HomeMy WebLinkAboutContract 47584 CITY SECRETAWCONTRACT W.
Developer and Project Information Cover Sheet:
Developer Company Name: Hillwood Alliance Services,LLC
Address, State,Zip Code: 13600 Heritage Pkwy Suite 200,Fort Worth, TX 76177
Phone&Email: 817-224-6000,russell.laughlin@hillwood.com
Authorized Signatory, Title: L.Russell Laughlin, Senior Vice President,Properties Division
Project Name and Brief Prestige Road-Alliance Town Center North
Description:
Project Location: Intersection of Prestige Road and North Riverside Drive
Plat Case Number: FP-15-077 Plat Name: Allliance Town Center North
Mapsco: Council District: 4 City Project Number: 02697
CFA Number: CFA 2015-107 DOE Number: None
To be completed by st ff
Received by: Date: �12 5� lh::7
City of Fort Worth,Texas
Standard Community Facilities Agreement P"V
CFA Official Release Date: 07.30.2015 a Vtorf 77 F-T
iI
Page 1 of 11
STANDARD COMMUNITY FACILITIES AGREEMENT
THE STATE OF TEXAS § City Secretary
COUNTY OF TARRANT § Contract No.
WHEREAS, Hillwood Alliance Services LLC ("Developer"), desires to make certain
specific improvements as described below and on the exhibits attached hereto ("Improvements")
related to a project generally described as Prestige Road- Alliance Town Center North
("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) Cl Paving (B) ;®', Storm Drain (B-1) �, Street Lights &
Signs (C) 11,I '.
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 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 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 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. 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 �111tan 'Town-Cen#erNortl
CFA No.: 2015-107 DOE No.: NONE
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
� 0
2.Sewer Construction M; �
Water and Sewer Construction Total $ 65,874.00
B. TPW Construction
1.Street
�� ��
2.Storm Drain
3.Street Lights Installed by Developer f3
4. Signals $ a
TPW Construction Cost Total $ 499,397.00
Total Construction Cost(excluding the fees): $ 565,271.00
Construction Fees:
C. Water/Sewer Inspection Fee(2%) $ 1,317.48
D. Water/Sewer Material Testing Fee(2%) $ 1,317.48
Sub-Total for Water Construction Fees $ 2,634.96
E. TPW Inspection Fee(4%) $ 15,887.88
F. TPW Material Testing(2%) $ 7,943.94
G. Street Light Inspsection Cost $ 4,088.00
H. Signals Inspection Cost $
H. Street Signs Installation Cost $
Sub-Total for TPW Construction Fees $ 27,919.82
Total Construction Fees: $ 30,554.78
Choice
Financial Guarantee Options,choose one Amount Mark one
Bond=100% $ 565,271.00
s•
Completion Agreement=100%/Holds Plat $ 565,271.00
Cash Escrow Water/Sanitary Sewer=125% $ 82,342.50
Cash Escrow Paving/Storm Drain=125% $ 624,246.25
Letter of Credit=125%w/2yr expiration period $ 706,588.75
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
Hillwood Alliance Services,LLC
Jesus J. Chapa
Assistant City Manager N e. L.Ru Laughlin
�� / Title: Sem ce President,Properties Division
Date: b
Date: t
Recommended by:
ATTEST: (Only if required by Developer)
Wendy Chi-B bulal, EMBA, P.E.
Development Engineering Manager Signature
Water Department 1 Tame:Jd Q;1
G
10 4�1
DUI-A
'(yam! JbA�Q®''o 3'�{ytpJ
a OoQ�Q/J
Douglas t. Wiersig, P.E. QQ
Director
Transportation&Public Works Department `
ebQ om
Approved as to Form &Legality: ATTEST:
DoftgjnrW.-Bj=k- Mary J. Kayser
Assistant City Attorney City Secretary
M&C No. N /w
Date: ZIIZ I1te
Fo+`ott 17 9 5 ' N /4
OFFICIAL RECORD
City of Fort Worth,Texas CITY SECRETARY
Standard Community Facilities Agreement
CFA Official Release Date: 07.30.2015 FT. WORTH, 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
ilk; Exhibit A: Water Improvments
Water Cost Estimate
'fit Exhibit A-1: Sewer Improvements
Sewer Cost Estimate
E Exhibit B: Paving Improvements
Paving Cost Estimate
Exhibit 13-1: Storm Drain Improvements
Storm Drain Cost Estimate
1 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"V
Changes to Standard Agreement
Community Facilities Agreement
City Project No. 02697
The time for completion is hereby revised to be one (1)year and section P is revised as follows:
P. COMPLETION WITHIN 1 YEAR
i. Developer shall complete the Improvements within one (1) year, provided,
however, if construction of the Improvements has started within the one 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 one (1) year 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 one (1) year 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.
City of Fort Worth,Texas
Standard Community Facilities Agreement
CFA Official Release Date:07.30.2015
Page 11 of 11
l
�
SITE GOLDEN TRIANGLE BLwo
VD
PRESTIGE oz 0
ROAD �O =
>wW
w p m
= z
zo HERIT E
TRACE PI 377
ow
z
w<
S
287 Q
W
LL
NORTH TARRANT
PARKWAY
M
Q
AMMA m
® z
:..........................................................................................................................E.N6'l ...NEE....R:......;
OWNER/ DEVELOPER:
NGI
PRESTIGE ROAD HILLWOOD ALLIANCE iWil LAND'IPELSOLUTIONS
OTON
NORTH ALLIANCE TOWN CENTER NORTH SERVICES, LLC 5751 KROGER DRIVE
NOT TO SCALE 13600 HERITAGE PARKWAY,SUITE 200 SUITE 185
FORT WORTH,TEXAS 76177 KELLER,TX 76244
DATE:OCTOBER 2015 PHONE: (817) 224-6000 PHONE:817-562-3350
vsm m m m mm �m $@g6
11.I °
>
IE
LLI
COOK CHILDREN'S HEALTCARE SYSTEM
INST.4D213256056 w
AILINVESTMENT,L.P. C.R.T.C.T. >
VOL.14366,PG.56-58
C.R.T.C.T.
z
31
PROPOSED j(
FIRE HYDRANT 8"WL ws
6°GATE EX 12°W L
VALVE PRESTIGE ROAD
12°GATE
VALVE JL
12'W-1
�—12"GATE Jamar � 12'—GATE `-` - 12"GATE
VALVE
8"WL VALVE 8'WL VALVE
8°GATE
8°GATE VALVE 8°GATE
VALVE VALVE
EX 12°GATE
VALVE
AIL INVESTMENT,L.P.
VOL.14386,PG.56-58
C.R.T.C.T.
LEGEND
PROPOSED WATER LINE
xn - EXIST WATER LINE
-t- PROPOSED FIRE HYDRANT
N PROPOSED GATE VALVE
D4 EXIST GATE VALVE
EXHIBIT A - WATER
------------------------------- ---------------------------------------------------------------------------------------------------------
o NORTH zoo PRESTIGE ROAD OWNER/ DEVELOPER: 1-111 pELOTON
HILLWOOD ALLIANCE pp LAND SOLUTIONS
SERVICES, LLC 5751 KROGER DRIVE
ALLIANCE TOWN CENTER NORTH 13600 HERITAGE PARKWAY,SUITE 200 SUITE 185
FORT WORTH,TEXAS 76177 KELLER,TX 76244
GRAPHIC SCALE DATE:OCTOBER 2015 PHONE: (817) 224-6000 PHONE:817-562-3350
xR ..... ....
� >
� o
o
U)
COOK CHILOREN'S HEALTCARE SYSTEM w
INST.4D213256056 W
C.R.T.C.T. >
Z
AIL INVESTMENT,L.P.
VOL.14386,P.
56-56
C.R.T.C.T.
PRESTIGE ROAD
T
45' B-B /62' ROW 61' B-B /80' ROW
AIL INVESTMENT,L.P.
VOL.14386,PG.56-58
C.R.T.C.T.
LEGEND
PROPOSED CONCRETE PAVEMENT
-� SIDEWALK BY DEVELOPER
EXHIBIT B - PAVING
= -- I�-- ------------------------------------------- --------------------------------------- ------------------
OWNER/DEVELOPER: 0p?+I PELOTON
0 NORTH 200' PRESTIGE ROAD HILLWOOD ALLIANCE -1U LAND SOLUTIONS
SERVICES LLC 5751ROG185RDRIVE
KEL
ALLIANCE TOWN CENTER NORTH 13600 HERITAGE PARKWAY,SUITE 200 SUI
FORT WORTH,TEXAS 76177 8,T 3
X 4
7 7-624 4
GRAPHIC SCALE DATE:OCTOBER 2015 PHONE: (817) 224-6000 PHONE:
� o
� o
COOK CHILDREMS HEALTCARE SYSTEM Q'
INST.#D213256056 (L
C.R.T.C.T. s >
Z
AIL INVESTMENT,L.P.
VOL.14386,PG.5658 1
C.R.T.C.T. 42"RCP
4I
PRESTIGE ROAD
21"RCP
21 RCP
F SQ.DROP INLET
AIL INVESTMENT,L.P.
VOL.14386,PG.56-58
C.R.T.C.T.
LEGEND
PROPOSED STORM DRAIN INLET
PROPOSED SLOPED HEADWALL
�-- PROPOSED STORM DRAIN DROP INLET
EXHIBIT B1 - STORM DRAINAGE
= V -------------------------------------------- ---------------------------------------------------------------------------------
OWNER/ DEVELOPER: 11011 PELOTON
0 NORTH 200' PRESTIGE ROAD HILLWOOD ALLIANCE 11-lir LAND SOLUTIONS
SERVICES, LLC 5751 KROGER DRIVE
ALLIANCE TOWN CENTER NORTH 13600 HERITAGE PARKWAY,SUITE 200 SUITE 185
FORT WORTH,TEXAS 76177 KELLER,TX 76244
GRAPHIC SCALE DATE:OCTOBER 2016 PHONE: (817) 224-6000 PHONE:817-562-3350
..........
� � o
o
COOK CHILDREN'S HEALTCARE SYSTEM
INST.#D213256056 g w' C.R.T.G.T. >
cr
Z
AIL INVESTMENT,L.P.
VOL.14386,PG.56-58
C.R.T.C.T.
PRESTIGE ROAD
IMF—
AIL INVESTMENT,L.P.
VOL.1438 I,PG.56-58
C.R.T.C.T.
LEGEND
• PROPOSED STREET LIGHTS
Q EXIST STREET LIGHTS
EXHIBIT C — STREET LIGHTS
----------- ---------------------------------------------------------------------------------------------------------------------
? OWNER/ DEVELOPER: lull PELOTON
0 NORTH 2O0' PRESTIGE ROAD HILLWOOD ALLIANCE �n LAND SOLUTIONS
SERVICES LLC 5751 KROGER DRIVE
ALLIANCE TOWN CENTER NORTH 13600 HERITAGE PARKWAY,SUITE 200 SUITE 185
FORT WORTH,TEXAS 76177 KELLER,TX 76244
GRAPHIC SCALE DATE:OCTOBER 2016 PHONE: (817) 224-6000 PHONE:817-562-3350
a� sg..... o �
N �
� o
w
COOK CHILDREN'S HEALTCARE SYSTEM ❑
INS
T.#D213256056
gC.R.T.C.T. n
w
ffi �
AIL INVESTMENT,L.P. 0
VOL.14386,PG.58-58 iZ
C.R.T.C.T.
PRESTIGE ROAD
AIL INVESTMENT,L.P.
VOL.14386,PG. ,
C.R.T.C.T.
LEGEND
PROPOSED STREET NAME SIGNS
EXIST STREET NAME SIGNS
EXHIBIT Cl - STREET NAME SIGNS
= ---- ------------------------------------------------------------------------------------------------------------- ------------------
VOWNER/ DEVELOPER: 1101 PELOTON
0 NORTH 2O0' PRESTIGE ROAD HILLWOOD ALLIANCE ,lI, LAND SOLUTIONS
SERVICES LLC 5751 KROGER DRIVE
ALLIANCE TOWN CENTER NORTH 13600 HERITAGE PARKWAY,SUITE 200 SUITE 185
FORT WORTH,TEXAS 76177 KELLER,TX 76244
GRAPHIC SCALE DATE:OCTOBER 2015 PHONE: (817) 224-6000 PHONE:817-562-3350
CFA fluantlty Take Off
Ili! �"jEL(v"�'!'O N 11AI _ Alliance Town Center North
! (Prestige Road)
I►1 Rif L AND $4 L U T 1 O H 5 Paving,Drainage,Water&Street Light Improvements
Proleet Number: IMMM31
n�.xahi'ov4xt 13v.anstkxkxz,e.n s'asli?a.- Prepared For.
Data:
File Nama:
CFA PROTECT QUANTITY MATRIX
ITEMTOTAL UNITPRICE ITENITOTALCOSI
ITEMNO. BIDITEM UNIT 10 16 19 22 24 26 SL-1
3110.0101 Sim Clearin LS 1 1 $5.500.00 55,500.00
3123.0103 Bmmavb Plan CY 2,623 2.623 56-0 $15,738.00
3123.0101 Undassifi dE=-imb Plan CY 3.278 3,278 54.00 S13,I12.00
3125.0101 SAMP 21 A- IS 1 1 54,500.00 $4,500.00
3213.0103 8'Cont Pmt SY 4,037 4,037 $39.00 $157,443.00
3211.0502 8-Lima Treatmem SY 5,331 5,331 53.00 575,993.00
321 LO400 N dratai lime TN 126 126 5165.00 $20,790.00
3212.0503 V halt Base TW B SY 1,040 1.040 530.OD $31,200.00
3211.0400 ll r*-d lime TN 25 25 $165.00 $4,125.00
3213.0301 4-Cone SiSF 7.998 ]998 SIM 5234994.00
3292.0400 Sxd {{dwalk shanulrh SY 977 977 52.00 51,954.00
9999.0001 Cmsstauct Couaetx Heade LF 44 44 520.00 5880.00 -
9999.0002 Cm to E:istin Header IF 48 48 $25.00 51,200.00
9999.0003 TratSeC-d 7S I 1 52.500.00 52500-0
9999.OD04 4-CONDT PVC SCH 40 LF 284 284 $16.00 $4,544.00
9999.0005 6'CONDT PVCSCH 40 LF 284 284 $20.00 55,680.00
9999.0006 8'CONDT PVC SCH 40 LF 124 124 $40.00 54,960.00
9999.00D7 24'CONDTPVCSCH40 LF 160 160 $85.00 513,600.00
1217.1002 Lace Le nd A- EA I I 5300-0 $300.00
3217.1004 L-Le od Oaly 1 5300.OD5300.00
3217.1006 Lace Le od Bike EA 6 6 $300.00 51,800.00
3217.1003 L- .dD13L Arrmv HA 3 3 5400.00 51.200.00
321].0101 8'SLD Pmt Markle HAS LF 106 106 54.00 $424.00
3217.0501 24.5[-Amt kiartin NAE(5V1 LF 24 24 SI8.00 $432.00
3217.0001 4'SLD Pmt Markin}IAS LF 1,1]8 1.178 52.00 52,356.00
3217.0004 4'BRR Pmt hfarkin}IpS LF 1,380 1,380 $2.00 $2,760.00
3217."3 4'BRK Pmt Markin 21AS(S LF 300 300 $2.00 $600.00
344IA006 1-11 Alum Si Gromd Murat G ] 1 7 51,400.00 59,800.00
3441.4007 Imtall Alum Si Ex Pote Mount EA 3 3 5600.00 $2,400.00
9999.0008 End ofRmd Wa iwde IF 100 100 $25.00 52,500.00
Total Pnin Im rm meots 5352,585.00
3311.0161 6'PVC\Yater Pi LF 51 51 $36.00 51,836.00
33110261 8'PVC Watar Pi LF 76 76 540.00 53,040.00
3312.3003 8'Cam VeBe LF 3 3 57,050.00 S3.150.00
3311.646! 12-PVC NV-PiN LF 800 800 S42,O0 533,600.00
3311.0442 12-IVater Pi ,CSS Backfill LF 13 13 $52.00 $676.00
3312.3002 6'Gam Vahe EA 1 I 5950.00 $950.00
3312.3005 12'Gate Valse EA 4 4 52,200.00 $8,800.00
33120001 Firs F{ahaot EA 1 1 33,SOO.00 53,500.00
3312.0117 CmnMimtoEirtin4'-12'NVwhfain EA 1
1 51,000.00 57.000.00
3311.0001Ductile 11M kVater FAft-/Renraint TON 1.08 1.08 S4 000.00 54320.00
9999.01109 C--W din T B CY 0.5 1 $150.00 $75.00
3305.0109 Trench Safi IF 927 927 $IAo 592].00
Tohl Water im rmements- 561,874.00
334140201 21°ACP,Cl-m LF 201 1 1 1 1 20 $48.00 MS.44,612.00
.00
3341.6102 42'RCP Cl-Ul LF 119 119 $105.00 .00
9999.0010 STD 42'RCP Sl-,d{le -ll EA 1 1 55,500.00 .00
3349.5001 70'Curb Inlet EA 2 2 52.200.00 .W
3137.0102 lar a Slme Rip,,,d SY 110 1IO 585.00 .00
3292.0400 Seedin H dramulch SY 3,384 3,384 $2.00 .00
3349.7002 5'Dr Wet E.A I I 55,000.00 .00
3305.0109 hrnch SaM IF 139 139 $1.00 .00
Total Storm D.I.la,--Is mems 002605.3015 2'CONDT PVC SCFI80 LF 1,595 1595 510.00 .003441.1502 Grmnd B_T H,av/AEA 2 2 $500.00 , .00
3441.331 Cmma Enclosure,Pad Mmmt EA 1 I S4 500.00 $4 500.00
3441.3303 Rdsa Blum Famda. W7 EA 17 I] 51,200.00 $20000.00
9999.0011 Rdn IDum M-b1 Beacon Pmd-T SH-1 EA 17 17 52.850.00 $48,450.00
34413201 LED Li tiv Fixture EA 17 17 $700-0 $11,900.00
Total Street Ll ht l,--,l 3102,200.00
Total Improvenumsi $561,271.00