Loading...
HomeMy WebLinkAboutContract 47397 P ����p�� STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. qq �q WHEREAS, the undersigned Developer ("Developer") desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements")related to a project generally described as Bucees Blvd,Pilgrim Drive& Outlet Blvd. ("Project")within the City of Fort Worth, Texas ("City"); and WHEREAS, the City has no obligation to participate in the cost of the Improvements or Project; and WHEREAS,any future City participation in this CFA is subj ect to the availability of City funds and approval by the Fort Worth City Council and shall be memorialized as an amendment to this Agreement; and WHEREAS, the Developer and the City desire to enter into this Community Facilities Agreement ("CFA" or"Agreement") in connection with the Improvements and the Project. NOW, THEREFORE, for and in consideration of the covenants and conditions contained herein,the City and the Developer do hereby agree as follows: General Requirements A. The Policy for the Installation of Community Facilities ("Policy") dated March 2001, approved by the City Council of the City of Fort Worth, as amended, is hereby incorporated into this Agreement as if copied herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. B. Developer shall provide financial security in conformance with paragraph 6, Section II,of the Policy and recognizes that there shall be no reduction in the collateral until the Project has been completed and the City has officially accepted the Improvements. Developer acknowledges that the said acceptance process requires the Developer's contractor(s) to submit an affidavit of bills paid signed by its contractor and consent of surety_ signed-by its City of Fort Worth,Texas OFFICIAL RECj Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 CITY SECRET Page 2 of 11 FT.WORTi'1, surety to ensure the contractor has paid any sub-contractors and suppliers in full. Additionally, the contractor must also provide in writing that the contractor has been paid in full by Developer for all the services provided under their contract. C. Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City-approved construction plans, specifications and cost estimates provided for the Project and the exhibits attached hereto. D. The following checked exhibits describe the Improvements and are incorporated herein: Water (A) F Sewer (A-1) ® Paving (B) M, Storm Drain (B-1) 24Street Lights & Signs (C) M. E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section II,paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section II, of the Policy. F. For all Improvements included in this Agreement for which the Developer awards construction contract(s), Developer agrees to the following: i. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to meet City's requirements for being prequalified,insured, licensed and bonded to do work in public streets and/or to perform water/waste water construction as the case may be. ii. To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent (100%) of the contract price of the Improvements,and a maintenance bond in the name of the City for one hundred percent(100%)of the contract price of the Improvements valid for a period of two(2)years 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. iii. To require the contractor(s) it hires to perform the construction work contemplated herein to provide insurance equal to or in excess of the amounts required by the City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 3 of 11 City's standard specifications and contract documents for developer-awarded infrastructure construction contracts. The City shall be named as additional insured on all insurance required by said documents and same will be evidenced on the Certificate of Insurance (ACORD or other state-approved form) supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give at least 48 hours' advance notice of intent to commence construction to the City's Construction Services Division so that City inspection personnel will be available; to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces,to not install or relocate any sanitary sewer,storm drain,or water pipe unless a responsible City inspector is present and gives his consent to proceed,and to make such laboratory tests of materials being used as may be required by the City. V. To require its contractor to have fully executed contract documents submitted to the City in order to schedule a Pre-Construction Meeting. The submittal should occur no less than 10 working days prior to the desired date of the meeting. No construction will commence without a City-issued Notice to Proceed to the Developer's contractor. vi. To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. G. Developer shall provide, at its expense, all engineering drawings and documents necessary to construct the improvements under this Agreement. H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the Improvements contemplated herein. I. City shall not be responsible for any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. J. Developer hereby releases and agrees to indemnify, defend and hold the City harmless for any inadequacies in the preliminary plans, specifications and cost estimates supplied by the Developer for this Agreement. City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 4 of 11 K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer and required for the construction of the current and future improvements provided for by this Agreement. L. The Developer further covenants and agrees to, and by these presents does hereby,fully indemnify, hold harmless and defend the City, its officers, agents and employees from all suits, actions or claims of any character,whether real or asserted, brought for or on account of any injuries or damages sustained by any persons(including death) or to any property,resulting from or in connection with the construction,design,performance or completion of any work to be performed by said Developer, his contractors, subcontractors, officers, agents or employees, or in consequence of any failure to properly safeguard the work, or on account of any act,intentional or otherwise,neglect or misconduct of said DEVELOPER, his contractors, sub-contractors, officers, agents or employees,whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its 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 iniuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers,servants, or employees. Further, Developer will require its contractors to indemnify, and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and construct the improvements in a good and workmanlike manner, free from defects, in conformance with the Policy, and in accordance with all plans and specifications. N. Upon completion of all work associated with the construction of the Improvements,Developer will assign to the City a non-exclusive right to enforce the contracts entered into by the Developer with its contractor along with an assignment of all warranties given by the contractor, whether express or implied. Further, Developer agrees that all contracts with any City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 5 of 11 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 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 City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 6 of 11 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: Bucees Blvd, Pilgrim Drive, &Outlet Blvd CFA No.: 2015-071 DOE No.: 7467 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 $ 251,180.26 2.Sewer Construction $ 188,569.25 Water and Sewer Construction Total $ 439,749.51 B. TPW Construction 1.Street $ 1,057,554.66 2.Storm Drain $ 2,967,487.12 3.Street Lights Installed by Developer $ 230,703.00 4. Signals TPW Construction Cost Total $ 4,255,744.78 Total Construction Cost(excluding the fees): $ 4,695,494.29 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 8,794.99 D. Water/Sewer Material Testing Fee(2%) $ 8,794.99 Sub-Total for Water Construction Fees $ 17,589.98 E. TPW Inspection Fee(4%) $ 161,001.67 F. TPW Material Testing(2%) $ 80,500.84 G. Street Light Inspsection Cost $ 9,228.12 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ 4,000.00 Sub-Total for TPW Construction Fees $ 254,730.63 Total Construction Fees: $ 272,320.61 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 4,695,494.29 Completion Agreement=100%/Holds Plat $ 4,695,494.29 Cash Escrow Water/Sanitary Sewer=125% $ 549,686.89 x Cash Escrow Paving/Storm Drain=125% $ 5,319,680.98 x Letter of Credit=125%w/2yr expiration period $ 5,869,367.86 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 Roanoke 35/114 Partners L.P. By: Roanoke 35/115 Genpar,LLC its general partner Jesus J. ChapaG -(r' Assistant City Manager Date: t1411116 Name: William V Boecker Title: Manager Recommended by: ll S'e fr Date: ATTEST: (Only if required by Developer) Wendy Chi- abulal, EMBA, P.E. Developmerk Engineering Manager Water Department Signature Name: 4v,''D6ug as W. Wiersig, P.E. roigo, Director © A Transportation& Public Works Department g , Approved as to Form &Legality: % 008 ATTEST: Douglas W. Black Assistant City Attorney y J. Kayser M&C No. City Secretary Date: LOFFICIALRECj RETCity of Fort Worth,Texas TH, Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 9 of 11 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 I Water Cost Estimate Exhibit A-1: Sewer Improvements Sewer Cost Estimate Exhibit B: Paving Improvements Paving Cost Estimate Exhibit B-1: Storm Drain Improvements Storm Drain Cost Estimate ® Exhibit C: Street Lights and Signs Improvements 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. 02589 None. City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 11 of 11 yt� r ( r`C— of e ili • -5t .d a PROECT LOCATION I 0 1000 2000 1 a=1000' CHAMPIONS CIRCLE BURY BUCEES BLVD, PILGRIM DR. & OUTLET BLVD. 777 Main StreeC Sune 600 FT. WORTH TEXAS VICINITY MAP Fort Mrd,.Texas 76102 Te1L(817)8878104 Fax(817)881-8001 TBPE p F-1048 TBPLS A F-10107502 Capynght©2015 DATE 07-06-tot5 1 Scup: V-10W DMVM BY- ANnL F:\wo*W4\W003\EM8M\W—. PROECT Na Rm09284-30003 Z d' -j C) f w Z z z rI, w w H X `n W �Na mea I cD 0 w w W Ld �I ��oo g� I Z Z O O W ow I O O Fz q rod' ��� II X x CL a- \\\ LA< II ooh Zoe iii w w w d e \\\ II w�� N i 3 zz rr < I Lj uj uj N I w 2 l I I w r` w S \ \\\ I l l Pil O W Z i \\ \\ \\\ I L I ll l > 1 O rL if m cc w i 1 i CO0 = a a Q O W120 rn i 1000 i I z $0.. \ 1 l W Z= F l \ I I I m xLu zz \\\\ XQVo,b \ \ ti `CA ' iiil III \\ YOB gY# ,3 III I \\ w \ 01�a 00 5< 3 e wa z / o / �'.J A w O / �'/' / I w z x OCOO Ld LLJ a Q a a m \ e r w ww p \\ \ /\ \� ,5 i Ir Z as 3 � Lu (1) O \\\ /> �J \ e II w =3 0 II Flo Z�W II ! 0 � � o o a= 1 -f I I c, c, W i \\ Nia 11 yai I I W Z Z cn fn �N� zoll WH3ia II i ' J 1 F dd \ \ a max q n� II ( 00 N `\\ 3 w3a II 3 III I i W W Cl. s Q \ Im II II \\ II II I NN m 3O LU /// �/// \\ I 1•�� ,i i i l V r i'��/�Q• \V A I � 1 �� i i i I I i -- •� \\ I I I I I 13 W ~' S SLI O ; MI '_zo JWX O d iC7o CIO Q 3 w I 1 i i o O Z Cf \ \ < \ �, IWN a ¢ 0 J i \\ I 3m W CO , \ \ -- --------- ---- I I I m co Q e \ I I II I I V S li Ill I I 11 I ka I 1 , aS mm �3m"` 1 / I EX. ss LL'u) ' � // //�/////��\ \\ q � \ •, i i �� it ��� � 111 00 �w \ wa I F- P= �t Z Z FZ d \\\ w0 W¢ p w \ ou I I Z z 0 II XQ Xa II Fn ci \ z I I h II J LIA O Z J Off W I I I I I z (> W ,I o ill i W z V Q O co a � \ \ \ � I ii' I I IZ aJ � VV I�L \ \\\ �! y u I I = d Z \ \\ \\ d I I i i I (� �� Q \\ \\ d _ 'dA18 1311!10`\ W III <al II i i / \� 1\` a' III Z - J I II i li 'I II ' 011 \\\ Illy I 156 ' 'Z1 I -------- ------- \ $vii _ I I �� \\ /i// \ �` �� �� \ \ iLt I t i , • \ ems, it / / D / /'/'/' \ \ ^ j Z l J W J /'/' \\\ X• J J Z W +5 \ W 00 Z J w m H O m_ \ Id m W W W 0L Q V w� a+s I �x'm III J m_ W p \ \ N�, 11 ; III O0 000E- 0 =xQ \ X M 11 j I III c~n � cn cn cn cn W Z \\\ I I I a r I o o U-1 o LLI \ zIn III CD 0 M fn W 0 \\\ w uFi• z� m ULE ZZ 0000 zoo III; a- a- d d In (n +6 \\\ Nz II m R� F� uFiaz ljl 0 0 0cL 0 fy U X X" 'v ��� w w a a� w03U)i R w ro w j aw / M � S W 0 Z Z i \ QQ \ \\ I 1 1 1 1 I z Q W x W W \\ \\\ AV uLLWJJ 9 F a 3 V �� \VA � ��' 'i ill iW� V > I N C \ CO \\ �1� `1 1 I it I IUl~ �/ O W aJ� ad - 'GAIS J315m n \ c K j I I I � V S p Ole 13 ,7�I m I / I I i i z31I 4 n o 11/24/2015 CONSTRUCTION COST ESTIMATE BURY#: Roili915-30003 FOR CITY#:02589 BUCEES BLVD. PILGRIM DR. OUTLET BLVD. BID ITEM DESCRIPTION UNIT APPROX. UNIT TOTAL NO. QUANTITY PRICE AMOUNT A WATER DISTRIBUTION SYSTEM 3311.0001 FITTINGS,TEES,AND CROSSINGS TON 2.13 $9482.64 $20,198.02 3311.0261 8"P.V.C.WATERLINE LF 476 $21.44 $10,203.o6 3311.0461 12"P.V.C.WATERLINE LF 4,149 $34.595 $143,534.66 3312.3002 6"GATE VALVE&BOX EA 1 $1,153.21 $1,153.21 3312.3003 8"GATE VALVE&BOX EA 4 $1,593.11 $6,372.44 3312.3005 12"GATE VALVE&BOX EA 14 $2,592.48 $36,294.72 3312.4211 24"X 12"TAPPING SLEEVE AND VALVE EA 1 $17,427.54 $17,427.54 3312.0117 CONNECT TO EXISTING 12"WATER LINE EA 2 $2,085.66 $4,171.32 3312.o1o8 CONNECT TO EXISTING 24"WATER LINE EA 1 $3,084.76 $3,o84.76 3312.000i FIRE HYDRANT ASSEMBLY EA 1 $3,930.53 $3,930.53 3305.oio9 TRENCH SAFETY LF 4625 $0.52 $2,405.00 9999.0001 TESTING (EXCLUDING GEOTECH.) LF 4625 $0.52 $2,405.00 SUB - TOTAL WATER DISTRIBUTION SYSTEM $251,180.26 NOTE:FIRE HYDRANT ASSEMBLY INCLUDES ALL FITTINGS,TEES AND VALVES. B SANITARY SEWER SYSTEM 3331.4115 8"P.V.C.PIPE(o'-lo'DEEP) LF 2,486 $21.58 $53,64788 3331.4208 12"P.V.C.PIPE(o'-1o'DEEP) LF 986 $30.54 $30,107.51 9999.0002 ADDITION LINE DEPTH(1LF PER VF) VF 1,948 $5.27 $10,265.96 3339.1001 4'DIAMETER MANHOLE EA 5 $4,010.32 $20,o51.6o 3339.1101 5'DIAMETER MANHOLE EA 6 $5,175.46 $31,052.76 33391102 5'DIAMETER DROP MANHOLE EA 1 $6,744.93 $6,744.93 9999.0003 CONNECT TO EXIST.S.S.MH EA 1 $4,017.01 $4,017.01 339.1103 EXTRA DEPTH MH(>8') VF 8o $280.49 $22,439.20 33o5.olo9 TRENCH SAFETY LF 3472 $1.66 $5,763.52 9999.0004 TESTING (EXCLUDING GEOTECH.) LF 3472 $1.29 $4,478.88 SUB - TOTAL SANITARY SEWER SYSTEM $188,569.25 C. STORM SEWER SYSTEM 3341.0201 21"R.C.P. LF 441 $44.73 $19,725.93 3341.0205 24"R.C.P. LF 68 $54.51 $3,7o6.68 3341.0208 27"R.C.P. LF 79 $63.55 $5,020.45 3341.0309 36"R.C.P. LF 27 $100.95 $2,725.65 3341.0409 48"R.C.P. LF 21 $171.96 $3,611.16 3341.0502 54"R.C.P. LF 1o8 $194.59 $21,015.72 3341.o602 6o"R.C.P. LF 1o8 $221.o8 $23,876.64 3341.1403 7'x5'R.C.B. LF 607 $357.57 $217,044.99 3341.1502 8'x5'R.C.B. LF 1,310 $384.87 $504,179.70 3341.1503 8'x6'R.C.B. LF 1,103 $415.24 $458,009.72 BURY1 2015-o8-o6 Tanger CFA Cost Estimate REVISION 11/24/2015 CONSTRUCTION COST ESTIMATE BURY#: Ro1I1915-30003 FOR CITY#:02589 BUCEES BLVD. PILGRIM DR. OUTLET BLVD. BID ITEM DESCRIPTION UNIT APPROX. UNIT TOTAL NO. QUANTITY PRICE AMOUNT 3341.1602 9'x5'R.C.B. LF 3,268 $465.77 $1,522,136.36 3349.5001 1o'INLET EA 10 $2,498.38 $24,983.80 3349.7001 4'DROP INLET EA 3 $6,350.30 $19,050.90 3349.0102 4'MANHOLE RISERS EA 5 $2,668.90 $13,344.50 3349.1000 BOX CULVERT HEADWALL EA 1 $14,221.43 $14,221.43 9999.0005 CONCRETE ENERGY DISSIPATOR EA 1 $6,914.39 $6,914.39 3137.o1o1 ROCK RIPRAP SY 2,150 $42.59 $91,568.50 3305.olo9 TRENCH SAFETY LF 7140 $1.02 $7,282.80 9999•0006 TESTING&TV INSPECTION LF 7140 $1.27 $9,o67.80 SUB - TOTAL STORM SEWER SYSTEM $2,967,487.12 D. STREET AND ALLEY PAVING 3213.0103 8"REINFORCED CONCRETE STREET PVM7 SY 22864 $45.83 $1,047,857.12 3213.0502 BARRIER FREE RAMPS EA 5 $1,041.10 $5,205.50 3217.0003 STRIPING-4"STRIPE LF 1940 $1.16 $2,250.40 3471.0001 TRAFFIC HANDLING MO 1 $2,241.64 $2,241.64 SUB - TOTAL STREET PAVING $1,057,554.66 NOTE:ALL CONCRETE PAVEMENT AND CURBS SHALL BE 3600 PSI REINFORCED. E. EX CAVATION 3110.0101 CLEARING AND GRUBBING ACRE 12 $1,458.11 $17,497.32 3123.0101 STREET AND RIGHT-OF-WAY EXCAVATIC CY 22,200 $4.91 $109,002.00 3125.0102 SILT FENCE LF 11,18o $1.72 $19,229.6o 3125.0103 CURLEX AFTER PAVING LF 11,554 $1.07 $12,362.78 3125.0104 INLET PROTECTION EA 13 $107.33 $1,395.29 3125.0105 CONSTRUCTION ENTRANCE EA 1 $1,366.14 $1,366.14 3125•olo1 EROSION CONTROL LS 1 $3,359.15 $3,359.15 SUB - TOTAL EXCAVATION $164,212.28 F. MISCELLANEOUS ITEMS 3341.3003 STREET LIGHT POLES EA 21 $5,050.00 $106,050.00 3441.3201 LED COBRA HEADS EA 30 $900.00 $27,000.00 2605.3032 4"ELECTRIC CONDUIT LF 1,992 $13.00 $25,896.00 26o5.o1o1 UNDERGROUND ELECTRICAL DISTRIBUT LF 3,417 $21.00 $71,757.00 3441.4003 STREET SIGNS EA 8 $0.00 $0.00 SUB - TOTAL MISCELLANEOUS ITEMS $230,703.00 BURY2 2015-o8-o6 Tanger CFA Cost Estimate REVISION 11/24/2015 CONSTRUCTION COST ESTIMATE BURY#: Ro111915-30003 FOR CITY#:02589 BUCEES BLVD. PILGRIM DR. OUTLET BLVD. BID ITEM DESCRIPTION UNIT APPROX. UNIT TOTAL NO. QUANTITY PRICE AMOUNT SUMMARY A.WATER DISTRIBUTION SYSTEM $251,180.26 B. SANITARY SEWER SYSTEM $188,569.25 C. STORM SEWER SYSTEM $2,967,487.12 D.STREET AND ALLEY PAVEMENT $1,057,554.66 E.EXCAVATION $164,212.28 F.MISCELLANEOUS ITEMS $230,703.00 TOTAL CONSTRUCTION COST $4,8S9,7o6.S7 ENGINEERING FEE AND CONTINGENCIES 20% $971,941.31 TOTAL ESTIMATED CONSTRUCTION COST $5,831,647.88 ESTIMATED ACREAGE : - ESTIMATED LOT COUNT: - ESTIMATED COST PER LOT: - ESTIMATED COST PER ACRE - NOTES: This estimate does not reflect rock excavation. This estimate was prepared without the benefit of geotechnical data-additonal costs not reflected a water injection,etc. This estimate does not include geotechnical testing or reports. Offsite easement and Right-of-Way acquisition is the responsibility of the Developer. This estimate was prepared without the benefit of City meetings. Landscaping not included in this estimate. This estimate does not include required fees. This estimate does not include environmental reports or wetlands determinations. BURY3 2015-o8-o6 Tanger CFA Cost Estimate REVISION Developer and Project Information Cover Sheet: Developer Company Name: Roanake 35/114 Partners,L.P. Address, State,Zip Code: 201 Main St. Suite 3100 Fort Worth, TX 76102 Phone&Email: 817-255-5780, bboecker@finelinemail.com Authorized Signatory,Title: William V. Boecker,Manager of Roanoke 35/114 Genpar,LLC, general partner of Developer Project Name and Brief Bucees Blvd,Pilgrim Drive, &Outlet Blvd Description: Project Location: SW Corner of Hwy 114 IH35W Plat Case Number: FP-15-017 Plat Name: Champions Circle Addition Mapsco: 643Q Council District: 7 City Project Number: 02589 CFA Number: 2015-071 DOE Number: 7467 To be completed by staff.• Received by: �G ! G' Date: 1`2-1 "J City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 1 of 11