SUBDIVISION IMPROVEMENTS AGREEMENT

Similar documents
2015 Financial Assurance 8/6/2015 Estimate Form (with pre-plat construction)

Rock Chalk Park - Infrastructure Report. July 2013

BID TABULATION REPORT ABRAM STREET (SH CITY LIMITS) PROJECT No. PWST09016 BID OPENED : April 22, 2014 at 1:30 p.m.

BIDDER'S PROPOSAL TO THE HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL

LETTER OF INTENT FOR: HERITAGE HILLS COMMUNITY

JANUARY 18, Reference Specifications, Attachment to Form 96 (BID FORM), Bid Proposal: Respectfully submitted,

TOTAL QUANTITY UNIT COST UNIT

33 Ditch Bottom Inlet (DBI) -Type E $ 2, EA - 0 $ - 35 Ditch Bottom Inlet (DBI) -Type H (Modified) $ 5, EA $ 5,600.

ENGINEER'S ESTIMATE OF PROBABLE COST CCTA I 680 NORTH EXPRESS LANE PROJECT (SOUTHBOUND ONLY) EA 04 4H % PS&E Submittal

CITY OF CHINO ENGINEERING COST ESTIMATE. Quantity Unit Item Unit Total Cost Price Per Item. LS Traffic Control (5% of construction cost) 5% $

BID TAB PROJECT: REPLACEMENT OF ALBON ROAD BRIDGE NO. 606, PID NO BID OPEN: MAY 9, 2012 COMPLETION DATE: NOVEMBER 16, 2012

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

CITY OF SAN MARCOS ENGINEERING DIVISION

RANCHERO ROAD AND BNSF GRADE SEPARATION PROJECT, C.O. NO Item Description Est. Qty. Units Unit Price

Engineer's Preliminary Estimate - 100% Submittal

AMENDMENT TO SUBDIVISION AGREEMENT

OKLAHOMA TURNPIKE AUTHORITY

Bid No.: PO Box Cone Rd Asphalt Ave th Ave. E. Dunedin, FL Tampa, FL Tampa, FL Palmetto, FL 34221

NE WEST KINGSTON ROAD CULVERT REPLACEMENT

69889/AV/lm. Recipients of C-TRAN ITB # Fourth Plain BRT Maintenance Facility Expansion. DATE: June 25, SUBJECT: Addendum #11

CITY OF ELKO BID TABULATION * RE-BID* FOR Sports Complex April 4, 2018

EST. UNIT UNIT PRICE TOTALS UNIT PRICE TOTALS UNIT PRICE TOTALS UNIT PRICE TOTALS

BID TABULATION BID REQUEST NO

Subject: Addendum No. 1 Project #C CCE Parking Lot Replacement Phase 2 Robert Bishop Drive 4380 Richmond Road, Highland Hills, Ohio 44122

LETTING : CALL : 056 COUNTIES : MILLE LACS

19th & Barker Roundabout / Waterline Improvement Project No. 56-CP12-901(C) Cost Breakdown

CECIL COUNTY, MARYLAND. ADDENDUM #3 Bid 18-14: Bohemia Church Road Culvert Replacements XCE1073, XCE1074 & XCE1075

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following:

DORAN STREET AND BROADWAY/BRAZIL SAFETY AND ACCESS PROJECT PROJECT STUDY REPORT (EQUIVALENT) Appendix I Cost Estimates

Department of Public Works Engineering

Utility Committee Meeting AGENDA. October 3, 2017

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT

SAN RAFAEL CITY COUNCIL AGENDA REPORT

SUTTER BUTTER FLOOD CONTROL AGENCY FEATHER RIVER WEST LEVEE PROJECT PROJECT C, CONTRACT NO C BID TABULATION

AVERAGE OF BID ITEMS ENGINEERS ESTIMATE

Fuel Adjustment Allowance USD 50,000 $ 1.00 $ 50, $ 1.00 $ 50, $ 1.00 $ 50, $ 1.00 $ 50, $ 1.00 $

(3/01) NW T.O. INDIANA AMERICAN WATER COMPANY, INC.

2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE IV SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL

Right of Way Permits. Contact Information:

Certified Bid Tabulation Southeast Residential Community Parking Development South Dakota State University

A DESIGN-BUILD PROJECT

Reviax Constracting Corp. DeSantis Construction

North Baker Ave - City Limits to 23rd St NE CRP 949 PROPOSAL

ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2

CITY OF NEWCASTLE COUNCIL MEETING CITY HALL COUNCIL CHAMBERS NEWCASTLE WAY, SUITE 200 DECEMBER 18, CALL TO ORDER

OKLAHOMA TURNPIKE AUTHORITY

REPLACEMENT OF MERCER COUNTY BRIDGE

CITY ENGINEER'S ESTIMATE ITEM DESCRIPTION UNIT QTY. UNIT PRICE ITEM TOTAL UNIT PRICE ITEM TOTAL UNIT PRICE ITEM TOTAL REMOVALS

Northumberland County County Road 2 Class Environmental Assessment Construction Cost Estimate

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT

City of Dade City Beauchamp Ave Drainage Improvements CDBG Contract #: 17DB-OL N19 City Project #: 1603ST

Sandalfoot Blvd. & SR 7 and SW 3rd St. & SR 7 Bridge Replacements WEEKLEY ASPHALT PAVING, INC. KIEWIT INFRASTRUCTURE CO. RUSSELL ENGINEERING


Annual Services Construction Contract (ASCC) #15 Project Number: PUCN

CITY OF TAMPA ADDENDUM 2. April 18, 2018

Munilla Construction HOOD RD., E. OF FLORIDA'S TURNPIKE TO W. OF CENTRAL BLVD. AND HOOD RD. & CENTRAL

Market Street Gateway Improvements Phase 1

HILLSBOROUGH COUNTY AVIATION AUTHORITY

ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT UNIT PRICE AMOUNT

The bid due date has been changed to 2:50 p.m. May 25, 2018.

Town of Middleton Salt Storage Building Pioneer Road Pioneer Lands Town of Middleton Dane County, WI 53562

DENVER INTERNATIONAL AIRPORT BID FORMS. CONTRACT NAME: Rehabilitate East Employee Parking Lot Contract No.: BID LETTER

2012 WATER & SEWER ALLEY CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD

DRAFT. Stormwater Management Program Credit Policy and Appeals Process Manual Policies & Procedures LOWER ALLEN TOWNSHIP STORMWATER AUTHORITY

Addendum 1 13 TH Street Streetscape. September 1, 2017

PART A ROADWAY - BASE BID

CITY OF MISSION VIEJO PUBLIC WORKS FEE SCHEDULE

COST ESTIMATE and LETTER OF CREDIT FOR SITE DEVELOPMENT WORKS. PREPARED BY CSD-Planning Division. City of Kitchener- Letter of Credit (2017)

CONTRACT TIME DETERMINATION

ADDENDUM NO. 1 PUBLIC WORKS CONSTRUCTION PROJECT NO


ADDENDUM #1 March 12, 2019 BID FORM. Moore, Oklahoma DATE: PROJECT:


Master Development Plan for the TxDOT North Tarrant Express Project, Segments 2-4. Chapter 6: Preliminary Cost Estimates.

Electric Service Information Sheet Georgia Power Company

PRESENTER: Christopher J. Blunk, Deputy Public Works Director / City Engineer

LINE EXTENSION AGREEMENT FOR PUBLIC WASTEWATER SYSTEM

BID PROPOSAL ANNUAL PATHWAY & MINOR CONSTRUCTION CONTRACT PBC PROJECT #

BID TABULATION JAMES STREET TRUNK SEWER IMPROVEMENTS CORALVILLE, IOWA

REVISED ENGINEER'S REPORT ASSESSMENT DISTRICT NO OF THE CITY OF SAN JACINTO

NAME OF CONTRACTOR CONTRACTORS ADDRESS Buffalo Road th ave Ct SW Walcott, IA North Liberty, IA

BID DOCUMENTS & SPECIFICATIONS

DEPOSIT AGREEMENT GUARANTEEING SITE PLAN IMPROVEMENTS WITH LETTER OF CREDIT

AVGPR14.Y01 2/11/2014 DOES NOT INCLUDE STATE AID PROJECTS ALL ITEMS BETWEEN 12/01/13 AND 12/31/13 BY ITEM GROUP

APPROVED 9 LOT TENTATIVE TRACT MAP - NEAR FINAL MAP

Opinion of Probable Cost

CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS

Patchogue Road Culvert Crossing IFB ADDENDUM #1 07/13/2015. Addendum #1 addresses the questions submitted by contractors.

City of Kinston. Stormwater Utility Credit Manual

STORMWATER CONTROL MEASURES INSPECTION AND MAINTENANCE AGREEMENT

AWARD CONSTRUCTION CONTRACT FOR NAVE DRIVE MULTI USE PATH (MUP) AND ADOPT A RESOLUTION AMENDING CIP BUDGET


2011 PUBLIC PARKING LOT & ALLEY IMPROVEMENTS Village of Whitefish Bay Project No March 17, 2011 ITEM DESCRIPTION UNIT QTY.

Job No Wastewater Collection System Small Main Rehabilitation at Focus Areas Pipebursting Method BID PROPOSAL. Dollars Cents $ $ Dollars

ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL

CHEROKEE NATION DEPARTMENT OF TRANSPORTATION UTILITY RELOCATION AGREEMENT

OKLAHOMA TURNPIKE AUTHORITY

Job No Medina River Sewer Outfall, Segment 5 Solicitation No. B BB BID PROPOSAL

Public Works Maintenance STORMWATER AND

What are Capital Reserves?

Transcription:

SUBDIVISION IMPROVEMENTS AGREEMENT THIS AGREEMENT, made between GLEN DEVELOPMENT COMPANY, hereinafter called the "Subdivider," and El Paso County by and through the Board of County Commissioners of El Paso County, Colorado, hereinafter called the "County," shall become effective the date of approval of the Final Plat by the Board of County Commissioners. WITNESSETH: WHEREAS, the Subdivider, as a condition of approval of the final plat of THE GLEN AT WIDEFIELD EAST SUBDIVISION FILING NO. 9 subdivision wishes to enter into a Subdivision Improvements Agreement, as provided for by Section 30-28-137 (C.R.S.), Chapter 5 of the El Paso County Engineering Criteria Manual and Chapter 8 of the El Paso County Land Development Code incorporated herein; and WHEREAS, pursuant to the same authority, the Subdivider is obligated to provide security or collateral sufficient in the judgment of the Board of County Commissioners to make reasonable provision for completion of certain public improvements set forth on EXHIBIT A attached hereto and incorporated herein; and WHEREAS, the Subdivider wishes to provide collateral to guarantee performance of this Agreement including construction of the above-referenced improvements by means of IRREVOCABLE LETTER OF CREDIT. NOW, THEREFORE, in consideration of the following mutual covenants and agreements, the Subdivider and the County agree as follows: l. The Subdivider agrees to construct and install, at his sole expense, all of those improvements as set forth on EXHIBIT A attached hereto. To secure and guarantee performance of its obligations as set forth herein, the Subdivider agrees to provide collateral to remain in effect at all times until the improvements are completed and accepted in accordance with Chapter 5 of the ECM. Security and collateral shall be posted in the form of IRREVOCABLE LETTER OF CREDIT in the amount of $2,707,499.93 If Subdivider chooses to construct the subdivision in phases, the ECM Administrator may require an increase in the amount of security for an individual phase prior to notice to proceed for that phase, to take into account any increase in cost due to inflation. 2. Subdivider is responsible for providing any renewals of collateral to ensure that there is never a lapse in security coverage. Subdivider shall procure renewal/extension/replacement collateral at least fifteen (15) days prior to the expiration of the original or renewal/extension/replacement collateral then in effect. Failure to procure renewal/extension/replacement collateral within this time limit shall be a default under this Agreement and shall allow the County to execute on the collateral. In addition, if Subdivider allows collateral to lapse at any time, no lots in the subdivision may be sold, conveyed or transferred, whether by Deed or Contract, after the expiration date of such collateral until the improvements identified on EXHIBIT A have been completed and final acceptance is received from the County. If replacement collateral is used for renewal, approval by Board of County Commissioners is required.

3. No lots in the subdivision or, if constructed in phases, in any phase thereof, shall be sold, conveyed or transferred, whether by Deed or by Contract, nor shall building permits be issued until and unless the required improvements for the subdivision or the particular phase thereof have been constructed and completed in accordance with the approved construction plans and preliminary acceptance is received from the County. In the alternative, lots within the subdivision or, if constructed in phases, in any phase thereof, may be sold, conveyed or transferred and / or have building permits issued upon receipt of collateral acceptable to the County, pursuant to this Agreement, which is sufficient to guarantee construction of the improvements, identified by phase if applicable, in the attached EXHIBIT A. 4. The Subdivider agrees that all of those certain public improvements to be completed as identified on EXHIBIT A shall be constructed in compliance with the following: a. All laws, resolutions and regulations of the United States, State of Colorado, El Paso County and its various agencies, affected special districts and/or servicing authorities. b. Such other designs, drawings, maps, specifications, sketches and other matter submitted to and approved by any of the above-stated governmental entities. 5. All improvements shall be completed by the Subdivider, meeting all applicable standards for preliminary acceptance, within 24 (twenty four) months from the date of notice to proceed in the Construction Permit for the Subdivision, or Phase of the Subdivision. If the Subdivider determines that the completion date needs to be extended, the Subdivider shall submit a written request for a change in the completion date to the ECM Administrator at least 90 days in advance of the required completion date. The request shall include the reasons for the requested change in completion date, the proposed new completion date, and prove collateral is in place to cover the extension time requested. The completion date for the Subdivision or Subdivision Phase may be extended one time, for a period no longer than 6 months at the discretion of the ECM Administrator. Any additional requests for extension of the completion date will be scheduled for hearing by the Board of County Commissioners. The ECM Administrator or the Board of County Commissioners may require an adjustment in the amount of collateral to take into account any increase in cost due to the delay including inflation. 6. It is mutually agreed pursuant to the provisions of Section 30-28-l37 (3) C.R.S. that the County or any purchaser of any lot, lots, tract or tracts of land subject to a plat restriction which is the security portion of a Subdivision Improvements Agreement shall have the authority to bring an action in any District Court to compel the enforcement of any Subdivision Improvements Agreement on the sale, conveyance, or transfer of any such lot, lots, tract or tracts of land or of any other provision of this article. Such authority shall include the right to compel rescission of any sale, conveyance, or transfer of any lot, lots, tract or tracts of land contrary to the provisions of any such restrictions set forth on the plat or in any separate recorded instrument, but any such action shall be commenced prior to the issuance of a building permit by the County where so required or otherwise prior to commencement of construction on any such lot, lots, tract or tracts of land. 7. It is further mutually agreed that, pursuant to the provisions of Section 30-28-l37 (2) C.R.S., and Chapter 5 of the County s Engineering Criteria Manual, as improvements are completed, the Subdivider may apply to the Board of County Commissioners for a release of part or all of the collateral deposited with said Board. Upon inspection and approval, the Board shall release said collateral. The County agrees to respond to an inspection request in a reasonable time upon receipt of the request. If the Board determines that any of such improvements are not constructed

in substantial compliance with specifications it shall furnish the Subdivider a list of specific deficiencies and shall be entitled to withhold collateral sufficient to ensure such substantial compliance. If the Board of County Commissioners determines that the Subdivider will not construct any or all of the improvements in accordance with all of the specifications, the Board of County Commissioners may withdraw and employ from the deposit of collateral such funds as may be necessary to construct the improvements in accordance with the specifications. 8. The Subdivider agrees, and both parties acknowledge that the construction of the improvements identified and guaranteed through this Subdivision Improvements Agreement shall follow the inspection, collateral, and acceptance process that is identified in Chapter 5 of the County s Engineering Criteria Manual. This is to include among other things, a Preliminary Acceptance process, replacement of performance collateral with appropriate Warranty collateral at that time, and a 2 year warranty period prior to final acceptance. Where any inconsistency exists between Chapter 5 of the Engineering Criteria Manual and the Land Development Code with respect to these inspections, collateral and acceptance processes, the Engineering Criteria Manual is the controlling document. 9. The Subdivider(s) agrees to provide the County with a title insurance commitment at time of final platting evidencing that fee simple title of all lands in the subdivision is vested with the subdivider(s). 10. The County agrees to approval of the final plat of THE GLEN AT WIDEFIELD EAST SUBDIVISION FILING NO. 9 subdivision subject to the terms and conditions of this Agreement. 11. Parties hereto mutually agree that this Agreement may be amended from time to time provided that such amendment be in writing and signed by all parties hereto. 12. This Agreement shall take effect on the date of approval of the Final Plat by the Board of County Commissioners. 13. The Subdivider(s) agrees for itself and its developer or builder successors and assigns that Subdivider and/or its said successors and assigns shall be required to pay traffic impact fees in accordance with the Countywide Transportation Improvement Fee resolution, as amended, at or prior to the time of building permit submittals. This obligation shall not apply to individual homeowner successors and assigns or homeowners association successors and assigns. IN WITNESS WHEREOF, the parties have hereunto set their hands and seals the day and year below written. BOARD OF COUNTY COMMISSIONERS OF EL PASO COUNTY, COLORADO (Date Final Plat Approved) By: Chair ATTEST:

County Clerk and Recorder J. Mark Watson, President Glen Development Company Subscribed, sworn to and acknowledged before me this day of, 20, by the parties above named. My commission expires:. Notary Public

EXHIBIT A

2015 Financial Assurance 8/6/2015 Estimate Form (with pre-plat construction) Project Information The Glen at Widefield 78 Project Name 12/15/2017 Date Section 1 - Grading and Erosion Control BMPs % Remaining Complete Earthwork* (149,080cy x 20%) CY @ $ $5 = $ $ - * Permanent Seeding* 0.10 AC @ $ $582 = $ 58.20 $ 58.20 * Mulching* AC @ $ $507 = $ $ - * Permanent Erosion Control Blanket* 3,885.00 SY @ $ $6 = $ 23,310.00 $ 23,310.00 * Temporary Erosion Control Blanket SY @ $ $3 $ $ - Vehicle Tracking Control 3.00 EA @ $ $1,625 = $ 4,875.00 $ 4,875.00 Safety Fence LF @ $ $3 = $ $ - Silt Fence LF @ $ $4 = $ $ - Temporary Seeding AC @ $ $485 = $ $ - Temporary Mulch AC @ $ $507 = $ $ - Erosion Bales EA @ $ $21 = $ $ - Erosion Logs LF @ $ $6 = $ $ - Rock Ditch Checks EA Inlet Protection 9.00 EA @ $ $153 = $ 1,377.00 $ 1,377.00 Sediment Basin EA @ $ $1,625 = $ $ - Concrete Washout Basin 2.00 EA @ $ $776 = $ 1,552.00 $ 1,552.00 Rough Ciut Street Control 670.00 LF @ $ $2 = $ 1,340.00 $ 1,340.00 * specified items subject to defect warranty financial assurance. A minimum of 20% to be retained up to preliminary acceptance process. Quantity Units Price Section 1 Subtotal = $ 32,512.20 $ 32,512.20

Section 2 - Public Improvements** Quantity Units Price - Roadway Improvements % Remaining Complete Construction Traffic Control LS * Aggregate Base Course 6,402.29 Tons @ $ $18 = $ 115,241.29 $ 115,241.29 * Asphalt Pavement 3,201.15 Tons @ $ $65 = $ 208,074.55 $ 208,074.55 * Raised Median, Paved SF @ $ $7 = $ $ - * Electrical Conduit, Size = LF @ $ $14 = $ $ - * Traffic Signal, complete intersection EA @ $ $250,000 = $ $ - * Regulatory Sign 7.00 EA @ $ $100 = $ 700.00 $ 700.00 * Advisory Sign EA @ $ $100 = $ $ - * Guide/Street Name Sign 7.00 EA @ $ $50 $ 350.00 $ 350.00 * Epoxy Pavement Marking 1,987.67 SF @ $ $12 = $ 23,852.04 $ 23,852.04 * Thermoplastic Pavement Marking 210.00 SF @ $ $22 = $ 4,620.00 $ 4,620.00 * Barricade - Type 3 2.00 EA @ $ $115 = $ 230.00 $ 230.00 * Delineator (Type I) EA @ $ $21 = $ $ - * Curb and Gutter, Type C (Ramp) 9,933.00 LF @ $ $21 = $ 208,593.00 $ 208,593.00 * Curb and Gutter, Type A (6" Vertical) 470.00 LF @ $ $16 = $ 7,520.00 $ 7,520.00 * Curb and Gutter, Type B (Median) LF @ $ $13 = $ $ - * Pedestrian Ramp 149.37 SY @ $ $108 = $ 16,131.96 $ 16,131.96 * Concrete Sidewalk 5,682.00 SY @ $ $38 = $ 215,916.00 $ 215,916.00 * Cross Pan 328.30 SY @ $ $53 = $ 17,399.90 $ 17,399.90 * Curb Chase EA @ $ $1,300 = $ $ - * Guardrail Type 3 (W-Beam) LF @ $ $18 = $ $ - * Guardrail Type 7 (Concrete) LF @ $ $67 = $ $ - * Guardrail End Anchorage EA @ $ $1,978 = $ $ - * Guardrail Impact Attenuator EA @ $ $3,564 = $ $ - * Sound Barrier Fence LF @ $ $100 = $ $ - * - Storm Drain Improvements Concrete Box Culvert (M Standard), Size ( W x H ) LF * Reinforced Concrete Pipe (RCP) Size LF * 18" Reinforced Concrete Pipe 520.00 LF @ $ $69 = $ 35,880.00 $ 35,880.00 * 24" Reinforced Concrete Pipe 82.00 LF @ $ $84 = $ 6,888.00 $ 6,888.00 * 30" Reinforced Concrete Pipe LF @ $ $94 = $ $ - * 36" Reinforced Concrete Pipe LF @ $ $124 = $ $ - * 42" Reinforced Concrete Pipe LF @ $ $134 = $ $ - * 48" Reinforced Concrete Pipe LF @ $ $178 = $ $ - * 54" Reinforced Concrete Pipe LF @ $ $182 = $ $ - * 60" Reinforced Concrete Pipe LF @ $ $216 = $ $ - * 66" Reinforced Concrete Pipe LF @ $ $263 = $ $ - * 72" Reinforced Concrete Pipe LF @ $ $283 = $ $ - * 43"x68"Horiz. Ell. Reinforced Concrete Pipe LF @ $ $190 = $ $ - * Corrugated Steel Pipe (CSP) Size LF * 18" Corrugated Steel Pipe LF @ $ $66 = $ $ - * 24" Corrugated Steel Pipe LF @ $ $96 = $ $ - * 30" Corrugated Steel Pipe LF @ $ $101 = $ $ - * 36" Corrugated Steel Pipe LF @ $ $136 = $ $ - * 42" Corrugated Steel Pipe LF @ $ $147 = $ $ - * 48" Corrugated Steel Pipe LF @ $ $169 = $ $ - * 54" Corrugated Steel Pipe LF @ $ $193 = $ $ - * 60" Corrugated Steel Pipe LF @ $ $227 = $ $ - * 66" Corrugated Steel Pipe LF @ $ $278 = $ $ - * 72" Corrugated Steel Pipe LF @ $ $330 = $ $ - * 78" Corrugated Steel Pipe LF @ $ $381 = $ $ - * 84" Corrugated Steel Pipe LF @ $ $432 = $ $ - * Flared End Section (FES) RCP 24" 24" 1.00 EA @ $ $900 = $ 900.00 $ 900.00 * Flared End Section (FES) RCP 30" 30" 1.00 EA @ $ $1,000 = $ 1,000.00 $ 1,000.00 * Flared End Section (FES) RCP 42" 42" EA @ $ $1,200 = $ $ - * Flared End Section (FES) HERCP 43"x68" 43"x63" EA @ $ $1,500 = $ $ - *

End Treatment- Headwall EA * End Treatment- Wingwall EA * End Treatment - Cutoff Wall EA * Curb Inlet (Type R) L=5', Depth < 5 feet EA @ $ $3,791 = $ $ - * Curb Inlet (Type R) L=5', 5'-10' Depth EA @ $ $5,044 $ $ - * Curb Inlet (Type R) L =5', 10'-15' Depth EA @ $ $6,027 = $ $ - * Curb Inlet (Type R) L =10', Depth < 5 feet EA @ $ $5,528 = $ $ - * Curb Inlet (Type R) L =10', 5'-10' Depth 2.00 EA @ $ $6,694 = $ 13,388.00 $ 13,388.00 * Curb Inlet (Type R) L =10', 10'-15' Depth EA @ $ $7,500 = $ $ - * Curb Inlet (Type R) L =15', Depth < 5 feet EA @ $ $7,923 = $ $ - * Curb Inlet (Type R) L =15', 5'-10' Depth EA @ $ $8,000 = $ $ - * Curb Inlet (Type R) L =15', 10'-15' Depth EA @ $ $8,800 = $ $ - * Curb Inlet (Type R) L =20', Depth < 5 feet EA @ $ $8,000 = $ $ - * Curb Inlet (Type R) L =20', 5'-10' Depth EA @ $ $8,830 = $ $ - * Curb Inlet (Type R) L =25', <5' Depth EA @ $ $9,000 = $ $ - * Curb Inlet (Type R) L =25', 5' - 10' Depth 2.00 EA @ $ $10,000 = $ 20,000.00 $ 20,000.00 * Curb Inlet (Type R Modified) L =25', 5' - 10' Depth EA @ $ $13,500 = $ $ - * Grated Inlet (Type C), < 5' deep EA @ $ $3,270 = $ $ - * Grated Inlet (Type D), < 5' deep EA @ $ $3,908 = $ $ - * Storm Sewer Manhole, Box Base, Depth < 15 feet EA @ $ $8,592 = $ $ - * Storm Sewer Manhole, Slab Base, Depth < 15 feet 3.00 EA @ $ $4,575 = $ 13,725.00 $ 13,725.00 * Geotextile (Erosion Control) SY @ $ $5 = $ $ - * Rip Rap, d50 Size from 6" to 24" 20.00 CY @ $ $98 = $ 1,960.00 $ 1,960.00 * Rip Rap, Grouted CY @ $ $215 = $ $ - * Drainage Channel Construction, Size ( W x H ) LF * Channel Lining, Concrete (Trickle Channel) 20.00 CY @ $ $450 = $ 9,000.00 $ 9,000.00 * Channel Lining, Rip Rap 62.00 CY @ $ $98 = $ 6,076.00 $ 6,076.00 * Channel Lining, Grass AC @ $ $1,287 = $ $ - * Concrete Cutoff Wall (30" RCP FES) 1.00 EA @ $ $500 = $ 500.00 $ 500.00 * Detention Outlet Structure 1.00 EA @ $ $12,000 = $ 12,000.00 $ 12,000.00 * Detention Emergency Spillway 1.00 EA @ $ $18,300 = $ 18,300.00 $ 18,300.00 * Presedimentation Forebay 1.00 EA @ $ $7,000 $ 7,000.00 $ 7,000.00 Gravel Maintenance Access Trail 1,055.00 SY @ $ $20 $ 21,100.00 $ 21,100.00 Type II Bedding 28.00 CY @ $ $35 $ 980.00 $ 980.00 Detention Basin Seeding and Mulch 3.00 AC @ $ $520 $ 1,560.00 $ 1,560.00 Permanent Water Quality Facility (Describe) EA * * specified items subject to defect warranty financial assurance. A minimum of 20% to be retained up to preliminary acceptance process. For flared end sections, multiply pipe LF cost by 6 = Section 2 Subtotal $ 988,885.73 988,885.73 **

Section 3 - Common Development Improvements (Private or District)*** - Roadway Improvements (Include any applicable items from above Public Improvements list, that are to be private and NOT maintained by El Paso County) Quantity Units Price % Remaining Complete 5,682.00 @ $ $38 = $ 215,916.00 $ 215,916.00 - Storm Drain Improvements (Include any applicable items from above Public Improvements list, that are to be private and NOT maintained by El Paso County) - Water System Improvements Water Main Pipe (PVC), Size 8" 2,314.00 LF @ $ $94 = $ 217,516.00 $ 217,516.00 Water Main Pipe (Ductile Iron), Size 8" LF @ $ $137 = $ $ - Water Main Pipe (PVC), Size 12" 1,787.00 LF @ $ $122 = $ 218,014.00 $ 218,014.00 Gate Valves, 8" 17.00 EA @ $ $1,852 = $ 31,484.00 $ 31,484.00 Gate Valves, 12" 10.00 EA @ $ $2,400 = $ 24,000.00 $ 24,000.00 Fire Hydrant Assembly w/ all valves 10.00 EA @ $ $6,430 = $ 64,300.00 $ 64,300.00 Water Service Line Installation, including tap and valves 101.00 EA @ $ 1,253 = $ 126,553.00 $ 126,553.00 Fire Cistern Installation, complete EA - Sanitary Sewer Improvements Sewer Main Pipe (PVC), Size 8" 4,217.00 LF @ $ $94 = $ 396,398.00 $ 396,398.00 Sewer Main Pipe (PVC), Size 12" 1,126.00 LF @ $ $130 = $ 146,380.00 $ 146,380.00 Sanitary Sewer Manhole, Depth < 15 feet 19.00 EA @ $ $4,575 = $ 86,925.00 $ 86,925.00 Sanitary Service Line Installation, complete 101.00 EA @ $ 1,516 = $ 153,116.00 $ 153,116.00 Sanitary Sewer Lift Station, complete EA - Landscaping (If Applicable) (List landscaping line items and cost - usually only in case of subdivision specific condition of approval, or PUD) EA EA @ $ = $ EA EA EA ***items in this section are not subject to defect warranty financial assurance Section 3 Subtotal = $ 1,680,602.00 1,680,602.00

Financial Assurance Totals As-built drawings -(FILL IN IF THERE ARE ANY PUBLICLY-MAINTAINED IMPROVEMENTS) $ $5,500 ( Inc. survey to verify detention pond volumes.) Total Construction Financial Assurance $2,707,499.93 (Sum of all section subtotals) Total Remaining Construction Financial Assurance 2,707,499.93 (Sum of all section totals less credit for items complete) Total Defect Warranty Financial Assurance $202,450.79 (20% of all items identified as public improvements(*). To be collateralized at time of preliminary acceptance) Approvals I hereby certify that this is an accurate and complete estimate of costs for the work as shown on the approved Construction Drawings associated with the Project. Engineer December 15, 2017 Date (P.E. Seal) Approved by Owner / Applicant Date Approved by El Paso Couny Engineer / ECM Administrator Date