Loading...
HomeMy WebLinkAboutContract 41480 COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary u COUNTY OF TARRANT § Contract No.— 1 <S c 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: KB HOME Lone Star Inc. Authorized Signatory: Marcia Dillon Title: Executive Vice President–Sales, Marketing and Studio Project Name: Valley Brook Estates Phase 6A Project Location: W of Ridge Lake Dr. & Graywolf Ridge Trl. Intersection in Valley Brook Estates Phase 3 Additional Streets: N/A Plat Case No.: FP-010-019 Plat Name: Valley Brook Estates Mapsco: 36D Council District: 2 City Project No: 01611 To be completed ,s ff. Received by: Date: tA, I ' CFA: 2010-054 DOE: 654 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. Developer shall provide financial security in conformance with paragraph 6, Section 11, 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 Proj ect and the exhibits attached hereto. D. The following checked exhibits are made a part hereof: Water (A) X_,, Sewer (A-1) X Paving (B) X , Storm Drain (B-l) X'= , Street Lights& Signs (C) X E. The Developer shall award all contracts for the construction of community facilities in accordance with Section I paragra h 7 licy and the OFFICIpAL RG� contracts for the construction of t eC1 WE~ e shall be administered in conformance with para apo f S;— Uth 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 co wilt to procee ake such laboratory tests of materials bei ng used a9fflfi +e#PPRITYDThe City. v. To require its contractor to have fu y C TTY u JE�RETARY e contract cocuments submitted to the City to schedule a Pre- WORTH nTMe ing. 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 miscond Rid DEVELOPER. his contractors, sub-contractors, officers,r:y AL RECORD employees, whether or not such injuries, death or da �CRETAR Y caused in whole or in art by the alle red ne Ali ence o theF T TFI,TX Combined CFA final Sept 12,2008 4 Fort Worth, its officers, servants, or employees. A 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 drai to four percent (4%) and materi a] testing fees equa I Qf F AWWRMP for a total of 6%, of the developer's share of the tot 1%TXr§ft9AF:T 1R stated in the construction contract. FT. WORTH, TX 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 prope w is is the subject o the Completion Agreement. OFFICIAL RECORD EF�T.ITY SECRETARY WORTH TX Combined CFA final Sept 12,2008 6 Cost Summary Sheet Project Name: Valley Brook Estates Phase 6A CFA No.: 2010-054 DOE No.: 6544 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 $ 148,261.40 2.Sewer Construction $ 173,444.00 Water and Sewer Construction Total $ 321,705.40 B. TPW Construction 1.Street $ 420,956.80 2.Storm Drain $ 206,283.00 3.Street Lights Installed by Developer $ 47,580.00 TPW Construction Cost Sub-Total $ 674,819.80 Total Construction Cost(excluding the fees): $ 996,525.20 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 6,434.11 D. Water/Sewer Material Testing Fee(2%) $ 6,434.11 Sub-Total for Water Construction Fees $ 12,868.22 E. TPW Inspection Fee(4%) $ 25,089.59 F. TPW Material Testing(2%) $ 12,544.80 G. Street Light Inspsection Cost $ 1,903.20 H. Street Signs Installation Cost $ 1,225.00 Sub-Total for TPW Construction Fees $ 40,762.59 Total Construction Fees: $ 53,630.80 Choice Financial Guarantee Options,choose one Amount (ck one Bond=125% $ 1.245,656.50 X Completion Agreement=100%/Holds Plat $ 996,525.20 Cash Escrow Water/Sanitary Sewer=125% $ 402,131.75 Cash Escrow Paving/Storm Drain r=125% $ 843.524 75 IAL RECORD Letter of Credit= 125%w/2 r expiration period $ 1.245.656.50 CITY SECRETARY FT. WORTH, TX 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 quadruplicate, at Fort Worth, Texas this S} day of ,20J. CITY OF FORT WORTH-Recommended by: Water Department Transportation & Public Works Department 1 V Zt Wendy Chi abulal, EMBA, P.E. William A. erkest,PeK Development Engineering Manager Director Approved as to Form &Legality: Approved by City Manager's Office my T I ra-M y IV,iee,'K s`s e Fernando Costa Assistant City Attorney Assistant City Manager ATTEST: q-G AV 0000000C'04 0 o a 0 NO M&C REQUIRED May Hendrix OX rt City Secretary a d 0000000000°00 4 4'nt1zl4,d44 ATTEST KB HOME Lone Star Inc. Signature Signature Print Name:Jeff Poole Print Name: Marcia Dillon Title: Director of Land Acquisition Title: Executive VP—Sales, Marketing and Studio OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Combined CFA final Sept 12.2005 8 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) ORECORD RETA RY TH,TX 9 N IN E s y S =) m WALL- PRICE- C, PRICE- ---- I<ELLEP C. iol G in HERITAGE \ f TRACE KROGE R PARR. VISTA > CIRCLE Y 1 Q J l 'C !ffilillTT11 QlID1ll1Il� � PR FRANK TI®N w IP SE 6A r � QG � RODEO �T��O S RREL �OC; r CUTTIN HOR E/e ° 9- ARAB[, N w f Dye COT I La TARRANT = wLcON w � O � yC O OJ a_ 3 Y= WALL - PRICE WATAUCA CITY LIWT a SUNDOWN VICINITYMAP N.T,S. VALLEY lBBIR 0 0 lKi"n'S TATE S 9 P TL7 LZIASIF�19 6A LOCATEDEN C HTY OF FORT VV ORTH9 MXAS ®till rr&!L'?6J fl a�ED BY: K BH =HOME OFFICIML-AIGYL�J NERS-SURVEYORS 27i 3 Lfi3 ru�.°d!°.' �'.IiT,T3�iT^ 222 MMM OOD ffFvv___��� :)A-iA7,:;�A-7M4 405 uetang r e, 'r Lpevine,Texas 76051 ��iDl TE_(972)232-6ic, � �;�, " F,Er E, 201 E CITY SECRE7"07 329-0373 MATCHLINE 1 ko w I I I �N 1 \ :�,,• //\1\.`fan �� .�y:, t .•�i X 1 MATCHLINE 1 CD im �2 g (��j • s g z - L $ 9 1 vvaas o \\ \\ m m v -u -p m m o N X X ;U ;L7 C X A O O O —I N O ui O O O x O cn cn cn rn z m F�� N I s \ \ O 0 0 d m cn -Di m m � n rn p D m -1 D �. N D rn < o rn r z \ < D m u A cn �' m rn z m -T ruo. > g 9 m N m K r co � r e ^1 - ti 0 ` I '�� p Ilt _ [Al =/ ,nl ,7 IC J k Z dWE ALDP.T X17 F„ „i _ R,r - CIAL RECORD CITY SECRETARY N FT. WORTH, TX � i ENGINEER'S OPINION OF PROBABLE COST Date: 11/15/2010 Project: Valley Brook Estates, Phase 6A Client: KB Homes Job No: 10152 Location: Fort Worth, Texas Page: 1 of 2 ITEM UNIT TOTAL No. DESCRIPTION UNIT QUANTITY PRICE COST Water Facilities 1. 8" DR-14 Class 150 PVC L.F. 3,864 $19.00 $73,416.00 2. Bore& Steel Encase 8" WL L.F. 50 $140.00 $7,000.00 Under Gas Line 3. Bore& Steel Encase 8" WL L.F. 50 $140.00 $7,000.00 Under Creek 4. 8" Gate Valve&Valve Box Ea. 12 $950.00 $11,400.00 5. Fire Hydrant Assembly Ea. 5 $2,000.00 $10,000.00 6. 1" Water Service w/Meter Ea. 50 $400.00 $20,000.00 7. C.I.R.T. Fittings Ton 2.5 $3,000.00 $7,500.00 8. Connect to Existing Stub-out Ea. 2 $500.00 $1,000.00 9. Connect to Existing Water Line- Ea. 1 $2,500.00 $2,500.00 Remove 8"x6" Reducer, Relocate Ex. Fire Hydrant 10. End& Plug Ea. 4 $500.00 $2,000.00 11. Concrete C.Y. 5 $100.00 $500.00 12. Trench Safety L.F. 3,764 $0.10 $376.40 13. Water System Testing L.F. 3,764 $1.00 $3,764.00 14. Saw Cut, Remove and Replace 4' L.F. 20 $22.00 $440.00 Sidewalk 15. Saw Cut, Remove and Replace 6" S.Y 39 $35.00 $1,365.00 Concrete Pavement Water Subtotal $148,261.40 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 s rvices to be furnished by others or over market conditions. Accordirtgly Goodw i-1 3! Marshall, Inc. can t guarantee that actual costs will not vary from the opinions expressed herein. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX MATCHLINE ' -- A N.T r- l_ NtlUNr � j,i � f✓ • % � J 5 of?1.1' " n .o I \ \ululi o i"4 j LL rn MATCHLINE at n o \e ,) ^' 3 m S \'\ r f� —41 \\ 1\\ v ® Cn (n p U - wvaws�» am o 1 0 u n v cn m cn m cn m cn m cn m -M m -M-o T. m� m� mx m� me x � m� 1�0 O ros s _-no rn� my m-i my roc rn-i my I � mi w \\�� _- � mm mm �O �m r-co r-G) r-m ti x — .. c \ �� m0 -° Dcn D° ZD f-(r) Z° rnz C)m� �U, r*t D rn N oDz rn� m: �D 0z D Z T7 D --1 >[nD N w D Dmm 61 Cn D n n -< N N 0 m Z Z co J m m D D l� O cn -< -< ccn x t,N < i7 Fcl)'I Uj m t b,�y m W N CORD M OFFICIAL RE CITY SECRETARY N FT. WORTH TX -, ENGINEER'S OPINION OF PROBABLE COST Date: 11/15/2010 Project: Valley Brook Estates, Phase 6A Client: KB Homes Job No: 10152 Location: Fort Worth, Texas Page: 2 of 2 ITEM UNIT TOTAL No. DESCRIPTION UNIT QUANTITY PRICE COST Sanitary Sewer Facilities 1. 8" SDR-35 PVC L.F. 2,258 $22.00 $49,676.00 2. 8" SDR-26 PVC L.F. 176 $24.00 $4,224.00 3. 8" DIP L.F. 256 $40.00 $10,240.00 4. 8" DR-14 Class 150 PVC L.F. 504 $19.00 $9,576.00 5. Bore, Steel Encasement& 8" L.F. 100 $140.00 $14,000.00 D.I.P. for S.S. Line Under Creek 6. 4'Dia. Std. S.S. Manhole (0'-6') Ea. 16 $2,500.00 $40,000.00 7. Extra Depth for 4'Dia. MH V.F. 28.6 $130.00 $3,718.00 8. Construct 5' Dia. SSMH on Ea. 1 $3,500.00 $3,500.00 Existing S.S. Line (0'-6') 9. Extra Depth for 5'Dia. MH V.F. 1.3 $150.00 $195.00 10. Core Into Existing SSMH Ea. 2 $800.00 $1,600.00 11. 4" SDR-35 Sewer Services Ea. 30 $350.00 $10,500.00 12. 4" SDR-26 Sewer Services Ea. 36 $400.00 $14,400.00 13. Cement Stabilized Backfill L.F. 223 $10.00 $2,230.00 14. Concrete C.Y. 2 $100.00 $200.00 15. End& Plug Ea. 1 $500.00 $500.00 16. Trench Safety L.F. 3,194 $1.00 $3,194.00 17. TV&Test Sewer Line L.F. 3,194 $1.50 $4,791.00 18. Clay Dam Ea. 9 $100.00 $900.00 Sanitary Sewer Subtotal $173,444.00 This Engineers 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 perfornied to construct this proiect 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 ars a , lac. can not guarantee that actual costs will not vary from the opinions expressed her OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX � N ti-•Pa a N Cn N q .S W U 111 O !T QpU Q� p n � o rn Z O O \ - 'OUT a LUZ Cr cr t5; UJ CO 2 H �j O \ \\ ��� ¢, �\ I co o5 \\ Z ) o •. SIe1FAM J p I a \ CU 3N171-10-MV w .cam . •\ I / ,, I I ai vw � III hld � � �• soronrr o,N ry /� I-1 1 14_1-11 \V INf.TMVl N C) � 3N/7H�lb'W OFFICIAL RECORD CITY SECRETARY ENGINEER'S OPINION OF PROBABLE COST Date: 11/15/2010 Project: Valley Brook Estates, Phase 6A Client: KB Homes Job No: 10152 Location: Fort Worth, Texas Page: 1 of 4 ITEM UNIT TOTAL No. DESCRIPTION UNIT QUANTITY PRICE COST Paving Facilities 1. 7" Concrete Pavement(3,000 psi) S.Y. 8,651 $25.80 $223,195.80 2. 6" Subgrade Preparation S.Y. 9,153 $2.50 $22,882.50 3. Hydrated Lime 30#/SY Ton 138 $150.00 $20,700.00 4. Type "A" Barrier Free Ramp Ea. 1 $1,000.00 $1,000.00 5. Type "D" Barrier Free Ramp Ea. 7 $1,000.00 $7,000.00 6. Remove End-of-Road Barricade L.F. 70 $20.00 $1,400.00 & Connect to Ex. Cone. Header 7. Construct Cone. Header L.F. 58 $20.00 $1,160.00 8. Install Type Ell End-of-Road L.F. 58 $10.00 $580.00 Barricade 9. 4' Sidewalk L.F. 339 $12.00 $4,068.00 10. 5' Sidewalk L.F. 138 $15.00 $2,070.00 11. Sidewalk Flume Crossing w/ L.S. 1 $2,500.00 $2,500.00 Steel Plate 12. 6" Non-Reinforced Concrete S.Y. 152 $23.00 $3,496.00 Pavement for Temp. Turn-Around Paving Subtotal $290,052.30 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 proiect must by necessity be speculative in nature until completion of its actual detailed design. In addition the engineer has no contro I 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 he m. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX ENGINEER'S OPINION OF PROBABLE COST Date: 11/15/2010 Project: Valley Brook Estates, Phase 6A Client: KB Homes Job No: 10152 Location: Fort Worth, Texas Page: 2 of 4 ITEM UNIT TOTAL No. DESCRIPTION UNIT QUANTITY PRICE COST Public Access Road Paving Facilities 1. 7" Concrete Pavement(3,000 psi) S.Y. 4,431 $23.50 $104,128.50 2. 6" Subgrade Preparation S.Y. 4,656 $2.50 $11,640.00 3. Hydrated Lime 30#/SY Ton 70 $150.00 $10,476.00 4. Speed Cushions per CoFW Detail Ea. 4 $1,000.00 $4,000.00 5. Saw Cut,Remove & Dispose of 2' L.F. 66 $10.00 $660.00 Strip of Exist. HMAC Public Access Road Paving Subtotal $130,904.50 Public Access Road Storm Drain Facilities 1. 5-7'x3' R.C.B. L.F. 46 $1,100.00 $50,600.00 2. 5-7'x3' Type "FW-S" Wingwall Ea. 2 $30,000.00 $60,000.00 3. 12" Gabion Mattress S.Y. 534 $110.00 $58,740.00 4. Trench Safety L.F. 46 $2.00 $92.00 5. Handrail Across 7'x3' Headwall L.F. 100 $90.00 $9,000.00 Public Access Road Storm Drain Subtotal $178,432.00 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 services to be furnished by others or over market conditions. Accordingly Good m arshall, Inc. can not guarantee that actual costs will not vary from the opinions expressed herein. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX MATCJLLI�IE N /' •n m X / FDI I T a ✓i i t .o y l m \�•?� ��I�VII o 'f MATCHLINNE rn U U ; Nil O p W z G( °V \\ z x� OJ N m Z � S. w AM _ \� o o 77 y - r- n Z n O N I� r ci m —. Z- m n N -�- v z � z r rn G � � rn ivy a (T1 G OFFICIAL RECORD CITY SECRETARY r nn -> FT. WORTH, TX N Cz ENGINEER'S OPINION OF PROBABLE COST Date: 11/15/2010 Project: Valley Brook Estates, Phase 6A Client: KB Homes Job No: 10152 Location: Fort Worth, Texas Page: 3 of 4 ITEM UNIT TOTAL No. DESCRIPTION UNIT QUANTITY PRICE COST Storm Drain Facilities 1. 10' Curb Inlet Ea. 2 $2,000.00 $4,000.00 2. 21" R.C.P. L.F. 10 $45.00 $450.00 3. 27" R.C.P. L.F. 138 $50.00 $6,900.00 4. 27" Sloped End Headwall Ea. 1 $1,200.00 $1,200.00 5. 6'B-B Flume w/Baffle Blocks L.F. 119 $20.00 $2,380.00 per Plans 6. Concrete Out-fall Apron per Plans Ea. 1 $750.00 $750.00 7. Rock Rip-Rap per Plans S.Y. 157 $75.00 $11,775.00 8. Inlet Protection Ea. 2 $50.00 $100.00 9. Trench Safety L.F. 148 $2.00 $296.00 Strom Drain Subtotal $27,851.00 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 Goo not guarantee that actual costs will not vary from the opinions expressed herein. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX o U rn 0 4 W o a a N v P w 2 m MATCHLINE ` o / / z " n �\ Zf pR,� o S � � nt I I_� 5 a - ` •v or iaripo�os. /'� ,;:�\ y/% +> \ \ - � y� 2nd Z \ II a Cn � O IDo Rj MATCHLINE O m " N __4 \\ ron a - '' �� CD CD 7 01 � Ana I m a �m x C V 0 0 d o 0 0 :TJ o a n Z "I O� m c� •f7 hr G� � � � nl nl s � r G-- EtORD OFFICIAL R ' . «� CITY SECRETARY ' �f N FT. WORTH, TX MATCHLINE a � �. III , N \� N R \\\��) /•��/ �,, m MATCHLINE U' k\0 ru N..I D 0 m m ✓' or C) T N S m (— arm 7 ltd n1 m Lill -- C3 r•+, fT,� I .L "` i OFFICIAL RECORD CITY SECRETARY ce N FT. WORTH, TX ENGINEER'S OPINION OF PROBABLE COST Date: 11/15/2010 Project: Valley Brook Estates, Phase 6A Client: KB Homes Job No: 10152 Location: Fort Worth, Texas Page: 4 of 4 ITEM UNIT TOTAL No. DESCRIPTION UNIT QUANTITY PRICE COST Street Lights 1. Street Lights(Poles, Bases, etc.) Ea. 11 $3,500.00 $38,500.00 2. 2" Conduit L.F. 935 $8.00 $7,480.00 3. Hand Holes Ea. 20 $80.00 $1,600.00 Street Lights Subtotal $47,580.00 Street Signs 1. Street Name Signs Ea. 5 $245.00 $1,225.00 Street Signs Subtotal $1,225.00 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. Accordinaly Goodwin A, Marshall, Inc. can not guarantee that actual costs will not vary from the opinions c. pressed herein. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX