HomeMy WebLinkAboutContract 47524 CITY&MMARY
MMM-Moa.
Developer and Project Information Cover Sheet:
Developer Company Name: Pulte Homes of Texas
Address, State,Zip Code: 4800 Regent Blvd, Suite 100,Irving TX 75063
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 5A
Description:
Project Location: Northeast of Horseman Rd&Bailey-Boswell Intersection
Plat Case Number: FP-15-042 Plat Name: Parr Trust
Mapsco: 35n Council District: 2 City Project Number: 02682
CFA Number: 2015-114 DOE Number: 7537
To be completed by staff
i
Received by: i Date: l `i
3456 '8
fp
s-i
City of Fort Worth,Texas FEB 19 2015
Cq
Standard Community Facilities Agreement OFFICIAL RECORD ri 1Y, ;_�RT
CFA Official Release Date: 07.30.2015 CITY SECRETARY
Page 1 of 11
FT.WORTH,Tx 9 (,V' Z
STANDARD COMMUNITY FACILITIES AGREEMENT
THE STATE OF TEXAS § City Secretary
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 5A ("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) FA, Sewer (A-1) FA, Paving (B) 0, Storm Drain (B-1) ®, Street 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 11, 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 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 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 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 damagges are
caused, in whole or in part, by the allezed ne-zlikence 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 dafnazes 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 5A
CFA No.: 2015-114 DOE No.: 7537
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 $ 146,943.00
2.Sewer Construction $ 135,197.20
Water and Sewer Construction Total $ 282,140.20
B. TPW Construction
1.Street $ 337,569.60
2.Storm Drain $ 29,719.50
3.Street Lights Installed by Developer $ 51,364.75
4. Signals $ -
TPW Construction Cost Total $ 418,653.85
Total Construction Cost(excluding the fees): $ 700,794.05
Construction Fees:
C. Water/Sewer Inspection Fee(2%) $ 5,642.80
D. Water/Sewer Material Testing Fee(2%) $ 5,642.80
Sub-Total for Water Construction Fees $ 11,285.61
E. TPW Inspection Fee(4%) $ 14,691.56
F. TPW Material Testing(2%) $ 7,345.78
G. Street Light Inspsection Cost $ 2,054.59
H. Signals Inspection Cost $ -
H. Street Signs Installation Cost $ 980.00
Sub-Total for TPW Construction Fees $ 25,071.94
Total Construction Fees: $ 36,357.54
Choice
Financial Guarantee Options,choose one Amount Mark one
Bond=100% $ 700,794.05 x
Completion Agreement=100%/Holds Plat $ 700,794.05
Cash Escrow Water/Sanitary Sewer=125% $ 352,675.25
Cash Escrow Paving/Storm Drain=125% $ 523,317.31
Letter of Credit= 125%w/2yr expiration period $ 875,992.56
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. Chapay
Assistant City Manager Name: Clint Vincent
Title: Division Vice President Land
Date: ! Development
Recommended by: Date:
/ ATTEST: (Only if required by Developer)
Wendy Chi-jjabulal, EMBA, P.E.
Development Engineering Manager
Water Department Signature /
Name:
IJ IM
Douglas W% iersig, P.E.
Director ®g° 0
Transportation &Public Works Department C�$ g� ,
j$ $
Approved as to Form &Legality: Q° 000 °-P
ATTEST: 000000
Dat.��s W�lc.'R:ckrvk A • Gu�Cd1cc(cep
Assistant City Attorney ary J.
City Secretary
M&C No. &L4
Date: 2'19 It ce
F"v►\. kViS ' N/�
City of Fort Worth,Texas
OFFICIAL RECORD
Standard Community Facilities Agreement CITY SECRETARY
CFA Official Release Date: 07.30.2015 FT. WORTH9 TX
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
Water Cost Estimate
Exhibit A-1: Sewer Improvements
FA Sewer Cost Estimate
Exhibit B: Paving Improvements
L Paving Cost Estimate
Exhibit 13-1: Storm Drain Improvements
FA Storm Drain Cost Estimate
Exhibit C: Street Lights and Signs Improvements
L� 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. 02682
None
City of Fort Worth,Texas
Standard Community Facilities Agreement
CFA Official Release Date: 07.30.2015
Page 11 of 11
Z w
0 o M
W 04
M
o`nof 06 n o
O » ;WF-�,
n
J e Lmm
I Q YZ)-w-Iw
I ®= wo
i
i
� 00 J
- - - COD (A
�\ -- - -- - - - --- - -
O
W
3 00
00 m / z W wwt-o
ww
00
/ ---- --------- ----- ---------- — ---- 1 / W v
!C (n f—
W ! W J
i
0+1# i d
baONINMOG
1�13SMj
o
Gtr � z
� ' Q
� Q
LO
W
r �
JIW11 Ailo MVNIJVS LL a
U)
y� Om W
w
w
W z
LijQ
m
a
a
U
� to
�o U
z
IS
Z
--------------------------------------------------------------------------------- -------- -----------
co
Q
U) Zz W CDM
_
Z 02 �M
f N
J 'on(D
O WWFx-r
W J OW
O-��
QIW- W Yco-iw
�O u, wo
❑Z ` Ya
WW
OU)—
OWm a
�W
N ¢
" W rz
-- zZ (n
Uj
W
UJ
O
J
�
w O O
W mOtilO
e# „pU)j co WD
WWF-o
---
1 M
CD
otloa i (7 I�
00
_ tlN fir Z
Q W Z O
rdoCO
I 1jO
wboo O W
(.0 L- %
I- ,
a
ZW � S�
P:Q _ z xmSx
m n
opo
0 LO
-c✓ JOPa � Z W O =
Z LL
W > Z
_ LU
W
LLI
Q Z W
Z W Q � co Q H �
0
w oQ 0- c~n o U) W U)J W X w X of X
M w a w a. w Q
W
o J
co
I I I =M V
1 � V
I� 1 1 T
I I I
I I I LU O
0
W
06
ZN
W
U' W� V` Wti � O ` M
FWD WWW cnW� I.-
LuW?�
W U) Q : J , f-•
Xo� Xo0 �F-U) W WNwW
WCD0 W�� QOW -i
ZU) ( r Ya.
QWw =\ L' a
U)—j W
�ZU
U)-60
Y N
d W�
d U)<
_ W
wWJ J J
¢, JZJ
�K - O
Tp m Z� N
fi f_
---F 3, _ w W o
,age
> I--O�N
W 0 z C',
-- J- w
(q F&M
W O ��
_ R ovoa
vNOCY e gym--I- _
YW N
� �
CV)
O H
I n .. a $ I Zw* Z)
COO
Woo ri
LOm
0 e� 7 J
U) W
w w LLa L,
y° �" Z Q F— N
�.� 4a
LU
R m f w wUJ co
Z co
W W
0
z
z w Q
(Dcut)O
0 D
CL W Q o W
M Q
i m C)
W
o �
z LO
O °
N
' M
00 LU
w
W o~w�00
Q. YNJZ
LO Yd
m
O �
m LL
Z -
w J
J
W N
W
f� m
UJ
4.
Xw "
j{ 0
w mO�O0
s-- _ avoa r = — w wwF
co w
s e nom/ (LI
m
w 00
,/o
Oy " d�
1�
�90e'goy
LO
co
oO i
W a. LL d
a
a o m F— N
W
" d
LU
> :2 w LLJ 2
LLJ
p 0 (� j z
0
z m m m Z
w
w JIL
a
m < a'
in w w
aU o
N (n CO = m Cl)
Q
I W �
U
I � �
CD
•--------------------- ------------------------------- --------------- ------------------------------ ..................
r
O
(n M
O o > vM
Z N M
j O�cDN
d U) 0 0 ��X D
c�
U Q - WwF-r
WD W = �Dw�
...N Q J Y�JZ
wo
._ ( Lf) IL
Y
r •
s h I— ¢ ��—
w
jr-
. . J
J
mz _ W
mk
m
LL
' j r OYON `. ( W O W W F
Www ao�" W af N z C4
C O 01
L LL L O p
G
? e £ �M J
\\ " Z d
ILLI
xw; fn
W J = Z
J C 1
od
ui
Z: LLJ
LO
_ o✓�
/' J Q w ❑ W
V� t
Z � Z Z
Z
Q ❑ Z ❑ ❑ J o
LL 0
I� N
a••\ '! CL �/�LL LL LL U Q- v! W
o 0 ❑ 0 0 O W C W W
N U w U )V F- C/\/ � O
lig Z
❑ W 0 ❑W ❑W W W di
`n v+ Q
(L 0_ 0_ 0_ D-
LU
,
J O D O O O O
0_ W 0_ 0_ 0_ 0_
M
i Q ~ L)
i m p
� 0
- O
W o
•----------------------- -------------- --------------- ---- ---------------------- .............................
Z �
OL F �M
O ��x�
W h P�
J e 0—
Q Y�WZ
LU 0
�( uri Ya.
N '
22
K
1
, f W& • a� J
u,
41,
m
- O W o
— ry •` ry J >
w LL —f �m
o c
n a a m 0LLq O
j avow , f W w�ro
nrvdb Yw Cl) w M
" ? Q W
3 D
rf • o\ z
4
Lo
yN
U H U_ a
m F—� Z
N
J J W
w
w O W >o
J Z
F- Lu
w W W
a
0 0 w o
w Cl) F-
0 0
J (/) V C.O J
X `'' Q
CL w C)
m Q�~ U
_ O
= Z d
400 W o
02 M
t N M
�LO 00�to
O : W r
J p F—
z 5
� �. YU)JZ
a ® 2W O
Q n M Y
L
x a
y
m o
1
WE F-
CL
e
- 'AD " ,
_ W, k (a
11
m 0U..
W
& W u mono
C,_n co
`�NnfVd` �.w .f— W '0 W w F o
9 F—
W 'C"
00
W
x °y J
,
o z �
i
a
p` T
LO
tW
z W Oz
LL d
LO
W z Q N
Q O Z w
Z W >W W
W
W > Z
Q W o
Z Z
W ~ ~ o
ED U) W
J W
0 C
O W
O N M Q
CL w ~ U)
oo
to =
X
o
E L O T O N CFA ESTIMATE FOR: PARR TRUST ADDITION
WEST FORK RANCH PHASE 5A
I I 11/5/2015
L AND SO L U T I ON S
5751 KROGER DR.STE,185 1 KELLER,TX 76244 i 817.562.3350
EXHIBIT A-WATER IMPROVEMENTS
ITEM# IDESCRIPTION UNIT QTY UNIT PRICE TOTAL
3311.0261 8"PVC Water Pipe LF 2,434 20.00 48,680.00
3312.3003 8"Gate Valve EA 5 1,240.00 6,200.00
3312.0117 Connection to Existing 4"-12"Water Main EA 6 850.00 5,100.00
3312.0001 Fire Hydrant EA 3 3,400.00 10,200.00
3312.2003 1"Water Service _ EA 91 720.00 65,520.00
3312.2103 11/2"Water Service EA 1 1,200.00 1,200.00
3305.0109 Trench Safety LF 2,434 0.10 243.40
3311.0001 Ductile Iron Water Fittings w/Restraint TON 2.00 4,900.00 9,800.00
TOTAL WATER $146,943.40
EXHIBIT Al -SANITARY SEWER IMPROVEMENTS
ITEM# DESCRIPTION UNIT QTY UNIT PRICE TOTAL
3331.4115 8"Sewer Pipe LF 2,093 26.00 54,418.00
3331.4116 8"Sewer Pipe,CSS Backfill LF 40 38.00 1,520.00
3331.3101 4"Sewer Service EA 85 580.00 49,300.00
3339.1001 4'Manhole EA 9 2,250.00 20,250.00
3301.0101 Manhole Vacuum Testing EA 9 110.00 990.00
3305.0109 Trench Safety LF 2,133 1.00 2,133.00
3301.0002 Post-CCTV Inspection LF 2,133 1.40 2,986.20
3339.0001 Epoxy Manhole Liner VF 9 200.00 1,800.00
3339.1003 4'Extra Depth Manhole VF 12.0 100.00 1,200.00
9999.0001 Connect to Ex.8"Sanitary Sewer EA 3 200.00 600.00
TOTAL SANITARY SEWER $135,197.20
EXHIBIT B-PAVING IMPROVEMENTS
ITEM# DESCRIPTION UNIT QTY UNIT PRICE TOTAL
3213.0101 6"Conc Pvmt SY 8,236 33.35 274,670.60
3211.0501 6"Lime Treatment SY 9,060 2.90 26,274.00
3211.0400 Hydrated Lime TN 163 155.00 25,265.00
3213.0501 Barrier Free Ramp,Type R-1 EA 4 1,900.00 7,600.00
3471.0003 Traffic Control Details EA 1 500.00 500.00
9999.0002 Const Std Street Header&Install Barricade EA 1 2,000.00 2,000.00
3217.2103 REFL Raised Marker TY II-A-A EA 84 15.00 1,260.00
TOTAL PAVING $337,569.60
EXHIBIT B1 -STORM DRAIN IMPROVEMENTS
ITEM# DESCRIPTION UNIT QTY UNIT PRICE TOTAL
3341.0205 24"RCP,Class III LF 247 53.00 13,091.00
3341.0201 21"RCP,Class III LF 2 52.00 104.00
3349.5001 10'Curb Inlet EA 2 3,400.00 6,800.00
3349.5002 15'Curb Inlet EA 2 4,500.00 9,000.00
3305.0112 Concrete Collar EA 1 600.00 600.00
3305.0109 Trench Safety LF 249 0.50 124.50
TOTAL STORM DRIAN $29,719.50
EXHIBIT C-STREET LIGHTING IMPROVEMENTS
ITEM# DESCRIPTION UNIT QTY UNIT PRICE TOTAL
3441.3001 Rdwy Ilium Assmbly TY 1,4,and 6 EA 12 2,400.00 28,800.00
3441.3301 Rdwy Ilium Foundation TY 1,2,and 4 EA 12 1,190.00 14,280.00
3441.3401 6-6-6 Triplex Alum Elec Conductor LF 775 2.19 1,697.25
2605.3001 1 1/4"CONDT PVC SCH 80(T) LF 775 8.50 6,587.50
TOTAL STREET LIGHTS $51,364.75
EXHIBIT C1 -STREET SIGNS
ITEM# IDESCRIPTION UNIT I QTY I UNIT PRICE TOTAL
9999.0006 IStreet Signs(Name Blades) I EA 1 41 245.00 1 980.00
TOTAL STREET SIGNS $980.00