Loading...
HomeMy WebLinkAboutContract 47300 m � yp t4 CITY < ,v,. w. 40 , r Developer and Project Information Cover Sheet: Developer Company Name: Pulte Homes of Texas L.P. Address, State,Zip Code: 4800 Regent Blvd Suite 100 Phone &Email: 972-304-2800, clint.vincent @pultegroup.com Authorized Signatory, Title: Clint Vincent,Division Vice President Land Development Project Name and Brief West Fork Ranch Phase 9B Description: Project Location: Northeast of Horseman Road&Bailey-Boswell Intersection Plat Case Number: FP-015-023 Plat Name: Parr Trust Mapsco: 35N Council District: 2 City Project Number: 02608 CFA Number: 2015-086 DOE Number: 7466 To be completed by staff Received by: r" ,e , Date: i is City of Fort Worth,Texas old�l�f l �WQONRU �i Standard Community Facilities Agreement ] "��" M�t� j@ CFA Official Release Date: 07.30.2015 ,,. Page 1 of 11 1 STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary qeNvo, COUNTY OF TARRANT § Contract No. WHEREAS, Pulte Homes of Texas, L.P., ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as West Fork Ranch Phase 9B ("Project") within the City or the extraterritorial jurisdiction of Fort Worth, Texas ("City"); and WHEREAS, the City has no obligation to participate in the cost of the Improvements or Project; and WHEREAS, any future City participation in this CFA is subject to the availability of City funds and approval by the Fort Worth City Council and shall be memorialized as an amendment to this Agreement; and WHEREAS, the Developer and the City desire to enter into this Community Facilities Agreement ("CFA" or "Agreement") in connection with the collective Improvements for the Project. NOW, THEREFORE, for and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: General Requirements A. The Policy for the Installation of Community Facilities ("Policy") dated March 2001, approved by the City Council of the City of Fort Worth, as amended, is hereby incorporated into this Agreement as if copied herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. B. Developer shall provide financial security in conformance with paragraph 6, Section II, of the Policy and recognizes that there shall be no reduction in the collateral until the Project has been completed and the City has officially accepted the Improvements. Developer further acknowledges that said acceptance process requires the Developer's contractor(s) City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 2 of 11 to submit a signed affidavit of bills paid and consent of Surety signed by its surety to ensure the contractor has paid any sub-contractor(s) and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full by Developer for all the services provided under this contract. C. Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City-approved construction plans, specifications and cost estimates provided for the Project and the exhibits attached hereto. D. The following checked exhibits describe the Improvements and are incorporated herein: Water (A) ®, Sewer (A-1) M, (B) ®, Storm Drain (B-1) ®, Street Lights & Signs (C) F. E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section II, paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section II, of the Policy. Developer shall ensure its contractor(s)pays the then-current City-established wage rates. F. For all Improvements included in this Agreement for which the Developer awards construction contract(s), Developer agrees to the following: i. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to meet City's requirements for being prequalified, insured, licensed and bonded to do work in public ways and/or prequalified to perform water/wastewater construction as the case may be. ii. To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent (100%) of the contract price of the infrastructure, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the infrastructure for a period of two (2) years from the date of final acceptance insuring the maintenance and repair of the constructed infrastructure during the term of the City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 3 of 11 maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253, Texas Government Code. iii. To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent (100%) of the contract price of the infrastructure, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the infrastructure for a period of two (2) years from the date of final acceptance insuring the maintenance and repair of the constructed infrastructure during the term of the maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253, Texas Government Code. iv. To require its contractor to give 48 hours advance notice of intent to commence construction to the City's Construction Services Division so that City inspection personnel will be available; to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces, to not install or relocate any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. V. To require its contractor to have fully executed contract documents submitted to the City in order to schedule a Pre-Construction Meeting. The submittal should occur no less than 10 working days prior to the desired date of the meeting. No construction will commence without a City-issued Notice to Proceed to the Developer's contractor. vi. To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement, if any, until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. G. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the improvements under this Agreement. H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the Improvements required herein. City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 4 of 11 I. City shall not be responsible for payment of any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. J. Developer hereby releases and agrees to indemnify, defend and hold the City harmless for any inadequacies in the preliminary plans, specifications and cost estimates supplied by the Developer for this Agreement. K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer and required for the construction of the current and future improvements provided for by this Agreement. L. The Developer further covenants and agrees to, and by these presents does hereby, fully indemnify, hold harmless and defend the City, its officers, agents and employees from all suits, actions or claims of any character, whether real or asserted, brought for or on account of any injuries or damages sustained by any persons (including death) or to any property, resulting from or in connection with the construction, design, performance or completion of any work to be performed by said Developer, its contractors, subcontractors, officers, agents or employees, or in consequence of any failure to properly safeguard the work, or on account of any act, intentional or otherwise, neglect or misconduct of said Developer, its contractors, sub-contractors, officers, agents or employees, whether or not such injuries, death or damag-es are caused, in whole or in part, by the alle,-ed ne,-Ukence of the City of Fort Worth, its officers, servants, or employees. M. Developer will further require its contractors to indemnify, defend and hold harmless the City, its officers, agents and employees from and against any and all claims, suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from, or in any way connected with, the construction of the infrastructure contemplated herein, whether or not such injuries, death or damages are caused, in whole or in part, by the alleged nezlikence of the City of Fort Worth, its officers, servants, or employees. Further, Developer will require its contractors to indemnify, and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 5 of 11 construct the improvements in a good and workmanlike manner, free from defects, in conformance with the Policy, and in accordance with all plans and specifications. N. Upon completion of all work associated with the construction of the Improvements, Developer will assign to the City a non-exclusive right to enforce the contracts entered into by the Developer with its contractor along with an assignment of all warranties given by the contractor, whether express or implied. Further, Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. O. Inspection and material testing fees are required as follows: i. Developer shall pay in cash water and wastewater inspection fees and material testing fees equal to two percent (2%) for a total of 4% of the developer's share of the total construction cost as stated in the construction contract. ii. Developer shall pay in cash paving and storm drain inspection fees equal to four percent (4%) and material testing fees equal to two percent (2%) for a total of 6% of the developer's share of the total construction cost as stated in the construction contract. iii. Developer shall pay in cash the total cost of streetlights or if the city is not installing the streetlights, inspection fees equal to four percent (4%) of the developer's share of the streetlight construction cost as stated in the construction contract. iv. Developer shall pay in cash the total cost of street signs. P. COMPLETION WITHIN 2 YEARS i. Developer shall complete the Improvements within two (2) years, provided, however, if construction of the Improvements has started within the two year period, the developer may request that the CFA be extended for one additional year. ii. Nothing contained herein is intended to limit the Developer's obligations under the Policy, this Agreement, its financial guarantee, its agreement with its contractor or other related agreements. iii. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the construction of the Improvements if at City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 6 of 11 the end of two (2) years from the date of this Agreement (and any extension period) the Improvements have not been completed and accepted. iv. The City may utilize the Developer's financial guarantee to cause the completion of the construction of the Improvements or to cause the payment of costs for construction of same before the expiration of two (2) years if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction, the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 7 of 11 Cost Summary Sheet Project Name: West Fork Ranch Phase 9B CFA No.: 2015-086 DOE No.: 7466 An Engineer's Estimate of Probable Cost is acceptable. However, the construction contract price will ultimately determine the amount of CFA fees and financial guarantee. The bid price and any additional CFA payments will be required prior to scheduling a pre-construction meeting. An itemized estimate corresponding to each project-specific exhibit is required to support the following information. Items Developer's Cost A. Water and Sewer Construction 1. Water Construction $ 226,113.00 2.Sewer Construction $ 340,935.40 Water and Sewer Construction Total $ 567,048.40 B. TPW Construction 1.Street $ 720,20115 2.Storm Drain $ 193,490.30 3.Street Lights Installed by Developer $ 93,448.00 4. Signals $ - TPW Construction Cost Total $ 1,007,141.45 Total Construction Cost(excluding the fees): $ 1,574,189.85 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 11,340.97 D. Water/Sewer Material Testing Fee(2%) $ 11,340.97 Sub-Total for Water Construction Fees $ 22,681.94 E. TPW Inspection Fee(4%) $ 36,547.74 F. TPW Material Testing(2%) $ 18,273.87 G. Street Light Inspsection Cost $ 3,737.92 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ 2,450.00 Sub-Total for TPW Construction Fees $ 61,009.53 Total Construction Fees: $ 83,691.46 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 1,574,189.85 x Completion Agreement=100%/Holds Plat $ 1,574,189.85 Cash Escrow Water/Sanitary Sewer=125% $ 708,810.50 Cash Escrow Paving/Storm Drain=125% $ 1,258,926.81 Letter of Credit=125%w/2 r expiration period 1 $ 1,967,737.31 City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 8 of 11 ACCORDINGLY, the City of Fort Worth and Developer have each caused this instrument to be executed in quadruplicate in each entity's respective name by its duly authorized signatories effective as of the date executed by the City's City Manager or his/her designee. CITY OF FORT WORTH DEVELOPER Pulte Homes of Texas,L.P. Jesus J. Chapa 4. e " Assistant City Manager Name: Clint Vincent / Title: Division Vice President Land Date: ( / r Development Recommended by: Date: ATTEST: (Only if required by Developer) µ Iiv Wendy Ch',Babulal, EMBA, P.E. Development Engineering Manager Water Department Signature Name: Douglas . Wiersig, P.E. Director s,, Transportation &Public Works Department OPhm�.... d Approved as to Form &Legality: 8 ATTEST: w Douglas W. Black Assistant City Attorney Mary J. Kayser City Secretary M&C No. 1Z Date: City of Fort Worth,Texas OF I I OL R 1"ORI,"a Standard Community Facilities Agreement CITY CFA Official Release Date: 07.30.2015 Page 9 of 11r � � Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment Attachment 1 -Changes to Standard Community Facilities Agreement Location Map Exhibit A: Water Improvments Water Cost Estimate Exhibit A-1: Sewer Improvements F Sewer Cost Estimate Exhibit B: Paving Improvements Paving Cost Estimate Exhibit 13-1: Storm Drain Improvements Storm Drain Cost Estimate Exhibit C: Street Lights and Signs Improvements FA Street Lights and Signs Cost Estimate (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 02608 None City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 11 of 11 ------------------------------------------------------------------------------------------------------- Z - w o O 04M oo O ° W� �w J W ; a� ww J Y�Wo Y LO CL co - - - - - - -- - - - c`i - � (n J W i > m W M W LL 00 ' m / Z W ww�v N 1J / / U C/) w N 00 W � 00 �o) ' I ------ -- — --- -- -- -- -- —, z Z v — / - --- - -- -- - -- / / W z O �( In F- I I..I.J i 2�dft)NINMOa -M 113802J i �i-��--------- - - -, ------- -�- --------------- i U r e� I m J I Q J O 0 llWll l.11o MVNIJVS a LL c> MM� N �\ 'O W U) 0 y w m W w W w m 0 w J �Z o 0 Z ------------------------------- ---------------------------------------------------------------------------------- 00 w M < � Q ZI— W Z : > 'T LO CC) 57< O = Ly we00 W o _j o�F-I- >Q� W YN-jW -i g =Tl -- - - -- e I�QN .m I ww ( Yd _ r— nr hr --j _ - jv!nrvd �� - - - Virus -- --� � - o &-------- 0 T CL OZ LU 31b lyd 9 L U W W Fx- CY) W G c �ox / O Ll.l �N® Fp .,C° e _ w W LJ.. I_-' m th ` U) U- a LL LJJ rY� z i i w 6 a ;y �- o°ro - Z Q xl ! W ! W w w O = w —_- 3; 5 1 ms`s a a > �- Z F" w J W W W Z U� w Asa _ -9 6 W Z �N Q Q �' Q Q J W w --g j o J� ZW* C� � IL = W w C��� �w ~QW ° w 0 W Q O F—W s I k ZW* wU)- U)�O Z W Q w CO CO w w QE— Sw- F-QW ~ON � a O o _ WoOo 0O O�o w a-X w N W oo Of Of � �Z LlJ X X Q X �Op a- w d W d d W WQO Q w M -i I I 1 1 ~M C) I I I W U) g 1 ' 1 LXL I I I o (7 ------------- -------------------------------------------------------------------------------- ...................... co o w w rl- (.9 w r- w z it LLI w U) W Ljj 06 U) Z C'4 LU - ° o 0 3: b 6 z w 's w wu)o 00 C) , > w U) C� r-r-m-�r r-r Wow r--(D tM (nWIY 0 ., wW � C) Z< -1 'o tz'i eo Lu y(J)_j W ---------- <OW CL -1 z F- C) wo U)— z U) Ln <w U)-J w Z U) A, T w U);o lh W T---I CL �- A ir _j Of O<Z T CL U)U) w W-j -J z-j -4- J J, -J U) 0 s Z w W Ci -j'.--I > 'co) IN'0, e'ZAVbWMnrrdN. e -j C) vi w LL -T- fVd 1 00 �q > A LLJ 0 Z-xc� ——------------ -4 (f) w of,ZN LLI + - -I CP - I H 2 ui 00 3: o L w 1> CIL, III's Ilk Al I T C'4 w rQv W 1 0") woo U) r U) LL w Z U- - m �, ° 2 `°yam 0 0 o < � CO (1) 0�2 w w UJ LL D- o z z U) w A o LL. W 0� w A 0 LU w -i F- uj w IL GV( w w w w 0 0 > w w w w U)U) 0 0 U) Ell vdl� w CL a_ M.7 0 0 X C> w < C) Cl) < C) (A C) LU ---------------- ------------------------------------------------ .... -----—----—-- ----------------------------------------- Z » W p O e > V M L V Cl) r co r � OJ W ,9 » W�—h �_ Q. YCO Z Lo --� . C- o¢ _ 31bNt�d e, YYY,,, LU Of y" �aoy \�q �` ,) 0-0 a,! 0- M I G„ SD oc/ m�o- / ® / / 6 p J J c0 a °.r }/' / �yv�� ® W LL Lu O z°XN CD oar W 0 CO k v r Z LLI ovo21 i�— m--- w a 1 I_� j E 6CY) W a o� -- , yaw W a-- T w�w � (n z N W � Q "y n _ W W 0- (.L } O W U w > 2 W W 4 --; p T W Q O IL z w �- �- m Z N W m m co w CD W L J -i Q � m Q a icy a) co Q Q U o m U) U W o 0 --- ------.............- -------- -------------- ----------------------------------- ------------------- .......... NWJ W Z w o 2Z > vM dF-Z 0 ! R NM W<= �00�(O t—wU I O 9 WWxr oE=dw i ��ae��ao� P p �tl„� 9 -- n19 8 � wO LLI WOW e' ae�i�n� a iaMae� -wP e�1—if — ---i i— cr 3 b lid • 9 1 g }}h �8 f J <U i a�, / w C F9 o 0 W��B A4�r 4 3��9dy0 ®.® // /�\ , i ���j' O Zo°�N N /<V ♦o a-� f w w FX-o d c11Z. J - UaC i2 '�5a \ Q (n W��a> uj W D O w O v Z L _ eat �a b = �s�� ®X\// �j = �ry z = god za wmm Z �m `� J Z Q ❑ F— W \/ j � i ^°°w 6 1 z 2 Q Q Oct S�• (n S wa�rczti L z z z w O LL 0 ❑ a LO �k a ❑ z ❑ ❑ J a N tL p c) O U) W O p O O z W i— H I— O w w i I fA CO CO U h a w ❑ ❑w O W w 0 ❑w C w z (n U) U) U) to Q J J ; ate- w a- a a 0- m w M < .Q U l i m gyp= — O i = i5 a I i W 0 n --—----------------------------------------------------------------------------------------------------------..------ Z W O ° ' M ? N M F ° 1 00x 0 O W— T LU wo rn 4. d o ( T- a — — iL UJ ° M I< W m o°n°o W C/) W W F o LLI U) CL V OD 4)a ®\ / i.J.J ol _ rya �•a T � ` r_, a�6 Sa� KF --v—�bRStA�7v361u CY) W —y N LLa LO e � � N J --- m H m J W w io � J W N U) w W ❑ ❑ LLJ w co F- w ate. E— p U) w fY X Cl) CL w C) _ o = Z = • o W a --------------""..------"----"----------------------------------"-------------"" " Z � w Q > M LO L ? N r O OD 6 I e e ! m I O WLll � _ Y`n-i z LO 4lwA --- --- -L2, S ��i- a° � _ m4 e AtiM ®° a" i / �> / �° f�$ _5 > `ho X41 i� i 6// W mo�°n°o r ems® D' �m �,Yd Q w w—M a, e cn?r o 0)> W 0 o Llull A a o W F__77 (?sq � r W ! m5 f^4 V ! 9w a g ! m g ! Z LL m w yN.nN n UV°_,4 3 z rz N Q � W 0 o- d ! - ° W z Q �— N `) H W in i W W W W o w ¢ W U) Z cr- Z w W w W w J W 0 l� d U) M � U) w d w ~ � 0 0 elf W o � P E L O T O N CFA ESTIMATE FOR: PARR TRUST ADDITION LAND SOLUTIONS WEST FORK RANCH PHASE 913 5751 KROGER DR.STE.185 1 KELLER,TX 76244 1 817.562.3350 10/7/2015 EXHIBIT A-WATER IMPROVEMENTS ITEM# DESCRIPTION UNIT QTY UNIT PRICE TOTAL 3311.0261 8"PVC Water Pipe LF 5,030 19.20 96,576.00 3312.3003 8"Gate Valve EA 17 1,220.00 20,740.00 3312.0117 Connection to Existing 4"-12"Water Main EA 3 820.00 2,460.00 3312.0001 Fire Hydrant EA 5 3,410.00 17,050.00 3312.2003 1"Water Service EA 93 720.00 66,960.00 3312.2203 2"Water Service EA 4 1,640.00 6,560.00 3305.0109 Trench Safety LF 5,030 0.10 503.00 3311.0001 Ductile Iron Water Fittings w/Restraint TN 3.08 3,300.00 10,164.00 3305.0003 8"Waterline Lowerinq EA 1 3 1 1,700.00 1 5,100.00 TOTAL WATER $226,113.00 EXHIBIT Al -SANITARY SEWER IMPROVEMENTS ITEM# DESCRIPTION UNIT QTY UNIT PRICE TOTAL 3331.4115 8"Sewer Pipe LF 4,642 25.00 116,050.00 3331.4116 8"Sewer Pipe,CSS Backfill LF 320 38.00 12,160.00 3331.4201 10"Sewer Pipe LF 954 27.00 25,758.00 3331.4202 10"Sewer Pipe,CSS Backfill LF 120 42.00 5,040.00 3331.3101 4"Sewer Service EA 138 560.00 77,280.00 3339.1001 4'Manhole VF 26 2,300.00 59,800.00 3339.1002 4'Drop Manhole EA 2 2,800.00 5,600.00 3301.0101 Manhole Vacuum Testing EA 28 110.00 3,080.00 3305.0109 Trench Safety LF 6,036 1.00 6,036.00 3301.0002 Post-CCTV Inspection LF 6,036 1.40 8,450.40 3339.0001 Epoxy Manhole Liner LF 33.3 190.00 6,327.00 3339.1003 4'Extra Depth Manhole LF 66.4 110.00 7,304.00 3305.0116 Concrete Encasement for Utility Pipes LF 40 120.00 4,800.00 3305.0113 lTrench Water Stops I LF 1 13 1 250.00 1 3,250.00 TOTAL SANITARY SEWER $340,935.40 WFR_PH9B_CFA_20150911.xls,Ph9B 1 of 3 10/19/2015 P E L O T O N CFA ESTIMATE FOR: PARR TRUST ADDITION LAND SOLUTIONS WEST FORK RANCH PHASE 913 5751 KROGER DR.STE.185 1 KELLER,TX 76244 1 817.562.3350 10/7/2015 EXHIBIT B- PAVING IMPROVEMENTS ITEM# DESCRIPTION UNIT QTY UNIT PRICE TOTAL 3213.0101 6"Conc Pvmt SY 17,585 32.95 579,425.75 3211.0501 6"Lime Treatment SY 19,343 2.45 47,390.35 3211.0400 Hydrated Lime TN 348 150.00 52,200.00 3213.0501 Barrier Free Ramp,Type R-1 EA 20 1,850.00 37,000.00 0241.1300 Remove Conc Curb&Gutter LF 19 10.00 190.00 3217.2103 REFL Raised Marker TY II-A-A EA 391 2.55 997.05 3471.0003 Traffic Control Details EA 2 1,500.00 3,000.00 TOTAL PAVING $720,203.15 EXHIBIT 131-STORM DRAIN IMPROVEMENTS ITEM# DESCRIPTION UNIT QTY UNIT PRICE TOTAL 3341.0201 21"RCP,Class III LF 224 42.00 9,408.00 3341.0205 24"RCP,Class III LF 747 47.00 35,109.00 3341.0208 27"RCP,Class III LF 747 54.00 40,338.00 3341.0305 33"RCP,Class III LF 34 73.00 2,482.00 3349.3003 24"Straight Headwall,1 pipe LF 3 2,000.00 6,000.00 3349.3006 33"Straight Headwall,1 pipe LF 1 2,400.00 2,400.00 3349.5001 10'Curb Inlet LF 12 3,400.00 40,800.00 3137.0101 Concrete Riprap LF 146 64.50 9,417.00 3349.0001 4'Storm Junction Box LF 3 3,800.00 11,400.00 3123.0101 Unclassified Excavation by Plan LF 11,074 2.15 23,809.10 3305.0109 Trench Safety EA 1,752 0.50 876.00 3292.0400 Seeding,Hydromulch SY 8,424 0.30 2,527.20 3291.0100 Topsoil CY 4,212 2.00 8,424.00 3305.0112 1 Concrete Collar I SY 1 2 1 250.00 1 500.00 TOTAL STORM DRAIN $193,490.30 wFR_PH9B_CFA_20150911.z15, Ph9B 2 of 3 10/19/2015 P E L O T O N CFA ESTIMATE FOR: PARR TRUST ADDITION LAND SOLUTIONS WEST FORK RANCH PHASE 9B 5751 KROGER DR.STE,185 1 KELLER,TX 76244 1 817.562.3350 10/7/2015 EXHIBIT C -STREET LIGHTING IMPROVEMENTS DESCRIPTION UNIT CITY UNIT PRICE TOTAL 3441.3002 Rd iilum AssmblyTY 8,11,D-25 and D-30 EA 24 2,160.00 51,840.00 3441.3301 Rdwy Ilium Foundation TY 1,2,and 4 EA 24 1,070.00 25,680.00 3441.3401 6-6-6 Triplex Alum Elec Conductor LF 1,760 2.00 3,520.00 2605.3001 1 1/4"CONDT PVC SCH 80(T) LF 11760 7.05 12,408.00 TOTAL STREET LIGHTS $93,448.00 EXHIBIT Cl -STREET SIGNS DESCRIPTION UNIT I CITY I UNIT PRICE TOTAL 3441.4006 1 Install Alum Sign Ground Mount I EA 1 101 245.00 1 2,450.00 TOTAL STREET SIGNS $2,450.00 WFR_PH9B_CFA_20150911.xk, Ph9B 3 of 10/19/2015