 5.07 above, such failure shall constitute an act of non-collection, and the City may assess Contractor a penalty for each act of non-collection per account, to be withheld by City from payments due pursuant to Section 14.07 below: for each residential account, Twenty-five dollars ($25.00) and for each commercial account, Fifty dollars ($50.00). 6.00 COMPLIANCE WITH THE LAW Contractor shall comply with all rules and regulations of the Texas Commission on Environmental Quality and the Environmental Protection Agency. In this regard, Contractor shall not be required to collect and dispose of any oil, sludge, fecal material, or any radioactive, pathological, toxic, acidic, or volatile material, Hazardous Waste, or other hazardous, medical, non-conforming or improper waste. Should Contractor elect to dispose of such materials, Contractor shall receive a fee or charge mutually acceptable to Contractor and the party requesting disposal of such materials. City agrees to pass such ordinances as are reasonably necessary to effectuate all terms of this Contract. Both parties and their officers, agents, employees, representatives, contractors and subcontractors shall abide by and comply with all applicable laws in the performance of this Contract. 7.00 EFFECTIVE DATE This Contract shall become, effective upon the execution hereof by all parties and the continuing performance of Contractor shall be governed by this Solid Waste & Recycling Contract from and after such date. 8.00 NONDISCRIMINATION The Contractor shall not discriminate against any person because of race, sex, age, creed, color, religion, or national origin. 9.00 INDEMNITY THE CONTRACTOR WILL RELEASE, DEFEND, INDEMNIFY AND HOLD HARMLESS THE CITY,ITS OFFICERS,AGENTS,SERVANTS,AND EMPLOYEES FROM AND AGAINST ANY AND Amended and Restated Solid Waste& Recycling Contract(Community Waste Disposal,L.P.-rate amendment) Page 9 582391.v1 ALL SUITS, ACTIONS, LEGAL PROCEEDINGS, CLAIMS, DEMANDS, DAMAGES, INJURIES (INCLUDING DEATH), JUDGMENTS, COSTS, EXPENSES, AND ATTORNEYS' FEES (INCLUDING ANY ATTORNEYS' FEES AND EXPENSES INCURRED IN ENFORCING THIS INDEMNITY) (COLLECTIVELY, "CLAIMS") ARISING OUT OF CONTRACTOR'S PERFORMANCE OF THIS CONTRACT AND DIRECTLY CAUSED BY A WILLFUL,NEGLIGENT OR GROSSLY NEGLIGENT ACT OR OMISSION OF THE CONTRACTOR, ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES. CONTRACTOR IS EXPRESSLY REQUIRED TO DEFEND CITY AGAINST ALL SUCH CLAIMS; PROVIDED, HOWEVER, IF A COURT OF COMPETENT JURISDICTION DETERMINES THAT CITY (WITHOUT WAIVING ANY GOVERNMENTAL IMMUNITY) HAS JOINT, CONCURRENT OR SOLE LIABILITY FOR THE CLAIMS, IN ACCORDANCE WITH THE LAWS OF THE STATE OF TEXAS, THEN CONTRACTOR IS NOT REQUIRED TO INDEMNIFY OR RELEASE CITY NOR BE LIABLE FOR DEFENSE OR DEFENSE COSTS OF THE CITY TO THE EXTENT OF THE LIABILITY APPORTIONED TO THE CITY. THE PARTIES RECOGNIZE THAT NOTHING IN THIS PARAGRAPH SHALL BE CONSTRUED AS A WAIVER BY THE CITY OF ITS SOVEREIGN IMMUNITY AND THAT THIS PARAGRAPH DOES NOT CREATE, AND SHALL NOT BE CONSTRUED AS CREATING,ANY RIGHT ENFORCEABLE BY ANY PERSON NOT A PARTY TO THIS AGREEMENT. 10.00 INDEPENDENT C ONTRAC TOR Contractor is and shall at all times be deemed to be an independent contractor and shall be wholly responsible for the manner in which it performs the services required of it under the terms of this contract. Nothing herein contained shall be construed as creating a relationship of employer and employee, or principal and agent, between City and contractor or any of Contractor's agents or employees. Contractor assumes exclusively the responsibility for its acts and the acts of its employees as they relate to the services to be provided during the course and scope of their employ, except to the extent such services are performed in accordance with the specific directions of the City. Contractor, its agents and employees shall not be entitled to any rights or privileges of City employees and shall not be considered in any manner to be a City employee(s). 11.00 LICENSES AND TAXES The Contractor shall obtain all licenses and permits (other than the license and permit granted by the Contract) and promptly pay all taxes required by the City and by the State. 12.00 TERM This Contract shall be for a term beginning on the effective date pursuant to Section 7 and continuing through September 1, 2013. Thereafter, this Contract may be extended for an additional five (5) year term upon the written, mutual agreement of the parties, which either party may refuse to enter in that party's sole discretion. Amended and Restated Solid Waste& Recycling Contract(Community Waste Disposal,L.P.—rate amendment) Page 10 582391.v1 13.00 INSURANCE The Contractor shall at all times during the Contract maintain in full force and effect Employer's Liability, Workers Compensation, Public Liability and Property Damage Insurance, including contractual liability coverage for the provisions of Section 9.00. All insurance shall be by insurers and for policy limits acceptable to the City; and before commencement of work hereunder the Contractor agrees to furnish to the City certificates of insurance or other evidence satisfactory to the City to the effect that such insurance has been procured and is in force. The certificates shall contain the following express obligations: "This is to certify that the policies of insurance described herein have been issued to the insured for which this certificate is executed and are in force at this time. In the event of cancellation, thirty (30) days prior written notice will be given the certificate holder." For the purpose of the Contract, the Contractor shall carry the following types of insurance in at least the limits specified below: Workers Compensation Statutory Employer's Liability $500,000 Bodily Injury Liability $500,000 each occurrence Except Automobile $1,000,000 aggregate Automobile Bodily Injury $500,000 each person Liability $1,000,000 each occurrence Automobile Property Damage $500,000 each occurrence Excess Umbrella Liability $1,000,000 each occurrence As an alternative to the above, Contractor may insure the public liability and property coverage under a plan of self insurance. Each insurance policy with respect to public liability insurance may provide for a performance bond in the amount of one hundred thousand dollars and no cents ($100,000.00) with the result that the Contractor is its own insurer to the extent the coverage may be provided by the Contractor's parent corporation. The Contractor agrees to furnish the City with certificates satisfactory to the City evidencing such plan of self insurance. The Contractor shall provide the City with thirty (30) days prior written notice of any change in insurance coverage which would cause Contractor's insurance coverage to be for amounts less than required by this Contract. Amended and Restated Solid Waste& Recycling Contract(Community Waste Disposal,L.P.—rate amendment) Page 11 582391.v1 14.00 BASIS AND METHOD OF PAYMENT 14.01. Collection and Disposal Rates. (a) The rate for collection services required to be performed pursuant to Sections 4.01 (a), (b) and (c) shall be the rates set forth in Exhibit "C", attached hereto and made a part hereof subject to adjustment in accordance with Section 14.02, to be effective March 1, 2012. (b) For special collection provided by the Contractor pursuant to Section 4.01 (d), the charges are to be negotiated between the Contractor and Producer prior to collection. If agreement cannot be reached, the matter may be submitted to the City for determination of a reasonable fee. (c) The Refuse collection charges provided by Sections 14.01 (a)-(c) shall include all disposal costs. (d) In the event that any commodity collected shall not be marketable for a period of sixty (60) days or longer, City and Contractor upon mutual agreement, shall eliminate that commodity from the Recyclable Materials program and this Contract. 14.02. Rate Adjustments. The rates set forth in the Contract shall remain effective for the period of one (1) contract year from the effective date of this Contract. On March 1st of each year(beginning in the year 2012), any or all rates may be increased or decreased based on the DFW CPI-U, the price of diesel fuel as reported by the Department of Energy, Energy Information Administration, and the published disposal costs of the Garland, Texas landfill. (Current Garland Landfill Gate Price = $35.00 per ton) At least sixty (60) days prior to the date anniversary each year, the Contractor shall notify the City of any such proposed rate adjustment, and upon request, provide the supporting data that is the basis for the rate adjustment. Any justifiable increase or decrease will be determined by the City. In addition, the above-defined rates may be adjusted annually by mutual written agreement between the City and the Contractor in the event of (i) changes in any laws, ordinances, regulatory requirements or guidelines including changes in construction or interpretation thereof or change in the manner or method of construction or interpretation thereof or change in the manner or method of enforcement thereof; (ii) orders,judgments or directives of any court or governmental body of instrumentality thereof; The Contractor shall provide the City documents and records in sufficient detail to reasonably establish the basis to any requested rate adjustment(s) at the time of the request and the City will act reasonably in determining whether it agrees to any such request for a rate increase. Amended and Restated Solid Waste& Recycling Contract(Community Waste Disposal,L.P.—rate amendment) Page 12 582391.v1 All above-mentioned rate adjustment procedures are agreed to and understood to apply to any and all services provided to commercial and industrial customers as well as residential customers. 14.03. Contractor to Act as Collector. The Contractor shall submit statements to and collect from all Commercial and Industrial Units for services provided by the Contractor pursuant to Section 4.01(c) (including Shared Dumpsters). 14.04. Delinquent and Closed Accounts. (a) The Contractor shall discontinue Refuse collection service at any Residential Unit as set forth in a written notice sent to it by the City. Upon further notification by the City, the Contractor shall resume Refuse collection on the next regularly scheduled collection day. (b) The Contractor shall have the right to discontinue Refuse collection service at any Commercial and Industrial Unit or Shared Dumpster delinquent in its payments. 14.05. Contractor Billings to City. The Contractor shall bill the City for service rendered to Residential Units within ten (10) days following the end of the month and the City shall pay the Contractor on or before the fifteenth (15th) day following the receipt of the invoice. Such billing and payment shall be based on the price rates and schedules set forth in this Contract. The Contractor shall be entitled to payment for services rendered to Residential Units irrespective of whether or not the City collects from the customer for such service. 14.06. New Accounts and Account Changes. The City shall notify the Contractor of all new accounts by email or fax (if network non-operational), during working hours. Residential Polycart Containers and Recycling Containers requested on this list will be delivered on the resident's move-in day or within three (3) days after the day of request from the City, whichever is later. Service will begin during the next regularly scheduled collection day after the delivery of the cart or container. The Contractor shall notify the City of any account changes in writing on the same day the account change requests have been implemented. 14.07. Charges for Containers Not Returned. Contractor shall be entitled to collect a Container Replacement Charge applicable to each Container, Polycart Container, or Recycling Container, in the amount set forth on Exhibit "C," from any Terminating Customer (as defined below) who does not return to Contractor (by pickup by Contractor) each Container, Polycart Container, and Recycling Container delivered to such customer by or on behalf of Contractor in connection with the provision of services by Contractor under this Agreement. The City shall use its best efforts to collect from any Terminating Customer the Container Replacement Charge(s) set forth on Exhibit "C". All such Container Replacement Charges shall be paid over to Contractor by the City with the next monthly invoice payment or (upon termination of this Contract, within thirty (30) days of receipt by the City from the customer). As used herein, a "Terminating Customer" is a customer whose service Amended and Restated Solid Waste& Recycling Contract(Community Waste Disposal,L.P.—rate amendment) Page 13 582391.v1 with Contractor terminates, whether due to the customer's relocation or upon the termination of this Contract. Commercial and construction waste containers will be delivered to customers within twenty-four(24) hours (excluding Sunday) of City notification. 15.00 OWNERSHIP Title to Refuse, Dead Animals and Recyclable Materials, except special, hazardous or non-conforming Refuse shall pass to Contractor when placed in Contractor's collection vehicle, removed by Contractor from a Bin or Container, or removed by Contractor from the customer's premises, whichever last occurs. Title to special, hazardous or non- conforming Refuse and to Hazardous Waste shall not pass to Contractor, but shall remain with the Customer that generated such waste. 16.00 CONTRACTOR FEE The Contractor shall pay to the City five percent (5%) of all amounts received by the Contractor for all Commercial and Industrial Refuse collection and disposal services provided pursuant to this Contract. Such payment shall be made to the City on or before the 20th day of each month for amounts received by the Contractor for the performance of services during the immediately preceding month. The Wylie Independent School District (WISD) is excluded from this franchise fee. 17.00 RECYCLE REVENUE SHARING Contractor shall remit six dollars and twenty-five cents ($6.25) per ton of recycle material collected in the City. Recycle revenue will adjust as commodity prices adjust per Exhibit D. The recycle revenue sharing will be remitted to the City of Wylie. 18.00 BOOKS AND RECORDS The City and Contractor agree to maintain at their respective places of business adequate books and records relating to the performance of their respective duties under the provisions of this Contract and such books and records shall be made available at any time during business hours for inspection by the other party, at the inspecting party's expense, upon reasonable advance notice; provided, however, the City may not inspect or audit any books and records pertaining to the cost of Contractor's operations, except to the extent pertaining to increases in the fees which may be charged by Contractor under Section 14.02; but the City may inspect for the purpose of, including but not limited to, verifying and auditing payments made pursuant to Section 16.00. 19.00 TERMINATION FOR CAUSE If at any time the Contractor shall fail to substantially perform terms, covenants or conditions herein set forth, the City shall notify Contractor by registered or certified mail addressed to the Contractor at the address set forth herein of specific reasons in support of the City's claim that the Contractor has substantially breached the terms and provisions of this Contract. Contractor shall be allowed a thirty (30) day period from the Amended and Restated Solid Waste& Recycling Contract(Community Waste Disposal,L.P.—rate amendment) Page 14 582391.v1 date of receipt of said notice from City to remedy any failure to perform. Should the City deem the failure to perform remedied, no hearing shall be held. Should Contractor fail to remedy its performance, the City, after a hearing described herein, may terminate this Contract and the rights and privileges granted to Contractor herein. A notice shall be sent to Contractor no earlier than ten (10) days before a hearing is scheduled. The notice shall specify the time and place of the hearing and shall include the specific reasons in support of the City's claim that the Contractor has substantially breached the terms and provisions of this Contract. Should the City still deem Contractor to have failed in its performance, said hearing shall be conducted in public by the City Council of the City and the Contractor shall be allowed to be present and shall be given opportunity to answer such claims as are set out against it in the aforesaid notice. If, after said public hearing, the City Council makes a finding that Contractor has failed to provide adequate refuse collection service for the City, the City Council may, by a majority vote, terminate this Contract. 20.00 NOTICES Any notice required or permitted to be delivered hereunder shall be in writing and shall be deemed to be delivered when deposited in the United States mail, postage prepaid, certified mail, return receipt requested, addressed to the respective party of the address set forth below: If to the City, at: 300 Country Club Drive Wylie, Texas 75098 Attn: City Manager If to the Contractor, at: 2010 California Crossing Dallas, Texas 75220-2310 Attn: President or such other addresses as the parties may hereafter specify by written notice delivered in accordance herewith. 21.00 APPROVAL This Contract shall not be considered fully executed or binding on the City or the Contractor until the same shall have been executed by the Contractor, the Mayor and the City Secretary of the City. 22.00 AMENDMENT No amendment to this Contract shall be made except upon the written consent of the parties. No amendment shall be construed to release either party from any obligation under this Contract except as specifically provided for in such amendment. Amended and Restated Solid Waste& Recycling Contract(Community Waste Disposal,L.P.—rate amendment) Page 15 582391.v1 23.00 FORCE MAJEURE Notwithstanding anything herein to the contrary, Contractor shall not be liable for the failure, or delay of, performance of its duties if such failure is caused by a catastrophe, riot, public disturbance, accident, military authority, war, act of terrorism, governmental order or regulation, fire, act of God or other similar or different contingency beyond the reasonable control of Contractor. 24.00 SEVERABILITY In the event that any provision or portion hereof shall be found to be invalid or unenforceable, then such provision or portion thereof shall be performed in accordance with the applicable laws. The invalidity or unenforceability of any provision or portion of this Contract shall not affect the validity or enforceability of any other provision or portion of this Contract. 25.00 ENTIRE CONTRACT This Contract constitutes the entire understanding between the parties hereto and cancels and supersedes all prior negotiations, representations, understandings and agreements, either written or oral, with respect to the subject matter hereof. 26.00 COUNTERPARTS This Contract may be executed in a number of identical counterparts, each of which shall be deemed an original for all purposes. 27.00 VENUE This Contract shall be construed under and in accordance with the laws of the State of Texas and venue shall be in Collin County, Texas. 28.00 ORDINANCES The Contractor shall conduct Operations under this Contract in compliance with all applicable ordinances of the City; provided however, the requirements of this Contract shall govern the obligations of the Contractor where there exists conflicting ordinances of the City on the subject. 29.00 AUTHORITY TO EXECUTE The individuals executing this Contract on behalf of the respective parties below represent to each other and to others that all appropriate and necessary action has been taken to authorize the individual who is executing this Contract to do so for and on behalf of the party for which his or her signature appears, that there are no other parties or entities required to execute this Contract in order for the same to be an authorized and binding Contract on the party for whom the individual is signing this Contract and that Amended and Restated Solid Waste& Recycling Contract(Community Waste Disposal,L.P.—rate amendment) Page 16 582391.v1 each individual affixing his or her signature hereto is authorized to do so, and such authorization is valid and effective on the date hereof. 30.00 ASSIGNMENT This Contract shall not be assigned, unless approved by the City Council prior to the assignment. Notwithstanding the preceding sentence, Contractor my assign its right to receive payments under this Contract in connection with any lending arrangement of Contractor or any of its affiliates. 31.00 SOVEREIGN IMMUNITY The parties agree that the City has not waived its sovereign and/or governmental immunity by entering into and performing its obligations under this Contract. 32.00 MISCELLANEOUS DRAFTING PROVISIONS This Contract shall be deemed drafted equally by all parties hereto. The language of all parts of this Contract shall be construed as a whole according to its fair meaning, and any presumption or principle that the language herein is to be construed against any party shall not apply. Headings in this Contract are for the convenience of the parties and are not intended to be used in construing this document. 33.00 NO THIRD PARTY BENEFICIARIES Nothing in this Contract shall be construed to create any right or obligation on any third party not a signatory to this Contract, and the parties do not intend to create any third party beneficiaries by entering into this Contract. IN WITNESS WHEREOF, we, the contracting parties, by our duly authorized agents, hereto affix our signatures and seals as of the 28th day of February, 2012. CITY OF WYLIE, TEXAS A Municipal Corporation of Texas By: Eric Hogue, Mayor ATTEST: Carole Ehrlich, City Secretary Amended and Restated Solid Waste& Recycling Contract(Community Waste Disposal,L.P.—rate amendment) Page 17 582391.v1 COMMUNITY WASTE DISPOSAL L.P. By: Greg A. Roemer, President ATTEST: Amended and Restated Solid Waste& Recycling Contract(Community Waste Disposal,L.P.—rate amendment) Page 18 582391.v1 EXHIBIT "A" SPECIAL PROVISIONS CITY OF WYLIE, TEXAS EFFECTIVE SEPTEMBER 1, 2008 City Facilities. Bin collection service for City of Wylie facilities shall be provided at no charge, with bins to be provided by the Contractor. Contractor will also provide recycle service for City facilities at no charge. II. Clean-Up Green-Up Campaign. A. Contractor shall provide 2 clean up green up events per year. Contractor shall hold the event within the Wylie City limits at a site agreed upon by the City and the contractor. The event shall last for eight (8) hours unless a different time frame is agreed upon by the City and contractor in writing. At the events contractor will provide residential collection and disposal for: • Household hazardous waste • Electronics • Household metal appliances • Automotive tires • Document shredding Acceptable items are defined by the contractor in the letter dated May 02, 2011 form the contractor to the City of Wylie, offering the clean up green up service to the City. Any changes to the agreed upon definitions will be mutually agreed upon by the contractor and the City. The cost for the clean-up green-up events will be contained in Exhibit C of this contract. III. Informational Services. A. Contractor also agrees to support environmental educational opportunities within the City, as well as other local festivals, events and fundraisers. B. Contractor agrees to link its website to the City's website in order to make available solid waste and recycling information and list the City information on Contractor's web site. IV. Polycart Containers. Contractor agrees to deliver Polycart Containers to new customers on the customer's move-in date or within three (3) days after the day of request from the City, whichever is later. If a Polycart Container must be changed out or repaired, Contractor will deliver a substitute Polycart Container within one week after the day of request from the City or customer. V. Pavement Damage in Alleys. A. In addition to the obligation created by Section 5.13 of the Contract, Contractor shall be responsible for the repair of damage to paved surfaces in alleys when such damage is caused by the Contractor's collection equipment. Substantiation of cause shall be by mutual agreement of both parties. B. Within fifteen (15) days after receipt of a notice of damage, pending substantiation of cause and mutual agreement of both parties as outlined in Section 26.05(a), the Contractor shall arrange for satisfactory repair of the alley pavement or repairs, which will be performed by City forces and the City shall be reimbursed on a time and materials basis. Reimbursement for materials and labor shall be in the form of a credit on the Contractor's next monthly billing for Residential collection service. C. If the parties cannot reach agreement on the above-referenced liability, damage, or cost of repair; then, the parties agree to submit the matter to non-binding arbitration in accordance with the arbitration rules of the American Arbitration Association. EXHIBIT "B" PERFORMANCE STANDARDS CITY OF WYLIE, TEXAS EFFECTIVE SEPTEMBER 1, 2011 Residential and Commercial Hand Collection A. Schedule: Once Weekly. B. Hours of Operation: 7:00 a.m. — 7:00 p.m. C. Placement: Curbside or Alley D. Approved Containers: Polycart Containers, 95 gallons in capacity, maximum weight 175 pounds. All refuse must fit inside the polycart with the lid closed; nothing outside the polycart will be collected with the regularly scheduled weekly service. Plastic bags may be used inside the polycart. E. Spillage: Any spillage caused by Contractor will be picked up immediately. Spillage caused by others or by inadequate containers will be the producer's responsibility. F. Brush and Bulky Item Collection: CONTRACTOR will make weekly, brush and bulky collection available to Wylie residents on a "call as needed" basis with a limit of(6) cubic yards per call and (24) cubic yards per year, per household. Requests for bulk pickup beyond the (24) cubic yards per year maximum will be charged to the resident requesting additional bulk service. Special collection of brush and bulky items will be made available to Residents at the rate negotiated between the Contractor and the customer. Residents must call Contractor's dispatch office to schedule collection. Approved Containers: (a) Polycarts (b) Bundles placed at the curb or alley. (c) Maximum weight bundle or container is not to exceed that which can be lifted by two men, weight less than 150 pounds, and not to exceed 4 ft. x 4ft. x 8ft. G. Commercial Cart Collection Customers with an average weekly volume exceeding two (2) polycarts twice a week will be required to use container service unless there are extraordinary circumstances. Any dispute in average weekly volume will be submitted to City officials for decision. H. Clean up Green up: Contractor will hold to events per year wherein residents are allowed to bring disposal items to the contractor at a site agreed upon by the City and the Contractor. The event will last 8 hours unless contractor and City agree, in writing to shorten the event. Items collected at the event will include; Houshold II. Residential Recycling A. Schedule: One (1)time weekly. B. Hours of Operation: 7:00 a.m. — 7:00 p.m. C. Placement: Curbside or Alley D. Approved Containers: 1. Recycling 95 gallon Polycart. III. Commercial Container Collection A. Container Size Available: 2 cu. yd., 3 cu. yd., 4 cu. yd., 6 cu. yd., 8 cu. yd., 30 cu. yd. B. Schedules Available: Up to five times weekly. C. Hours of Operation: 7:00 a.m. — to completion or 6:00 a.m. to 7:00 p.m. in non- residential areas. D. New Service: A listing will be maintained in the yellow pages. Requests for new service will be filled within five (5)working days. E. Extra Collections: If notified by 10:00 a.m. on service day, extra pick up will be performed that day. After 10:00 a.m., we will attempt to make the pick up that day. If unable, it will be made the following service day. There is a charge for extra pickups and refills. F. Container Maintenance: Containers that have been damaged will be exchanged or repaired by the contractor. G. Gates and Enclosures: If a container is located in an enclosure with a gate a fee of $9.06 per container per pickup will be assessed. This fee does not apply unless the enclosure does have a Gate. H. Odor and Insect Control: The customer will be responsible for odor and insect control in and around containers. I. Casters: Casters and locks are available on containers at a charge of $9.06 per container per pickup. J. Non-Payment: Customers will be notified in writing when thirty (30) days past due. If unpaid after forty-five (45) days, customer will be notified in writing that service is being suspended until account is paid in full. A copy will be sent to the Finance Department and City Code Enforcement. IV. General A. Office Hours: 8:00 a.m. — 5:00 p.m. Monday—Friday. B. Holidays: New Years, Memorial Day, July 4th, Labor Day, Thanksgiving, Christmas. Pickups scheduled for these days may be omitted by Contractor; however, refuse collection service at residential units will be performed no less than once per week. EXHIBIT "C" CITY OF WYLIE, TEXAS EFFECTIVE MARCH 1, 2012 REFUSE AND RECYCLING SERVICE: MARCH(2012 Rate) Residential - Single Family $8.38 Duplex Unity-Per Unit $8.38 Trailer Park-Per Unit $8.38 Additional Polycart Container, Per Unit $3.62 Clean-up Green-up service $.15 COMMERCIAL SERVICE: Commercial Hand Collection, per 95 gallon polycart Automated Collection Cost: Once per week $24.40 Two carts once per week $46.38 Front Load Container Rates lxwk 2xwk 3xwk 4xwk 5xwk 6xwk 2 cu yd $ 56.55 $120.74 $222.55 $310.53 $403.01 $ 496.99 3 cu yd $ 77.93 $145.20 $241.98 $335.16 $451.82 $ 536.75 4 cu yd $ 98.58 $184.26 $258.40 $359.82 $463.22 $ 574.51 6 cu yd $115.01 $210.60 $295.74 $407.45 $529.53 $ 654.04 8 cu yd $128.44 $241.75 $333.06 $456.74 $590.97 $ 731.58 Additional Charges Additional charge of$9.06 per pick up for containers on Casters Additional charge of$9.06 per pick up for containers with 4 sided enclosures Additional charge of$9.06 per pick up for containers with locks 8 cubic yard Cardboard Recycling Container 1 X per week $84.28 8 cubic yard Cardboard Recycling Container 2 X per week $176.74 Front load container exchange charge $ 80.84 Extra Pick Ups 2 cubic yard $50.54 3 cubic yard $51.65 4 cubic yard $52.78 6 cubic yard $55.03 8 cubic yard $56.16 Refills 518736-1 2 cubic yard $39.32 3 cubic yard $40.42 4 cubic yard $41.54 6 cubic yard $43.79 8 cubic yard $44.93 ROLLOFF CHARGES: 20 cubic yard per haul $527.98 (M-F) 30 cubic yard per haul $539.51 (M-F) 40 cubic yard per haul $574.06 (M-F) Delivery and Exchange $404.77 (M-F) Daily Container Rental $ 8.17 COMPACTORS: 6 cubic yard compactor haul charge $290.20 (M-F) 8 cubic yard compactor haul charge $325.98 (M-F) 30 cubic yard compactor haul charge $539.51(M-F) 35 cubic yard compactor haul charge $539.51 (M-F) 42 cubic yard compactor haul charge $539.51 (M-F) Disposal will be billed at $34.11 per ton; rates based on 4 ton minimum. Returned check Charge $26.31 COMMERCIAL RATES FOR WYLIE INDEPENDENT SCHOOL DISTRICT Front Load Container Rates Size/Pickup 1 x week 2 x week 3 x week 4 x week 5 x week 6 x week 2 Cu Yd $ 71.51 $136.65 $190.97 $265.51 $344.59 $424.94 3 Cu Yd $79.17 $149.41 $206.88 $286.56 $386.30 $458.93 4 Cu Yd $84.29 $157.07 $220.94 $307.63 $395.56 $491.23 6 Cu Yd $98.33 $180.06 $252.86 $348.37 $452.74 $559.22 8 Cu Yd 109.83 $203.05 $284.78 $390.52 $505.30 $625.49 WISD front load rates are net to contractor, does not include billing fee, franchise fee and sales tax do not apply. CITY BILLS RESIDENTIAL COMMUNTY WASTE DISPOSAL BILLS COMMERCIAL & ROLLOFF (Includes 5% Contractor Fee, excluding WISD) CITY ACCOUNT #9015397 CONTACT UTILITY BILLING 972.442.8131 -FAX 972.442.8105 518736-1 EXHIBIT "D" CITY OF WYLIE, TEXAS EFFECTIVE SEPTEMBER 1, 2008 RECYCLE REBATE REVENUE CALULATIONS: Total Revenue from the sale of all commodity (collected in the City of Wylie) times (60%) minus total processing fees. Example; Total Revenue from the sale of commodity $243,191.37 City Share of Gross Revenue (60%) $145,914.82 Less total processing fee $131,069.49 Revenue due to the City $ 14,845.33 Current Value = $6.25 per ton. NOTES Processing fee will be adjusted annually based on DFW CPIU Pricing based on March 2008 Component%will be periodically adjusted based on plant actual results. Per ton value shall not exceed $40.00 518736-1 Wylie City Council CITY of WYLIE AGENDA REPORT Meeting Date: February 28, 2012 Item Number: 5. (City Secretary's Use Only) Department: City Manager Prepared By: Mindy Manson Account Code: N/A Date Prepared: February 24, 2012 Budgeted Amount: N/A Exhibits: 2 Subject Consider, an act upon, a Resolution No. 2012-08(R) of the City Council of the City of Wylie, Texas designating a revitalization area and economic development initiative for a residential affordable development and supporting a proposed Mariposa at Woodbridge for Senior Citizens. Recommendation Motion to approve a Resolution No. 2012-08(R) of the City Council of the City of Wylie, Texas designating a revitalization area and economic development initiative for a residential affordable development and supporting a proposed Mariposa at Woodbridge for Senior Citizens. Discussion In order to make the application for the proposed Mariposa at Woodbridge for Senior Citizens competitive for State funding, the Council is being asked to consider a Resolution that would affirm and satisfy the two categories listed below: (22) Economic Development Initiatives. (2306.127) The purpose of this item is to provide an incentive for proposed Developments located in areas that have adopted initiatives that promote economic development. An Application may quantify to receive 1 point under subparagraph (A) or (B) of this paragraph. (A) An economic development initiative adopted by the local government in which the Development Site is located, such as, but not limited to, a Tax hncrenient Financing (TIF) or Tax hncrenient Reinvestment Zone (TIRZ). Acceptable evidence will be a letter from the Appropriate Local Official certifying they have authority, stating the economic development initiative that is in place and certifying the date the initiative was adopted by the Unit of General Local Government. (B)A Designated State Enterprise Zone. (23) Community Revitalization (42(m)(1)(C)(iii)) or Historic Preservation. Applications may qualify to receive (1 point) under subparagraph (A) or (B) of this paragraph. The purpose of this scoring item is to provide an incentive for community transformation (including Qualified census Tracts) by utilizing already existing capacities and providing long-term improvements to specific geographic areas as well as preserving federal or state designated historic buildings. (A)Any Development, regardless of whether located in a Qualified Census Tract, which is part of a community revitalization plan. To qualify for these points a letter from the Appropriate Local Official must be submitted affirming that the Development is located within the specific geographic area covered by the plan, that the plan is not a Consolidated Plan or other Economic Development Plan or city-wide plan, the plan has been approved Page 1 of 2 Page 2 of 2 or adopted by ordinance, resolution, or other vote by the Governing Body with jurisdiction over the area covered by the plan (or, if such body has delegated that responsibility to another body by resolution, ordinance, or other vote, the body to which the responsibility was delegated) in a process that allows for public input and or comment. (B) The Development includes the use of an existing building that is designated as historic by a federal or state Entity and proposes Rehabilitation (including Reconstruction) or Adaptive Reuse, The Development itself must have the designation; points in this subparagraph are not available for Developments simply located within historic districts or areas that do not have a designation On the building. The Development must include the historic building. Evidence will include proof of the historic designation from the appropriate Governmental Entity. The Resolution simply establishes the 13 acres described in Exhibit A as a community revitalization and economic development zone only, and does not commit the City to any type of incentives. Approved By Initial Date Department Director MM 2-24-12 City Manager RESOLUTION NO. 2012-08(R) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF WYLIE, TEXAS DESIGNATING A REVITALIZATION AREA AND ECONOMIC DEVELOPMENT INITIATIVE FOR RESIDENTIAL AFFORDABLE DEVELOPMENT; SUPPORTING A PROPOSED MARIPOSA AT WOODBRIDGE FOR SENIOR CITIZENS; AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City of Wylie currently operates pursuant to its adopted Comprehensive Master Plan dated May 24, 2005 (the "Plan") for the purpose of providing a comprehensive plan and specific policies for directing future development in Wylie; WHEREAS, the Plan states certain Goals and Objectives, which include expanding housing types and quality, and to enhance existing and future residential neighborhoods; WHEREAS, pursuant to the Plan, the City of Wylie wishes to designate the tract described on Exhibit A hereto (the "Zone") as a community revitalization and economic development initiative zone to ensure the commercial and residential development of such tract is consistent with the Plan and, in particular, provides opportunities for affordable housing in this growth area; WHEREAS, Mariposa Woodbridge LP (the "Applicant") propose to build an affordable housing development to be known as Mariposa at Woodbridge Apartment Homes (the "Development") in the Zone, to house senior citizens whose income is at or below 60% of Area Median Income and includes some market rate units; and WHEREAS, construction of the Development in the Zone will provide construction jobs and spur additional economic development, and should be considered as part of an economic development initiative by the City of Wylie in furtherance of the Plan's Goals and Objectives; WHEREAS, the Applicant proposes to apply for financing for the Development from the Texas Department of Housing and Community Affairs; and WHEREAS, the Plan is currently in the process of being updated, however the City of Wylie anticipates that the actions taken pursuant to this resolution will remain consistent with the objectives and policies of the Plan as revised. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF WYLIE, TEXAS THAT: SECTION ONE. The City Council of the City of Wylie hereby designates the Zone shown on the map attached as Exhibit A hereto as a community revitalization and economic development zone under the Plan for the purposes of ensuring the commercial and residential development of such tract is consistent with the Plan and, in particular, provides opportunities for affordable housing in this area. SECTION TWO. This Resolution shall become effective immediately upon its passage. Resolution No. 2012-08(R) Mariposa(n)Woodbridge PASSED AND APPROVED this 28 day of February, 2012 at a Regular Meeting of the City Council of the City of Wylie, Texas. CITY OF WYLIE By: Eric Hogue, Mayor ATTEST: Carole Ehrlich, City Secretary Resolution No. 2012-08(R) Mariposa(n,Woodbridge METES AND BOUNDS 13.122 Acres (RETIREMENT TRACT) W.M. Sachse Survey, Abstract No. 835 City of Sachse, Collin County, Texas BEING a tract of land situated in the W.M. Sachse Survey, Abstract No. 835, in the City of Wylie, Collin County, Texas, and being a part of the 68.995 acre tract of land described in deed to Woodbridge North Commercial I, Ltd., recorded in Volume 5971, Page 1125 of the Deed Records of Collin County, Texas, and being more particularly described as follows: COMMENCING at a 5/8-inch iron rod with cap found in the south line of the called 0.5572 tract of land described in deed to the State of Texas for F.M. No. 544 (a 120-foot wide public right-of-way), recorded in Volume 4457, Page 2146 of the Land Records of Collin County, Texas, for the northeast corner of a called 11.176 acre tract of land described in deed to Hellen Pickard, recorded in Collin County Clerk's File Number 96- 0043722 of the Land Records of Collin County, Texas; THENCE leaving the south right-of-way line of F.M. No. 544 with the east lines of the said 11.176 acre tract and a called 5.955 acre tract of land described in deed to Harry M. Breen and Joyce E. Breen, recorded in Volume 1692, Page 0804 of the Land Records of Collin County, Texas, South 00°02'12" East, a distance of 1129.93 feet to a 5/8-inch iron rod with "KHA" cap set for corner in the east line of the 5.955 acre tract; THENCE leaving the east line of the said 5.955 acre tract and across the beforementioned 68.995 acre tract, North 89°57'48" East, a distance of 100.00 feet to a 5/8-inch iron rod with "KHA" cap set for the POINT OF BEGINNING; THENCE continuing across the said 68.995 acre tract, the following courses and distances to wit: --North 89°57'48" East, a distance of 600.00 feet to a 5/8-inch iron rod with "KHA" cap set for corner; --South 00°02'12" East, a distance of 955.95 feet to a 5/8-inch iron rod with "KHA" cap set for corner; --North 89°39'57"West, a distance of 584.71 feet to a 5/8-inch iron rod with "KHA" cap set for the beginning of a non-tangent curve to the right; --Northerly, with the curve to the right, through a central angle of 11°09'16", having a radius of 810.00 feet, and a chord bearing and distance of North 05°36'50"West, 157.44 feet, an arc distance of 157.69 feet to a 5/8-inch iron rod with "KHA" cap set in the west line of the 68.995 acre tract for the end of the curve; --North 00°02'12"West, a distance of 795.46 feet to the POINT OF BEGINNING and containing 13.122 acres of land. Bearing system on the State Plane Coordinate System, North Central Texas Zone per the City of Sachse Geodetic Survey Marker. Mariposa at Woodbridge Unit Mix 30%AMI Units 50%AMI Units 60%AMI Units Market Rate Total 1 Bedroom / 1 Bath - 768 SF 10 46 41 10 107 2 Bedroom /2 Bath - 1,090 SF 7 17 33 12 69 2 Bedroom /2 Bath - 1,200 SF - - - 4 4 Total 17 63 74 26 180 Percent of Affordable Units 11% 41% 48% Income Restrictions * 30%AMI 50%AMI 60%AMI 1 person 14,730 24,550 29,460 2 people 16,830 28,050 33,660 * Collin County Area Median Income (AMI) 70,100 Tenant Paid Rent Net of Utilities * 1BR 2BR 30%AMI Rent Level 327 387 50%AMI Rent Level 590 702 60%AMI Rent Level 721 860 Market Market Market * Tenant Pays for Electric & Gas Services * Owner pays for Water, Waste Water and Trash Service as part of Tenant's Rent. 7 it i.,'! *.,-' t:, ,,,,t,, 44- -=- r ,„ - ,4* ** p.:11' ,I1;:,1 1 t ., ' " t - I mission Statement: Toserve :th r f i e link between the itiz n thegoverning bodieso ofthe government at levels in a ± im a� manner r n tiring .rye . ti 4. City Secretary — Carole Ehrlich Assistant to the City Secretary — Jacky Casey Records Analyst — Stephanie Storm 1 i I 1 7 1 " :% 414 d. j i ' . 1 ., i , 1 5 x 4 Compile all City Council agenda packets Council started using 'Pads one year ago in lieu of receiving paper copies of the agenda packet 43,940 pages have been saved = 9 boxes of paper Council meeting minutes Attest and archive all ordinances & resolutions Post ffid vi all r meetings r s (72hrs Retain n �b *cation � a ' ' '' '''' '- - ---:-- - ----- --- - - ---- ------ - -__-•-•.•-•„1 ' ' ' ' ' ' ' ' ' '''''''""--'-'1--------'-';-----1:'----'-----------=--------'-'-----:---,--------_:---_-•:--=- -:-•--::---„,-- -„1 ------ j_I. '1--, ''--''' I -- -'--------- .-:-_-:-..:-.-„..,-„,:::,-„:„:„..:::„„„,,:.:„..„,:_.„. „„„„ „„ . .,.- ' ' : '' ' ' �� I c t Call of Election & Prepare contract for elections administration. Receive all campaign finance reports Prepare and process all candidate information : = = '- packets, p ._ etitions, sample ballots and filing ' _,„,,,,,,,,, ,,,,,,,,,,:,,,,,,„,,, ,,,,.:,,,,.::::,:::::--e.---i--_-- ;lc.i,----:: :::.--,--;----,-=-:-=,Lr*-_,=-;:,--;,--:.--,--:,„,--::;,,---,-;:---;:;::::::::,,,-,,,,,,..s., ::::: ,, -,,,- -.:,--ta--paperwork ' ' ,, --:_"-J""-z---;:::::::-:-,/:5_:,--::!_--;'(!--_---- - --,:----='--------A .-. ---_-_ ---_,:,- ..---:-:::;.----g-:-_-- --;:y-.-„:.;:,---,.:- -.--,-. .---;„., -J-:: --;:.,-;.-;„,--..„--;:-..,,-_.:::: _.,=..- --_i_- _,-_-,,,- -,--- :,-, , . .„ ,, „„,, ,,, , „, , ._. , . ., . . .„ ,„ . .,, „ . . ..„. .....,,„, , „,,,„,„. ....„,„„ :„,,.....,,„„•,....„„...,,,„....... Pp. .... ,. ,„,. .. „.,.. ,.. „., .. .. „ „.„ ..„„„.,,,,... „„,..,.. „..„„„., .,,,,,, . „„.... ., . , ,. ., , , . ,„ ,, ... , . ,,,,. ,, . ... „.., ,, ,. ., . . , , . o ' - ' ---..„ . „,_ ......... , .„_.s -�of ruts n..:.... _ , , , ,,, ,, _ _,,,,, _:,,_ , .: ,„,,,...,::. ,, ,.,. .....:, ...., ,,,:.,.,,,i.:. ,..:„,..,„:,......,. ...,.,„,,. : d oaths to newly .•,,,„_„„,„,„,„..,„„_i„.•.„...•:„„:„...,_,..„.„_,. •, ,,.,,•-.. -.- _:••----.••.-.,-,•-.• ••• ---.•-- ---,-.-„-:,;„ � l t candidates „ 4. - i,-::i.,,,.2-':-:::;„;::i4.itx:! „-..: ,?':-,,,iy:,,„',#'1: :i,'L,:„::„„,_:±:-, „:,,_)„,,„',,:::_;,,:`,:::':_ii:::: 1,,,,,,I,'-:::,f::_:::, !i,,:,: --„,,:f::::„:.',:,_ ,:::-::,-:,-,,,,,,,*::-:-::,'-': -„,,--::-,,, ,!:-,1_,:,7-:,,, ,:::!'f,::::,1,!, ,I,,,:„,::,,:',,::: :::,,:::'','::,,',„:::::,,!::::,.::::,::,:-„:::::','”: ',I: ' ,''' .-if;i_,,,,,,,,-, : :;::::::,,,,,;,,,„::::::2,1:::,;,„jii„.:,-;::;,:i„,,,,IE;;J:E:-::: :::,:'",, ,-;:-:--;:l 41 Receive and process all applications Organize and schedule all interviews with the council Interview Panel Update logs of all current and newly p- ' p int d m , , , , , i ers , i ' - , :, ,: ,_ , :: : _, : : ,, ::„, ,, ,,, H,„, , , „,„ ,„,„ „ : , , „„„„ „„ : -:: -„: :::: : Tr --- b rs ict - rt e c ' '''f ' --- ' - '" "' ----'''-----''''' :„„. „„y „,„::,„ :„„:„:„„,,,,„!.„:„„„::„, „„ „ ; .„ . „,,,,,„..„. „ ..‘,, ..„, „,,. , ,,, „„„„:„..„.., ‘ -' - - - :- - -- - ,„„ :„,,,,, : „:,„,„„,,,,„ ,, ,,_„,„„,„ _„„1:_„_„„ „,,,, , „ ,,, , „„„ . ., „,., „ , „„. o.. „ e n ( n t for flr e t nm ; -mr r oa _ ,.::.,,::::,91-_:„,-,:!----:..T-.,:iP, ,,,Ir-!_,:::11: ::::,::,:;, ,,,,,s.i:::::: ,,i - , „ , „ , r � Apply for Boards & commissions search City records such as minutes, agenda packets ordinances, and resolutions Listen to audio from City Council meetin= , . -- :,= == .. , .. _ - - , ii= :. =,- ,== .-= =, = = -- --- - 'S,„ „ , . , . , „ „ ' t p- u ' ' ' l''' - " -:: : "-- - lc in-ormAtio r _ u „„:., , ,,,„ „„,. . „ . - - --' ------1"- - mi- - - - - : --- --'--- ----- - - ' - '---- - --- - - ' --- --„„-::- - - s - - , „ „ , „ .„ , „,, , " , , „ „ „ , „ , „„ „ , , ,, , , „, : „.:::: : „, : ,, ,,, , , , „„ : „ „ , „: :, ,„ , , , ., ,, , :::.,, ,, , 4iIjiLL; .. .. . . _ ___ _ _ .. __„ _ _ _„_ _ _;„ __ ; __ ; ___ , , _ : _ f l_I 41 1 I I I _ Compliance with the state retention schedule Electronic Records software - Laserfiche - -- - _ The first document scanned was on __ ___ __ _:_ _ „.__ __ ___ __ 04/13/2005 _ , __ :_ __ _._ , _ _ _ About 5 0 have bee „ , „ „ „ _, , . , p ....", . . "," .."_ ,_, „ ,. . . . . g .,;.. , _ __,-- _ _ __ _ __, __,=_,,,___ _ _ ,,,.. , ,.. :.,,_,_.:,,:...„.._..... . .,... ...,„,„...„ ..... ..„.„,„,,„,„,,.......„,„„„,scanned -into the sum , ,,, ,_ _, _, _ ,., ,,,,:,",...„_,.,„„.„..„...„:.",r,„:,::.„,„,,,..,.:;,....„:,...:„..._.„:...,,,.,....,.,.:._....:.„.:;,_..,;„.::.„,,.,..,.„.,.„„,.:._.„_,....,.,....,..,,..,„;...,„.,,.,.,:,,,.:_:„,..,...,„:_..,.,,.„.„.,„....,„„„.,,,._.,„.;,,„„;.„..,.._,...,....,,.„,:‘,,..:,,.,,:.,,;„„..„: ;. :_::,:.,_::::::-:.,.a,:_,_ a„„.„•:.„,...ct::,:,„.........,.„„..iv....,..„.....:.,. ely„.....„.„„..,,...;,,..; u.„.„....„....:..„:,.........,;5,;..,.,„....,„. n „„.„..,.....,.,.„,„.„.....„.„.., n„..,.....„...„,..,.,.„...,„..:...„.„....,..:.,..,„.„.......,.,,_.:.,..,... ,„..E..,„,.,,„.„..: - - ..,;..,„;._ ... ..,_ _ :.„'.:.„',.:„,:„„i:„',:„,„',..',.."„:.,::,_„._:;:__:,:.,.i„.,:_,____._-i.a„-,:._,----,-,,-,i-„_ley, :.._-'p-_',::.:-._.,b._a-__--,:a--,'-.----t...: _.-_t:_-,:_,_--.m,-..._--.-„.--,e„.„.„._.„.:.„,..:„„Il.=„i..-„::..,.,t,.._,s„:„:„.:::„„:..:..„:.-,.- . .. d ..:.:..,.:..:„....t„:..-...:e-:.„:,.„.,,,.:. :=,„„ =,..,„:„ „ _ . , , , , ,, , , .. ,, ,. ..,.. , ,, :,,„„.: ,ji , i , i , , , , , , ' ---- :: : _ : r : : :,„:: ::: :::::„ „: r : : :, :, , , „ , : NT , ,,„;,,::::::: „ : : :, ; ; r ::: , :-: r: :=., ==-- :: : :: := ;-= ::::::::::: ::::::: : :=:„ : :: Em - -;-_-:-: :::: _:::::„,==:::::::::::,: ;:;,„,„=„=„, ,„„ .„,,,,.:4,,,,...: ,.. „, ,,,_ =:,„=,,,..7 . „; :=:: :::;::::::= :„ = =;„„ „-=„ -=: _ , :„,,,c_:,, :,:, , ,, ,,, „,_:,, :, ,;:,::::,„,,,,,„:,,,,r, , :, _:)::,, ::::, :„ „,,,,,, ,,,,,,,,,„:,,,, : ,:,„,::: :::,,,,,i,: :: :k.-.„-;-,,,,,,=:,:::E:-:,;::::::::::,,,,,,1 II a Responsible for submissions of all annual department inventory lists and destruction logs dates to the Records Management l� Policies manual and State schedules : -- ----- , : : - ,-- - - - - - - Assistance „ ' : - to departments fir s ':- isi -_-- -"s ' -", ' , _ :en ,, ,,„:„„ „„ „„ „„ „,, , ,„„ ,s, ,„,„„ ,„ „ „ :,:;- ---, -;, --re ' - ' _ _„„=,,ss,: ,„„s„,:_, s,„„ss, , ,,,, "„, , _ ‘ , , , ,, , , , , , , , _ tf- -- � , , , , .......-,,,,..,,,,,,.,,,,,.,,, .,.,,,,„.,,, -.,,,-,,,,,f :1 j 1 i 1 T. 1 - - : - - - :- , ' - , , , , �' City Secretary is the Public Information Officer for Records Comply with the Public Information Act and state Library and Archives Correspond with the Attorney , „_ , „ _„:::_, : ffi. ___,, , ,, : , :, General'so . e .„, ,„.„,„„ „ -„_. „.„, . .. .., .„, 7. . .„„:„,,,,, _ _, _ , c _ , „ .. . , „. .„,„ • .„: . .„. . „„ „ Information n u' - - ' - - „.,„. ,.. ,„,..„.„..„.. ,--, -- -- ----- --------- - -------- -- - ----- ---, _ y- a s •, - ----- - .. .. . _ . .. -- ---":--------i ---c--:--'"'"---'-7-'''----- --'-'"-'-----'-------•---,',-',--T,,„::T„,.„,„-:•i:,,„-::::::::::;::.:i:-„-- --_:::--:_=;:•-,:7„,--•:;-:---„, , i_•-,--,ic--•!:'-__•--,-„•:,---- -,s--_---- n • 7,„•• •„••. _•„, ,._.=_•._ .„7„,•. ,„: „:„7„ „:„•7. ,„ . _.,....„,„.,„ „.. ... ,. ... . . ..ests ,- •„,„,4„,-,:,,,,,_-, ,,,.,•„_:•„ :„„_,. .:-:„„:::::?.,„--__,-,-.r7.,_-:-„-,-„.„• c,„ - --- - ' a . _•- • ,••,_„,_ •,•_• ,_ basi ,,„ __: ,. . .. ..,„„., , , ., ,.., „ .„„ ,.„„ .„,•„ .„ .," w never. pose e — -- - - , ---- _- _ - --- -, • •_ • •, , ,, , „.„„..,. ., ... „, .,. i ' - - - , - - , . . . „,- , . „, . , , -. ., ,,1""-..1:1?;,'-'',- ,11.1:1-1",..-1.,,,..,..-„,-- Ill j„ 1r.-1 I -, -:,-..;„,,, - ,;-;„ ; ;;;;, , ,,.; ; , ; ; , ---- - ---1-'''' '-,--------1-1----------"-----T"--12.,-. ;----.1- 1„r",--1-,-..--------:--„,---;,--,-;--;i1,,,---'-,-----.--,--i.--_-_;-:;;;;,.-;.--;-;-.---„--;;;;-.-;:.;:-..-;;-,.;„.,;;;;;-,;.:-,;..;;...;_-..„..,.:.-„,,,,11----"-',-"':'---.-----1"--"----..'.--:.-:-.-'',.--,-;:-,-;..„--„-:„-„1-',":„--.I 11 4 r . certify all petitions for elections, referendums, recalls, local options and initiatives council/vendor conflict of interest forms Codifications & supplements for city of Wylie -- - Code of Ordinances Annually . „. - .. „.„,, ., . „-, . , - , - - r.:..„..,--,--,,-,,,----,,, , „,, _ . :, ,,.,.,..:::„.,. .„,...,„:„., :,„:„,....„,.., „,„ , -'----------'-------'------------------' ' - Receipt o - is in t he City Track propose.:,:e.-.':,-;.„,,,-,:--:,= :,-;.::::,,;,,-::.::::,,i-:...,:lii,,,, ,---:,--„;--,-7:::::::::::::--,---.,-;-:: ::',;.e-- ..„:::-..:-.„„ ,:::: „„,...,:„.„..„.:„„, ,,,;„:.,s,.„„ . .. ,,,..,.,:...,„.2,......, „:„,..„„;...:„...„..„.„..„. .,..;:„..„::, - ,„.„,,,T,i„..,,,„;;,,„,_,„„,,,,,,:,,;,,,,:„....„..:„.„,„,,,;..,„ - 2e -st-,k--,.--,:-,-,,------ '7 ''''''''''''''' ' ' ' st ;:::;:::ii--:----;-- -:;.--;„i:,."-----::.- ----:: :::.-,„'-:::,-;-.:„--'"--;:r-.,,-;,-,:i. ----::,;-;-,-.:;-,„,,,..--,,-",----.,-,;---„,,--,--,-,-:,:-;:, at e legislation,. , i, ant to .. ,,,,... ,... „ .,..„, ...,..,.. . „;.. ,. ag end wy. puBLI Ile C art1WHY PUBLIC ART? The Impulse to create makes us human Records our history Marks our territory Builds community Inspires thinking/questions Quo ra� • C Aft June 13 , 2OO6'3� �r ,u ed \DJ 0rd��arce CW Projects. �� r 2006 annual des‘goat\or art t Board . f\fl designated •t�Zen P031‘c Pr�\th Staff �i\� be r'member c Art Prograro • A set ees the Publ‘c oversees t • Sory aCd ACC `�v� • ' BoardMerabers Cbar� S�e�artMatttNe\Ns ,S / v`�e Chair\r Sp\\Warded i(athyGayne\\ 9ee OeeAnr Ross Harms �eya 1\rv% keno)( Sus ' SpurOn . d by • CC • • a Set of byla\Ns Coun6 . Establ\sb 5 �o the ctI artist dat�on Plan;rr�,men Gu�deUres rn\ss‘On and rep° Arts. Make aPub��� process; �a ntenance an h ô thr�cg or lures works; and r� sereof ar Oaceroent f art�ork remo�a� Orks Se\ 0r ‘rt5 an PC.t'Ast o INSt e40?ifdi app acts °n tie . P03\'‘C and a CO1 '�'�ee d re\Ae e pSC coun�\\ iof eioarv\is o{ goes �o City . S303V‘c cst endat�Ors t g �e��mmts and COB\ a� V.‘ ire . GontCa� ,�ova\ a and Ba i\v13\ pP Ct ‘s ‘ntegatta\oged . ?03\\C aft INSt Co\\ect'exon �Ny��e rn�``�'t�es • �e�t•�°r Ca . � P►Ct�st SQ C� Board � 'P �t�on . o� ubUc • P . CO1' � me,mber th aCd Aerobet Onake�o�deCs , 8 mUr�ty \eade backg,�ounds St eats ' tom doe des‘go often SeCv e as ReS�d �`th art. an � a��h�te�t �h°Se anager and • Pfoject `o ,me'mbefs a)-O��� ry a . . •• artists;des fro' ` \nterested �o Sol\c‘t a image S\ ‘nterv\e\N or . Rev\e\N f°r. Select i\nal\sts rev\evN i"Ina\ proposal andl °rt. Condu�� \nterv‘evqs o the Publ‘c Pr • proposals mendat�on t Make re�om Board PINS))) • er •` d Cyr°Ges§ fabrication Ct9 Installation Nrt .�-.� Council Artist Public 5ele '°'1 �Committee 'Board Installed CI P Projects r nv �} Fire Station #3 a x � � • "100 YEARS — A VISUAL HISTORY • Montage 48/61 ., • • Artists - Larry Enge and u� t1 Charlotte Lindsey I ---- r . Artist Bud et - $30,400 g Installed CIP Projects ,,...., ,,. Founder's Park • "CATCH,/ " n k Artist — Madeline Wiener d • Artist Budget - $40,000 p 1 ex 0 m • e a i C unicip „;T=R. "Some - Gillman Real" • Artist — Steve Gillman w Artist Bud et $200,000 S ""Y 3 h -- -- _ 't" yY'— LY�vP� a'C 1saYrb �Z .4,-,.--'i-';..vg..-'.'r.,i,,,. ,:,;;.:::::.,-,...,i,!.;:i-,i:!::::pi:mi!.-,-:!- iii u i+ #"» I rem ' .aa . mod'^ . ,,-4:,..:!,-;(4::: ::,,:, -.,-"':!!'"':4-1::C''; --- ' --"Xx:%.41i._ _3,t1E4427. y 0 complex unicipa "Voices of Wylie" • • Artists Po Shu Wang anLouiseBertelsen • A•rtist Budget $90,000 Com plex unicipal .. . . "Teatro XIX" „ „. . . . t. 4 • Artist — Herk van i Tongeren • Donation Value $500,000 ffi park Mural Olde Ot park �heduled Cornrnunit • March Call s Deadline 3-23- • Call for Artist 2p12 • Artist Budget $15,0p0 • Artist Budget $30,000 • • 2005 Bond CIP Thoroughfares ‘, ` th • 4 Annual Wylie Arts \J . Festival • 2013 Summer Arts T I- : )- Festival Event-Municipal Complex �; F r • Temporary Art Displays ART_ CRAFTS . MUSIC - F --- $ TREE LIORiTING • Art Demos • Student Art Displays