Loading...
HomeMy WebLinkAboutContract 41328COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS COUNTY OF TARRANT City Secretary Contract No. 14' -3aN% WHEREAS, the undersigned "Developer" desires to make certain improvements (refer to the name of the project at the bottom of the page) an addition to the City of Fort Worth, Texas; and WHEREAS, the said Developer has requested the City of Fort Worth, a home -rule municipal corporation situated in Tarrant, Denton, Parker, and Wise Counties, Texas, hereinafter called "City", to do certain work in connection with said improvements. Developer Information: Developer Company Name: D.R. Horton - Texas, Ltd. Authorized Signatory: Don E. Allen Title: Assistant Secretary Project Name: Beechwood Creeks Phase 3A & 3B Project Location: SE of Cedar Ridge Dr. & Barton Ridge Dr. in Beechwood Creeks, Phase 1 Additional Streets: N/A Plat Case No.: FP-006-081 Plat Name: Beechwood Creeks Mapsco: 643 S To be completed by staff Received by: Council District: 2 City Project No: 01616 CFA: 2010-053 DOE: 5221 Date: r • • OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 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. Deve loper 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 follow ng checked exhibits are made a part hereof: Water(A) X Sewer (A-1) X , Paving (B) X , Storm Drain (B-1) X' , Street Lights & Signs (C) X . 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 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 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 Combined 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 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 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: Beechwood Creeks Phase 3A & 3B CFA No.: 2010-053 DOE No.: 5221 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 A. Water and Sewer Construction 1. Water Construction 2. Sewer Construction Water and Sewer Construction Total B. TPW Construction 1. Street 2. Storm Drain 3. Street Lights Installed by Developer TPW Construction Cost Sub -Total Developer's Cost 227,709.00 208,649.00 436, 358.00 547,221.00 244,503.00 64,040.00 855,764.00 Total Construction Cost (excluding the fees): $ Construction Fees: C. Water/Sewer Inspection Fee (2%) D. Water/Sewer Material Testing Fee (2%) Sub -Total for Water Construction Fees E. TPW Inspection Fee (4%) F. TPW Material Testing (2%) G. Street Light Inspsection Cost H. Street Signs Installation Cost Sub -Total for TPW Construction Fees Total Construction Fees: Financial Guarantee Ovti 1,292,122.00 8,727.16 8,727.16 17,454.32 31,668.96 15, 834.48 2,561.60 980.00 51,045.04 68,499.36 Choice Bond = 100% $ 1,292,122.00 /r'j Completion Agreement = 100% / Holds Plat $ 1,292,122.00 Cash Escrow Water/Sanitary Sewer= 125% $ 545,447.50 Cash Escrow Paving/Storm Drain r= 125% $ 1,069,705.00 Letter of Credit = 125% w/2yr expiration period $ 1,615,152.50 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 Developer has executed this instrument in at Fort Worth,i quadruplicate, Texas this of CLANX)..C)0-6-al\ , 20 CITY OF FORT WORTH - Recommended by: Water Department Wendy Chi- $jabu1a1, EMBA, P.E. Development Engineering Manager Approved as to Form & Legality: ite41 Arm ams y g 0 L' t ity Attorney ATTEST: Marty Hendrix City Secretary ATTEST pemommanswo•—• day Transportation & Public Works Department William A. - erkest, P.E. Director Approved by City Manager's Office its**L4CIL• Fernando Costa Assistant City Manager � ArcaPi ��topaap@o��%�) n oaY_ v .$) ( o'al F' 00 � a u O 0 O co. Y 0 �yA/� o r,�‘4414/7EX 4154C, D.R. Horton — Texas, Ltd. By its General Partner Meadows I, Ltd. Signature Signature (Print) Name: Print Name: Don E. Allen ate% cIX t\-- Title: Assistant Secretary OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Combined CFA final Sept 12, 2008 8 Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included S. AL ►1 rs ►1 AS r ►1 ►1 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 1 TEXAS SPEEDWAY MOTOR -N---..,,,,` -� \, VICTORY CIRCLE 'L Nice, � Che a ek (SH 1 1 J) ,TEXAN ry DOUBLE EV �CO i� 7. r � / Fli> J G \betra I35W cheek ` N =_ --a®JEcr ---_= LOCATIONw I E FART ,WORTH (\ITY LIMITS - S BEEC DEVE.CADIER/OWDI : VICINITY MAP Alta PH'Sls�" 3A/3iB3 LOCATED TN CITY OIL FORT WORTH, OR ITH9 TEXAS PREPARED BY: D•R•HORTON 6751 North Freeway Fort Worth, Texas 76131 Phone: (817)230-0800 Fax: (817)230-0896 OCTO ER9 2010 GooDw rm __MARSHAILL g MIL ENGINEERS — PLANNERS — SURVEYORS 2405 Mustang GrWe, Grapevine, Texas 76051 Metro (817) 329-4373 LEGEND w -ECG :ZOOID C PH SE 3A/3 4 • IDLE" IuOPEPJOWIT ER: VV AThTR EXIIIM!T "A" " PROPOSED WATER LINE EXISTING WATER LINE FUTURE WATER LINE PROPOSED FIRE HYDRANT ASSEMBLY PROPOSED GATE VALVE PROPOSED BLOW —OFF EXISTING FIRE HYDRANT ASSEMBLY EXISTING GATE VALVE PHASE LINE D • R • HORTON 6751 North Freeway Fort Worth, Texas 76131 Phone: (817)230-0800 Fax: (817)230-0896 s SCALE: NOTE: ALL WATER LINES SHOWN ARE 8" IN DIAMETER. IF7P.IETPA1PJED BY: GOODWIN! _ _\YjJA IfaSHA LL g CIVIL ENGINEERS — PLANNERS — SURVEYORS 2495 Mustang Drive, Grapevine, Texas 76051 Metro (817) 3294373 E \I0409\plans\Beechwood Creeks_Ph3_CFA.pro 25 Oct 2010 3 JEE 1C71 V V OOD REEKS PHASE 3A/33 SAVICIARY SIEW)ER IEXI llll "A-1" NOTE: ALL PROPOSED SANITARY SEWER LINES SHOWN ARE 8" IN DIAMETER. DEVVELO1FE1R/OW IE: D • R • HORTON 6751 North Freeway Fort Worth, Texas 76131 Phone: (817)230-0800 Fax: (817)230-0896 *96 �� 47 � ,o Oit re /At;�S�/7irtiall'241::::44#20 4 315 N. rat:57 pyAs64 3B LEGEND S J h SCALE: s� ��'�1/��'� SCALE: 11" 3 O9 PROPOSED SANITARY SEWER LINE EXISTING SANITARY SEWER LINE FUTURE SANITARY SEWER LINE PROPOSED SANITARY SEWER MANHOLE EXISTING SANITARY SEWER MANHOLE PROPOSED SDR-35 SANITARY SEWER SERVICE PROPOSED SDR-26 SANITARY SEWER SERVICE PHASE LINE PREPARED BY: oOOIDWN \MAIf�S�HAI[�IL CIVIL ENGINEERS - PLANNERS - SURVEYORS 2405 Mustang Drive, Grapevine, Texas 76051 Metro (817) 329-4373 E:\10409\plans\Beechvaood Creeks_Ph3_CFA,pro 25 Ocl 2010 3]EECHWOOD JL1CMKS PHASE 3A/33 STP,EETS EXJHU imiET " " LEGEND PROPOSED 29' B—B ROADWAY w/ 50' R.O.W. 7" THICK REINFORCED CONCRETE PAVEMENT IIDE'ti1ELO?1EJPJOWT'NIEIE: PHASE LINE D • R • HORTON 6751 North Freeway Fort Worth, Texas 76131 Phone: (817)230-0800 Fax: (817)230-0896 SCALE: 11" U 3009 PREPA1P.ED E ': GOODWq& __MARSHALL CIVIL ENGINEERS — PLANNERS — SURVEYORS 2405 Mustang Drive, Grapevine, Texas 78051 Metro (817) 329-4373 E : \10409\pions\Beechwood Creeks_Ph3_CFA.pro 25 Ocl 2010 33,EC OOD CREEKS PIAS 3 3A/33 STORM 3D EXAIBrjF "! - " 101E `IELOPEPJOWI'TER: LEGEND PROPOSED STORM DRAIN LINE EXISTING STORM DRAIN LINE PROPOSED STORM DRAIN INLET D • R • HORTON 6751 North Freeway Fort Worth, Texas 76131 Phone: (817)230-0800 Fax: (817)230-0896 s SCALE: 1" = MO' PREPARED BY: OOODWTh R ___MARSHA LL CNIL ENGINEERS — PLANNERS — SURVEYORS 2405 Mustang Drive, Grapevine, Texas 76051 Metro (817) 329-4373 E;\10409\plans\Beechwood Creeks_Ph3_CFA.pro 25 0c1 2010 3EEC OCD EASE 3 CREEKS 3B STREET EXHIBIT ll "C" LEGEND 2" PVC CONDUIT LIGHT POLE EXISTING LIGHT POLE TRANSFORMER ON PAD HAND HOLE DEVELOPER/OWNER: •O A D • R • HORTON 6751 North Freeway Fort Worth, Texas 76131 Phone: (817)230-0800 Fax: (817)230-0896 s SCALE: I1 °" 3009 PPP -PAIRED BY: _� A)R SIH[M1 L CIVIL ENGINEERS — PLANNERS -- SURVEYORS 2405 Mustang Drive, Grapevine, Texas 76051 Metro (817) 329-4373 E:\10409\plans\Beechwood Creeks_Ph3_CFA.pro 25 Ocl 2010 3IEECHWOOJ 'HASE 3 CREEKS 33 STREET MGM "C_1" LEGEND PROPOSED STREET NAME SIGN DEVELOTEPJOwr11ER: D•R•HORTON 6751 North Freeway Fort Worth, Texas 76131 Phone: (817)230-0800 Fax: (817)230-0896 SCAL3: s SCAL3: A vu 3009 PPJ^AJRED I3?: G ©ODW IT __MA RSHA LIL CIVIL ENGINEERS — PLANNERS — SURVEYORS 2405 Mustang Drive, Grapevine, Texas 76051 Metro (617) 329-4373 E: \IO409\plons\Beechwood Creeks_Ph3_CFA.pro 25 Ocl 20f0 Date: 10/25/10 Job No: 10409 ENGINEER'S OPINION OF PROBABLE COST Project: Beechwood Creeks - Phase 3A/3B (CFA) Location: Fort Worth, Texas ITEM No. DESCRIPTION 1. 8" DR-14, C-900 PVC 2. 8" Gate Valve & Box 3. Std. Fire Hydrant Assembly w/ 6" Gate Valve & Box 4 C.I.R.T. Fittings 5 Trench Safety 6 Test Water Works 7 1" Water Services with Meter 8 Connect to Existing 9 End & Plug 8" Water Line 10. Concrete Water Subtotal UNIT QUANTITY Water Facilities L.F. Ea. Ea. Ton L.F. L.F. Ea. Ea. Ea. C.Y. 5,128 12 5 1.32 5,128 5,128 144 3 2 10 Client: D.R. Horton UNIT PRICE $21.00 $975.00 $3,200.00 $4,500.00 $1.00 $1.00 $500.00 $875.00 $500.00 $50.00 Page: 1 of 2 TOTAL COST $107,688.00 $11,700.00 $16,000.00 $5,940.00 $5,128.00 $5,128.00 $72,000.00 $2,625.00 $1,000.00 $500.00 $227,709.00 This Engineer's opinion of probable construction cost is made on the basis of the Engineer's experience and best judgement as a design professional. It must be recognized that any evaluation of work to be performed to construct this project must by necessity be speculative in nature until completion of its actual detailed design In addition the engineer has no control over the cost of labor material or services to be furnished by others or over market conditions. Accordingly Goodwin & Marshall, Inc. can not guarantee that actual costs will not vary from the opinions expressed herein. ENGINEER'S OPINION OF PROBABLE COST Date: 11/12/10 Project: Beechwood Creeks - Phase 3A/3B (CFA) Job No: 10409 Location: Fort Worth, Texas ITEM No. DESCRIPTION UNIT QUANTITY Sanitary Sewer Facilities 1. 8" SDR-35 PVC 2. 8" SDR-26 PVC 3. 4" SDR-35 Sewer Services 4. 4" SDR-26 Sewer Services 5. Std. 4' Dia. Manhole 6. Extra Depth Manhole 7. Trench Safety 8. T.V. Sanitary Sewer Line 9. Connect to Existing S.S. Stub -out 10. Cement Stabilized Backfill 11. Clay Dam 12. End and Plug Sanitary Sewer Subtotal L .F. L .F. Ea. Ea. Ea. V.F. L.F. L .F. Ea. L .F. Ea. Ea. 2,890 469 79 65 14 11 3,359 3,359 3 104 5 2 Client: D.R. Horton UNIT PRICE $25.00 $28.00 $450.00 $500.00 $2,500.00 $200.00 $1.00 $2.00 $600.00 $3 5.00 $300.00 $500.00 Page: 2 of 2 TOTAL COST $72,250.00 $13,132.00 $35,550.00 $32,500.00 $35,000.00 $2,200.00 $3,359.00 $6,718.00 $1,800.00 $3,640.00 $1,500.00 $1,000.00 $208,649.00 This Engineer's opinion of probable construction cost is made on the basis of the Engineer's experience and best judgement as a design professional. It must be recognized that any evaluation of work to be performed to construct this project must by necessity be speculative in nature until completion of its actual detailed design. In addition the engineer has no control over the cost of labor material or services to be furnished by others or over market conditions. Accordingly Goodwin & Marshall, Inc can not guarantee that actual costs will not vary from the opinions expressed herein. Date: 11/12/10 Job No: 10409 ENGINEER'S OPINION OF PROBABLE COST Project: Beechwood Creeks - Phase 3A/3B (CFA) Location: Fort Worth, Texas ITEM No. DESCRIPTION 1. 7" Concrete Pavement 2. 6" Lime Stabilized Subgrade 3. Hydrated Lime @ 321b / SY 4. Barrier Free Ramps 5. Connect to Concrete Header 6. 4' Wide Concrete Sidewalk 7. Concrete Header 8. End of Road Barricade Paving Subtotal UNIT QUANTITY On -Site Paving Facilities S.Y. S.Y. Ton Ea. L.F. L.F. L.F. Ea. 16,227 16,779 269 10 87 20 58 4 Client: D.R. Horton UNIT PRICE $27.00 $3.00 $150.00 $950.00 $25.00 $14.00 $25.00 $1,250.00 Page: 1 of 3 TOTAL COST $43 8,129.00 $50,337.00 $40,350.00 $9,500.00 $2,175.00 $280.00 $1,450.00 $5,000.00 $547,221.00 This Engineer's opinion of probable construction cost is made on the basis of the Engineer's experience and best judgement as a design professional. It must be recognized that any evaluation of work to be performed to construct this project must by necessity be speculative in nature until completion of its actual detailed design. In addition the engineer has no control over the cost of labor material or services to be furnished by others or over market conditions. Accordingly Goodwin & Marshall, Inc. can not guarantee that actual costs will not vary from the opinions expressed herein ENGINEER'S OPINION OF PROBABLE COST Date: 11/12/10 Project: Beechwood Creeks - Phase 3A/3B (CFA) Job No: 10409 Location: Fort Worth, Texas ITEM No. DESCRIPTION 1. 10' Curb Inlet 2. 15' Curb Inlet 3. Std. 4' x 4' Storm Drain Manhole 4. Std. 5' x 5' Storm Drain Manhole 5. 39" Headwall (Temporary) 6. 42" R.C.P. 7. 39" R.C.P. 8. 36" R.C.P. 9. 30" R.C.P. 10. 27" R.C.P. 11. 24' R.C.P. 12. 21' R.C.P. 13. Gabion Mattress 14. Trench Safety Storm Drain Subtotal UNIT QUANTITY Storm Drain Facilities Ea. Ea. Ea. Ea. Ea. L.F. L .F. L .F. L .F. L .F. L .F. L .F. S.Y. L .F. 10 2 2 6 1 418 368 250 66 266 964 156 66 2,488 Client: D.R. Horton UNIT PRICE $2,500.00 $3,250.00 $3,800.00 $4,500.00 $3,225.00 $100.00 $85.00 $78.00 $62.00 $53.00 $50.00 $48.00 $85.00 $1.25 Page: 2 of 3 TOTAL COST $25,000.00 $6,500.00 $7,600.00 $27,000.00 $3,225.00 $41,800.00 $31,280.00 $19,500.00 $4,092.00 $14,098.00 $48,200.00 $7,488.00 $5,610.00 $3,110.00 $244,503.00 This Engineer's opinion of probable construction cost is made on the basis of the Engineer's experience and best judgement as a design professional. It must be recognized that any evaluation of work to be performed to construct this project must by necessity be speculative in nature until completion of its actual detailed design In addition the engineer has no control over the cost of labor material or services to be furnished by others or over market conditions. Accordingly Goodwin & Marshall, Inc. can not guarantee that actual costs will not vary from the opinions expressed herein. ENGINEER'S OPINION OF PROBABLE COST Date: 11/12/10 Project: Beechwood Creeks - Phase 3A/3B (CFA) Job No: 10409 Location: Fort Worth, Texas ITEM No. DESCRIPTION 1. Street Light Bases w/Poles 2. Street Light 2" Conduit 1. Street Lights Subtotal Street Signs Street Signs Subtotal UNIT QUANTITY Street Lights Ea. L.S. Street Signs Client: D.R. Horton UNIT PRICE 16 $3,500.00 1,005 $8.00 Ea. 4 Page: 3 of 3 TOTAL COST $56,000.00 $8,040.00 $64,040.00 $245.00 $980.00 $980.00 This Engineer's opinion of probable construction cost is made on the basis of the Engineer's experience and best judgement as a design professional. It must be recognized that any evaluation of work to be performed to construct this project must by necessity be speculative in nature until completion of its actual detailed design. In addition the engineer has no control over the cost of labor material or services to be furnished by others or over market conditions. Accordingly Goodwin & Marshall, Inc. can not guarantee that actual costs will not vary from the opinions expressed herein. ENGINEER'S OPINION OF PROBABLE COST Date: 11/12/10 Project: Beechwood Creeks - Phase 3A/3B (CFA) Job No: 10409 Location: Fort Worth, Texas ITEM No. DESCRIPTION 1. 8' DR-14, C-900 PVC 2. 8' Gate Valve & Box 3. Std. Fire Hydrant Assembly w/ 6" Gate Valve & Box 4. C.I.R.T. Fittings 5. Trench Safety 6. Test Water Works 7. 1" Water Services with Meter 8. Connect to Existing 9. End & Plug 8" Water Line 10. Concrete Water Subtotal UNIT QUANTITY Water Facilities L .F. Ea. Ea. Ton L .F. L .F. Ea. Ea. Ea. C.Y. 5,128 12 5 1.32 5,128 5,128 144 3 2 10 Client: D.R. Horton UNIT PRICE $21.00 $975.00 $3,200.00 $4,500.00 $1.00 $1.00 $500.00 $875.00 $500.00 $50.00 Page: 1 of 2 TOTAL COST $107,688.00 $11,700.00 $16,000.00 $5,940.00 $5,128.00 $5,128.00 $72,000.00 $2,625.00 $1,000.00 $500.00 $227,709.00 This Engineer's opinion of probable conshuction cost is made on the basis of the Engineer's experience and best judgement as a design professional. It must be recognized that any evaluation of work to be performed to construct this project must by necessity be speculative in nature until completion of its actual detailed design. In addition the engineer has no control over the cost of labor material or services to be furnished by others or over market conditions. Accordingly Goodwin & Marshall, Inc. can not guarantee that actual costs will not vary from the opinions expressed herein.