Loading...
HomeMy WebLinkAboutContract 43236 (2)COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS COUNTY OF TARRANT City Secretary Contract No. CITY SECRETARY CONTRACT NO. WHEREAS, the undersigned Developer ("Developer") desires to make certain improvements ("Improvements") related to a project as described below ("Project"), an addition to the City of Fort Worth, Texas ("City"); and WHEREAS, the Developer and the City desire to enter into this "Agreement" in connection with the Improvements. Developer Information: Developer Company Name: Texas Star Cove, L.P. Address, State, Zip Code: 218 W. Wall Street, Grapevine, Texas, 76051 Phone, E-Mail: (817) 873-0520, rbetancur@zenaland.com Authorized Signatory/Title: Robert Betancur, Vice President Project Name: TexStar Cove Addition Water, Sewer, Paving, Storm Drain Improvements Project Location: South side of Trinity Blvd. - Approx. 3100 LF West of H Plat Case No.: FP-011-043 Plat Name: TexStar- Cove Addition Mapsco: 55W Council District: 5 CFA: 2012-030 DOE: 6764 To be completed by staff Received by: 17-1 2 P03 : 33 IN Date: 157 City Project No:01822 1 OFFICAAL PrroRni NOW, THEREFORE, KNOW ALL BY THESE PRESENTS: For and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: General Requirements A. The Policy for the Installation of Community Facilities ("Policy") dated March 2001, approved by the City Council of the City of Fort Worth and subsequently amended from time to time via a Mayor and Council Communication adopted by the City Council of the City of Fort Worth, is hereby incorporated into this Community Facilities Agreement ("CFA') as if copied herein verbatim Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. B. Developer shall provide financial security in conformance with paragraph 6, Section II, of the Policy and recognizes that there shall be no reduction in the collateral until the Project has been completed and the City has officially accepted the infrastructure. Developer further acknowledges that said process requires the contractor to submit an Affidavit of Bills paid signed by its contractor and Consent of Surety signed by its surety to ensure the contractor has paid the sub -contractor and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full for all the services provided under this contract. C. Developer agrees to cause the construction of the improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City -approved construction plans specifications and cost estimates provided for the Project and the exhibits attached hereto. D. The following checked exhibits are made a part hereof: Water (A) , Sewer (A-1) Paving (B) J , Storm Drain (B-1) Street Lights & Sigs (C) E The Developer shall award all contracts for the construction of community facilities in accordance with Section II, paragraph 7 of the Policy and the contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section II, of the Policy. Combined CFA final Sept 12, 2008 2 F. For all infrastructure included in this Agreement for which the Developer awards construction contract(s), Developer agrees to the following• i. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to meet City's requirements for being insured, licensed and bonded to do work in public streets and/or prequalified to perform water/waste water construction as the case may be. ii. To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent (100%) of the contract price of the infrastructure, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the infrastructure for a period of two (2) years insuring the maintenance and repair of the constructed infrastructure during the term of the maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253, Texas Government Code. iii. To require the contractor(s) it hires to perform the construction work contemplated herein to provide insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer -awarded infrastructure construction contracts. The City shall be named as additional insured on all insurance required by said documents and same will be evidenced on the ACORD Certificate of Insurance supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours notice to the City's Construction Services Division of intent to commence construction so that City inspection personnel will be available; and to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces, and not to install or relocate any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. v. To require its contractor to have fully executed contract documents submitted to the City to schedule a Pre -Construction Meeting. The 3 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 Imes of sewer and water mains constructed under this Agreement until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. G. Developer agrees to provide, at its expense, all engineering drawings and documents necessary to construct the improvements required by this Agreement. H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the improvements required herein. I. City shall not be responsible for any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. J. Developer hereby releases and agrees to indemnify, defend and hold the City harmless for any inadequacies in the preliminary plans, specifications and cost estimates supplied by the Developer for this Agreement. K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer and required for the construction of the current and future improvements provided for by this Agreement. L. The Developer further covenants and agrees to, and by these presents does hereby, fully indemnify, hold harmless and defend the City, its officers, agents and employees from all suits, actions or claims of any character, whether real or asserted, brought for or on account of any injuries or damages sustained by any persons (including death) or to any property, resulting from or in connection with the construction, design, performance or completion of any work to be performed by said Developer, his contractors, subcontractors, officers, agents or employees, or in consequence of any failure to properly safeguard the work, or on account of any act, intentional or otherwise, neglect or misconduct of said DEVELOPER, his contractors, sub -contractors, officers, agents or employees, whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Combmed CFA final Sept 12, 2008 4 Fort Worth. its officers, servants, or employees. M. Developer will further require its contractors to indemnify, defend and hold harmless the City, its officers, agents and employees from and against any and all claims, suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from, or in any way connected with, the construction of the infrastructure contemplated herein, whether or not such iniurres. 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 and shall cause to be executed and delivered to the City an indemnity agreement from such contractors on a form to be promulgated by the City. N. Upon completion of all work associated with the construction of the infrastructure and improvements, Developer will assign to the City a non- exclusive right to enforce the contracts entered into by the Developer with its contractor along with an assignment of all warranties given by the contractor, whether express or implied. Further, Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. O. Inspection and material testing fees are required as follows: i. Developer shall pay in cash water and wastewater inspection fees and material testing fees equal to two percent (2%) for a total of 4% of the developer's share of the total construction cost as stated in the construction contract. ii. Developer shall pay in cash paving and storm drain inspection fees equal to four percent (4%) and material testing fees equal to two percent (2%) for a total of 6% of the developer's share of the total construction cost as stated in the construction contract. 5 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. The City's obligation to participate (exclusive of front foot charges) in the cost of the community facilities shall terminate if the facilities are not completed within two (2) years; provided, however, if construction of the community facilities has started within the two year period, the developer may request that the CFA be extended for one year. If the community facilities are not completed within such extension period, there will be no further obligation of the City to participate. City participation in a CFA shall be subject to the availability of City funds and approval by the Fort Worth City Council. 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 community facilities if at the end of two (2) years from the date of this Agreement the community facilities have not been completed and accepted. iv. The City may utilize the Developer's financial guarantee to cause the completion of the construction of the community facilities or to cause the payment of costs for construction of same before the expiration of two (2) years if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer s contractors and/or suppliers are not paid for the costs of supplies and/or construction, the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement. Combined CFA final Sept 12, 2008 6 Cost Summary Sheet Project Name: Texstar Cove Addition Water, Sewer, Paving & Storm Drain Improvements CFA No.: 2012-030 DOE No.: 6764 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 $ 222,645.85 2. Sewer Construction $ 172,417.40 Water and Sewer Construction Total $ 395,063.25 B. TPW Construction 1. Street $ 19,737.87 2. Storm Drain $ 81,172.90 3. Street Lights Installed by Developer $ TPW Construction Cost Total $ 100,910.77 Total Construction Cost (excluding the fees): $ 495,974.02 Construction Fees: C. Water/Sewer Inspection Fee (2%) $ 7,901.27 D. Water/Sewer Material Testing Fee (2%) $ 7,901.27 Sub -Total for Water Construction Fees $ 15,802.53 E. TPW Inspection Fee (4%) $ 4,036.43 F. TPW Material Testing (2%) $ 2,018.22 G. Street Light Inspsection Cost $ H. Street Signs Installation Cost $ Sub -Total for TPW Construction Fees $ 6,054.65 Total Construction Fees: $ 21,857.18 Choice Financial Guarantee Options, choose one Amount (ck one) 'Bond = 100% $ 495,974.02 'Completion Agreement = 100% / Holds Plat $ 495,974.02 X 'Cash Escrow Water/Sanitary Sewer= 125% $ 493,829.06 'Cash Escrow Paving/Storm Drain = 125% $ 126,138.46 'Letter of Credit = 125% w/2yr expiration period $ 619,967.53 Combined CFA final Sept 12, 2008 IN TESTIMONY WHEREOF, the City of Fort Worth has caused this instrument to be executed in quadruplicate in its name and on its behalf by its Assistant City Manager, attested by its City Secretary, with the corporate seal of the City affixed, and said De eloper has executed this ' strument in quadruplicate, at Fort Worth, Texas this 7 day f ilit (I i / , 2001. . CITY OF FORT WORTH - Recommended by: Water Department &Lzi( Wendy Chi- kbulal, EMBA, P.E. Development Engineering Manager Approved as to Form & Legality: Doug as W. Black Assistant City Attorney ATTE,ST: r a 4, • (aify J. Kayser City Secretary ATTEST Signature (Print) Name: Combined CFA final Sept 12, 2008 Transportation & Public Works Departnient o DouglaJ W. Wiersig, P.E. Director Approved by City Manager's Office cLialitiolkeavA..----* Fernando Costa Assistant City Manager .c>0 �,a*0Rz .4v t0000 00001k li gyp► uO o 0 ns„ I TWO, P MNde w4rt% M 0 r0% o Pi oo ita °Q400a0°e 444 rexiaer Texas Star Cove, LP 13\1: ov e Lt-C. eik-s y por r- 0 Signature Print Name: Robert J. Betancur Title : Vice President OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX M&C U1RED Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment Location Map Exhibit A: Water Improvements Water Estimate Exhibit A-1: Sewer Improvements Sewer Estimate Exhibit B: Paving Improvements Paving Estimate Exhibit B-1: Storm Drain Improvements Storm Drain Estimate Exhibit C: Street Lights and Signs Improvements Street Lights and Signs Estimate (Remainder of Page Intentionally Left Blank) 9 EXAS STAR OLF COURSE TEXAS STAR GOLF COURSE PROJECT LOCATION CALLOWAY CEMETERY FORS .��N \- EULESS CIITY LIMITS FORT, WORTH CIITY LIMI S • • 1 _J TRINITY BLVD 2 PZ DPD LOCATION MAP TEXSTAR COVE ADD111ON OGN=g:\job\WFXL3700\700 CADD\728 Exhibits\CFA\WFXL3700_cfa.dgn NOT TO SCALE JACOBS ENGINEERING GROUP, INC. 777 MAIN STREET (87) 7RT 35-600000 76102 PROJECT NO. WFXL3700 PAGE 1 OF 6 24" X8" TAPPING SLEEVE 8 GATE VALVE 8" PVC BY BORE SLEEVE 8A GATEGVALVE 8" PVC BY BORE EXISTING 24" PRETENSIONEDR PIPE TEXAS STAR GOLF COURSE CITY OF EULESS VOL. 12123 PG. 1182 O. P. R. T. C. T. LEGEND PROP. WATER LINE PROP. GATE VALVE PROP. FIRE HYDRANT EXIST. EXIST. EXIST. WATER LINE GATE VALVE FIRE HYDRANT LIMITS OF PROJECT K 4 32 5 GO 8 TEXAS STAR COURT 3l PROPOSED WATER LINES ARE 8" UNLESS OTHERWISE INDICATED DGN=g:\job\WFXL3700\700 CADD\728 Exhibits\CFA\WFXL3700*cfa.dgn 30 29 28 N 27 ROSS H. SMITH VOLUME 9759. PAGE 528 O. P. R. T. C. T. 8 / 13 9 TRANQUIL COVE DRIVE 26 TEXAS STAR GOLF COURSE CITY OF EULESS VOL. 11966 PG. 1137 0. P. R. T. C. T. 25 24 23 22 /6 . 17 20 0 SCALE: 1" = 200' LOT 1. BLOCK A DALLAS AUTO AUCTION PARKING ADDITION CABINET A. SLIDE 8181 P. R. T. C. T. TRACT 2 CITY OF EULESS VOL. 14051 PG. 567 O. P. R. T. C. T. WATER EXHIBIT 'A' L1iXSTAR COVE ADDITION JACOBS ENGINEERING GROUP, INC. 777 MAIN STREET FORT WORTH, TX 76102 (817) 735-6000 PROJECT NO. WFXL3700 PAGE 2 OF 6 -ccs 7 6 TEXAS STAR GOLF COURSE CITY OF EULESS VOL. 12123 PG. 1182 0. P. R. T. C. T. st S1NG 4 a0 0- ortl,c1,\ so PRO 13 12 /0 10 LL 35 /I Rris 34 7 3 33 O9- 15 N • 4 2/ • ® !8 3 6 /6 /9 8 TEXAS STAR COURT 32 31 LEGEND PROP. SANITARY SEWER PROP. MANHOLE SANITARY SEWER BY SEPARATE CONTRACT EXIST. SANITARY SEWER EXIST. MANHOLE LIMITS OF PROJECT 30 29 28 /6 /5 !0 ROSS H. SMITH VOLUME 9759. PAGE 528 0. P. R. T. C. T. /2 /4 13 / IJ ✓/9 2n 1 0 /1 TRANQUIL COVE DRIVE 27 25 25 24 23 22 21 14 15 16 17 19 20 TEXAS STAR GOLF COURSE CITY OF EULESS VOL. 11966 PG. 1137 O. P. R. T. C. T. —O PROPOSED SEWER LINES ARE 8" UNLESS OTHERWISE INDICATED DGN=g:\job\WFXL3700\700 CADD\728 Exhibits\CFA\WFXL3700*cfa.dgn SCALE: 1" = 200' LOT 1. BLOCK A DALLAS AUTO AUCTION PARKING ADDITION CABINET A. SLIDE 8181 P. R. T. C. T. TRACT 2 CITY OF EULESS VOL. 14051 PG. 567 O. P. R. T. C. T. SANITARY SEWER EXHIBIT 'A-1' 1JiXSTAR COVE ADDITION JACOBS ENGINEERING GROUP, INC. 777 MAIN STREET FORT WORTH, TX 76102 (817) 735-6000 PROJECT NO. WFXL3700 PAGE 3 OF 6 • TEXAS STAR GOLF COURSE CITY OF EULESS VOL. 12123 PG. 1182 0. P. R. T. C. T. TEXAS STAR GOLF COURSE CITY OF EULESS VOL. 11966 PG. 1137 O. P. R. T. C. T. PROP. PUBLIC ROADWAY LEGEND rsa PRIVATE 5'SIDEWALK (BY HOMEBUILDER) PRIVATE 5' SIDEWALK & ADA RAMPS (BY DEVELOPER) LIMITS OF PROJECT DGN=g:\job\WFXL3700\700 CADD\728 Exhibits\CFA\WFXL3700*cfa.dgn ROSS H. SMITH VOLUME 9759. PAGE 528 0. P. R. T. C. T. SCALE: 1" = 200' LOT 1. BLOCK A DALLAS AUTO AUCTION PARKING ADDITION CABINET A. SLIDE 8181 P. R. T. C. T. TRACT 2 CITY OF EULESS VOL. 14051 PG. 567 0. P. R. T. C. T. PUBLIC & PRIVATE STREETS EXHIBIT 'B' TEXSTAR COVE ADDITION JACOBS ENGINEERING GROUP, INC. 777 MAIN STREET FORT WORTH, TX 76102 (817) 735-6000 PROJECT NO. WFXL3700 PAGE 4 OF 6 TEXAS STAR GOLF COURSE CITY OF EULESS VOL. 12123 PG. 1182 0. P. R. T. C. T. LEGEND PROP. PUBLIC STORM DRAIN LINE PROP. PUBLIC INLET PROP. PUBLIC MANHOLE PROP. PUBLIC HEADWALL PRIVATE STORM DRAIN LINE PRIVATE INLET PRIVATE MANHOLE PRIVATE HEADWALL EXIST. STORM DRAIN LINE LIMITS OF PROJECT EX'ISTPPUBLIC 7 G<v %o9 FORS --4 PW HOWL PRIVATE DETENTION -- EMBANKMENT T T DGN=g:\job\WFXL3700\700 CADD\728 Exhibits\CFA\WFXL3700*cfo.dgn N 21" PW HDWL TEXAS STAR COURT 6' MH PRIVATE ROAD W HD le 4' x4' 8 PW HDW TEXAS STAR GOLF COURSE CITY OF EULESS VOL. 11966 PG. 1137 O. P. R. T. C. T. ROSS H. SMITH VOLUME 9759. PAGE 528 0. P. R. T. C. T. ANOUTL COVE DRIY3 PRIVATE ROAD 716' MH 24" -INTAKE STRUCTURE l� /6 17 18 19 1 SCALE: 1" = 200' LOT 1. BLOCK A DALLAS AUTO AUCTION PARKING ADDITION CABINET A. SLIDE 8181 P. R. T. C. T. TRACT 2 CITY OF EULESS VOL. 14051 PG- 567 0. P. R. T. C. T. PUBLIC & PRIVATE STORM DRAIN EXHIBIT'B-1' ThXSTAR COVE ADDITION JACOBS ENGINEERING GROUP, INC. 777 MAIN STREET FORT WORTH, TX 76102 (817) 735-6000 PROJECT NO. WFXL3700 PAGE 5 OF 6 JACOBS ENGINEERING GROUP INC. 777 MAIN STREET FORT WORTH, TEXAS 76102 PHONE NO. (817) 735-6000 TEXSTAR COVE ADDITION March 6, 2012 WATER DISTRIBUTION SYSTEM ITEM# DESCRIPTION 1 8' PVC Water Main by Open Cut 2 8' Waterline by Bore 3 8' Gate Valve & Box 4 24" x 8" Tapping Sleeve & Valve 5 Std. Fire Hydrant Assembly 6 1" Domestic Water Service & Meter Box 7 1" Irrigation Service & Meter Box 8 18' Casing Pipe 9 Cast Iron Fittings 10 Trench Safety 11 !System Testing 12 (Traffic Control for Trinity Boulevard IITOTAL WATER DISTRIBUTION SYSTEM I BID QTY 3,695 117 9 2 7 89 4 92 21 3,695 1 1 SANITARY SEWER COLLECTION SYSTEM ITEM# DESCRIPTION 1 8' PVC SDR-35 Sewer Main 2 18" PVC SDR-26 Sewer Main 3 18" PVC Sewer Main (w/Cement Stabilized Backfill) 4 18" DIP Sewer Main (w/Cement Stabilized Backfill) 5 14" SDR-35 Services 6 14" SDR-26 Services 7 14 Dia Manhole 8 14 Dia Manhole (w/ Locking Lid) 9 14 Dia Drop Manhole 10 14 Dia Drop Manhole (w/ Locking Lid) 11 IManhole Corrosion Protection 12 IRemove Plug & Connect to Existing 8" PVC 13 'Clay Dam 14 'Trench Safety 15 ITV Inspection 1TOTAL SANITARY SEWER COLLECTION SYSTEM BID QTY 3,058 172 260 84 44 45 19 3 1 1 2 1 15 3574 3574 STORM DRAIN SYSTEM ITEM# DESCRIPTION 1 42" RCP - CLASS III 2 48" RCP - CLASS III 3 Connect to Existing 42" RCP (w/Concrete Collar) 4 6' Square Manhole 5 48" Headwall - Parallel Wing 6 18"-24" Rock Rip Rap 7 Trench Safety TOTAL STORM DRAIN SYSTEM PAVING ITEM# DESCRIPTION 1 6' Lime Stabilized Subgrade* 2 Hydrated Lime (30#/SY)* 3 6', 3500 psi R.C. Street Pvmt 4 Sawcut/Remove Exist Curb & Gutter 5 Traffic Control TOTAL PAVING UNIT L.F. L.F. EA. EA. EA. LOT EA L.F. TON L.F. L.S. L.S. UNIT L.F. L.F. L.F. L.F. EA. EA EA. EA EA. EA. EA. EA EA L.F. L.F. BID QTY UNIT 595 L.F. 301 L.F. 11 EA. 51 EA. 11 EA. 181 S.Y. 6251 L.F. BID QTY UNIT 430 S.Y 6.5 TON 399 S.Y. 230 L.F. 1 1 LS *Note: actual amounts may vary based on Geotechnical Report and Lime Series Testing PRICE $19.36 $205.79 $1,233.33 $4,635.80 $3,341.74 $619.15 $885.86 $64.81 $6,874.291 0 50 797 00 1,578 65 PRICE $ 23.23 $ 27.50 $ 19.72 $ 44.00 $ 315.53 $ 329.95 $ 2,050.07 $ 2,016.01 $ 3,337.71 $ 2,907.15 $ 150.00 $ 150.00 $ 57.41 $ 0.50 $ 1.33 PRICE $74.32 $93.52 $723.31 $5,706.01 $4,059.04 $29.00 $0.50 PRICE) 215 1 157.00 1 25.83 1 4.58 1 6,433.30 1 AMOUNTI $71,535 20 $24,077 43 $11,099 97 $9,271 60 $23,392 18 $55,104.35 $3,543.44 $5,962.52 $14,436.01 $1,847.50 $797.00 $1,578.65 $222 645.85 ) AMOUNT] $71,037 341 $4,730 00I $5,127.20 $3,696.00 $13,883.32 $14,847.75 $38,951.33 $6,048.03 $3,337.71 $2,907.15 $300.00 $150.00 $861.15 $1,787.00 $4,753.42 $172 417.40 �1 AMOUNT $44,220 40 $2,805 60 $723.31 $28,530.05 $4,059.04 $522.00 $312 50 $81,172.90J AMOUNT] $924.50 $1,020.50 $10,306.17 $1,053.40 $6,433.30 $19,737.87 1J G:\JOB\WFXL3700\600 DISCIPLINE\620 Specs\Texstar Cove Addition\Texstar Cove CFA quantities - with unit prices Page 1