Loading...
HomeMy WebLinkAboutContract 43793 (2)COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS COUNTY OF TARRANT § City Secretary Contract No.L/3 WHEREAS, the undersigned Developer ("Developer") desires to make certain improvements ("Improvements") related to a project as described below ("Project"), an addition to the City of Fort Worth, Texas ("City"); and WHEREAS, the Developer and the City desire to enter into this "Agreement" in connection with the Improvements. Developer Information: Developer Company Name: Fossil Ridge II, LP Address, State, Zip Code: 4733 College Park, Ste. 200, San Antonio TX 78249 Phone, E-Mail: (210) 530-0090 I manish@versadevco.com Authorized Signatory/Title: Manish Verma, Member Project Name: Sedona Ranch Apartments Project Location: S of Western Center Blvd., W of Old Denton Rd. (Sedona Ranch Lots 1 & 2, Blk 1) Plat Case No.: FS-012-015 Plat Name: Sedona Ranch Mapsco: 35X CFA: 2012-058 DOE: 6825 To be completed by staff Received by: c_ Council District: 2 City Project No: 01888 1 Date: no/ gm 0118L3 `� —; 1 ,P `)u�1�'UEliclJ.�',tl�Url '�i;] ETA cill?1, 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 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. The following checked exhibits are made a part hereof: D. Water (A) X Sewer (A-1) _X_, Paving (B) _, Storm Drain (B-1) X_, Street Lights & Signs (C)__. 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 confoiniance with paragraph 8, Section II, of the Policy. 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 perfoiin 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, stoiui 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 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 hainiless 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 iniuries, 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 iniuries, 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 faun 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 stouii 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. 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 fmancial 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. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) Cost Summary Sheet Project Name: Sedona Ranch Apartments CFA No.: 2012-058 DOE No.: 6825 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 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 Total $ $ 53,508.00 42,582.00 $ 96,090.00 $ $ $ 24,938.00 11. $ 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 Options, choose one IBond = 100% Completion Agreement = 100% / Holds Plat 'Cash Escrow Water/Sanitary Sewer= 125% ICash Escrow Paving/Storm Drain = 125% 'Letter of Credit = 125% w/2yr expiration period $ $ $ $ $ $ $ $ $ $ $ $ $ $ 24,938.00 121,028.00 1,921.80 1,921.80 3,843.60 997.52 498.76 1,496.28 5,339.88 Amount 121,028.00 121,028.00 120,112.50 31,172.50 151,285.00 Choice (ck one) 7 r 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 1 SW__ day of KS , 20 /I.,. CITY OF FORT WORTH - Recommended by: Water Department Wendy C Development Engineering Manager Babulal, EMBA, P.E. Approved as to Form & Legality: Douglas W. Black Assistant City Attorney M&C No. 44 Date: ATTEST: Mary J. Kays City Secreta ATTEST: Signature (Print) Name: Transportation & Public Works Department DouglaW. Wiersig, P.E. Director Approved by City Manager's Office Fernando Cos�, ta 0r�(iz..- Assistant City Manager l Fossil Ridge II, LP By its General Partner Fossil Ridge II GP, LLC Signature /4/454 Title: A/4, fire OFFICIAL RECORD CITY SECRETARY FT. WORTH TX 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 hxhibit B-1: Storm Drain Improvements Storm Drain Estimate Exhibit C: Street Lights and Signs Improvements Street Lights and Signs Estimate ►1 (Remainder of Page Intentionally Left Blank) I WESTERN CENTER BLVD (WATAUGA) PROJECT LOCATION SWEETWO H I I CHADWICK McAD00 DANCY C. ,NTRELL SAMSOM PARKWAY OLD DENTON FORT JVORTH LOCATION MAP N.T.S. MAPSCO NO.1S35X co co 2 ND 1N311]SV3 SS] r 3NI1 )i3Ve13S Dale ,S O I) 0 23N113211J „8 3Nn )I3Ve13S 'Dale ,9 (7) Co 0 c3 2 MATCHLINE sit_SHEET 2 OF 3 THIS DOCUMENT IS RELEASE FOR THE PURPOSE OF REVIEW ONLY, UNDER THE AUTHORITY OF DAND L BROWN, Pt 48282 ON 11.7/10/2f112 IT 15 NOT 10 BE USED FOR BIDDING, CONSTRUCTION OR PERMIT PURPOSES. LOTT & BROWN CONSULTING ENGINEERS TEXAS REGISTERED ENGINEERING FIRM F-1646 CML ENGINEERING,HYDROLOGY,CONSTRUCT1ON MANAGEMENT 9303 REID LAKE DRME HOUSTON, TEXAS 77084 (281) 492-2354 PROPOSED WATERLINE EXHIBIT A SHEET 1 OF 3 SEDONA RANCH, LOTS 1 & 2 BLOCK 1 IN THE RICHARD MORRIS SURVEY, A-1036 TARRANT comm TEXAS SUBMITTED: L.B.C.E. SCALE: 1" = 40' DATE: JULY 2012 SURVEY BY: FB NO: DESIGNED BY: DLB DRAWN BY: DLB CITY DWG NO: SHT. NAME: C/2012/SEDONAVILLAGE/CFAE(HIBIT.DWG MATCHLINE SHEET 1 OF 3 :1 a Cip Z cvsl 1 1 7110 • 0 l� 45' PUBLIC ACCESS EASEMENT .06 '_six3 'Wa-S 3dGH V) IN31I3sv3 ALnan tot c co co 0 2 co THIS DOCUMENT IS RELEASED FOR 1HE PURPOSE OF REVIEW ONLY, UNDER THE AUTHORITY OF DAND L BROWN, P.E. 48282 ON M/19/2M9 IT IS NOT TO BE USED FOR BIDDING, CONSTRUCTION OR PERMIT PURPOSES. LOTT & BROWN CONSULTING ENGINEERS TEXAS REGISTERED ENGINEERING FIRM' F-1645 CML ENGINEERING,HYDROLOGY,CONSTRUCT1ON MANAGEMENT 9303 REID LAKE DRIVE HOUSTON, TEXAS 77084 (281) 492-2354 PROPOSED WATERLINE EXHIBIT A SHEET 2 OF 3 SEDONA RANCH, LOTS 1 & 2 BLOCK 1 IN THE RICHARD MORRIS SURVEY, A-1036 TARRANT COUNTY, TEXAS SUBMITTED: L.B.C.E. SCALE: 1* = 40' DATE: JULY 2012 SURVEY BY: FB NO: DESIGNED BY: DLB DRAWN BY: DLB CITY DWG NO: MATCHLINE SHEET 3 OF 3 SHT. NAME: C/2012/SEDONAVILIAGE/CFAEXHIBIT.DWG P 1 Exist. Sidewa k- 00 a n o n He zr O H 0 N m _ D 0 m m t0 m z 0) —I cJ # cc co 0 rr� co 1 Exist. 11)an. Sews r.- Q storm ri r za) coo 0' OVERHEAD POWER N o1 Ka is 1 3SV3 SS309V 3IH0f1d ,Sb fJz ASPHALT OLD DENTON RD (80' R.O.W.) MATCHLINE SHEET 2 OF 3 co co 0 00 2 co LOTT & BROWN CONSULTING ENGINEERS TEXAS REGISTERED ENGINEERING FIRM F-1845 CML ENGINEERING,HYDROLOGY,CONSTRUCTION MANAGEMENT 9303 RE]D LAKE DRIVE HOUSTON, TEXAS 77084 (281) 492-2354 PROPOSED WATERLINE EXHIBIT A SHEET 3 OF 3 SEDONA RANCH, LOTS 1 & 2 BLOCK 1 IN THE RICHARD MORRIS SURVEY, A-1036 TARRANT COUNTY, TEXAS SUBMITTED: L.B.C.E. SCALE: 1' = 40' DESIGNED BY DLB DRAWN BY: DLB DATE: JULY 2012 SURVEY BY: CITY DWG NO: FB NO: SI-1T. NAME: C/2012/SEDONAVILLAGE/CFAEXHIBR.DWG THIS DOCUMENT IS RELEASED FOR THE PURPOSE OF REVIEW ONLY, UNDER THE AUTHORITY OF DAMD L BROWN, P.E. 48282 ON n7H9/2019 IT IS NOT TO BE USED FOR BIDDING, CONSTRUCTION OR PERMIT PURPOSES ar(4-4-*A•••••••--- 50 GAS EASEMENT CAB "A", SLIDE NO. 11976, T.C.M.R. 20' BUILDING LINE CAB "A", SLIDE NO. 11976, T.0 M.R. Exist. 16" Oncor Gas Line---� CONCRETE 16"DI San. Sewer PAVEMENT 66"RCP Storm Sewer 6"DI Water Line SEDONA RANCH Waterline Estimate of Probable Cost NO ITEM 1 12" DIP, 350 PSI, Restrained Joint Waterline , Including DI Fittings and Skids Installed in Casing Pipe 2 12" C-900 PVC Waterline, Including Fittings, Cleaning, Pigging, Marking Disinfection and Hydrostatic Testing 3 4' C-900 PVC Waterline, Including Fittings, Cleaning Pigging, Marking, Disinfection and Hydrostatic Testing 4 6' C-900 PVC Waterline, Including Fittings, Cleaning, Pigging, Disinfection and Hydrostatic Testing 5 Fire Hydrant 6 6" Gate Valve 7 12" Gate Valve 8 16"x12' Tapping Sleeve & Valve w/Box 9 20" Steel Casing Pipe (0.375 Wall), Including End Seals & Backgrouting 10 Vault for 4" Water Meter, Including All Vault Piping Required and All Connections (Meter Purchased from the City) Complete In Place 11 2' Water Service for Irrigation, Including Meter Box, 2" Service Line, Tap & Tapping Saddle, Stops and All Fittings, Complete In Place 12 Trench Safety Systems 13 Traffic Control for Waterline Construction, Including Set-up, Maintenance and Removal, Complete QTY., UNIT UNIT $, 70 LF $120.00 760 LF $20.00 15 LF $12.00 85 LF $16.00 3 EA $400.00 3 EA $240.00 1 EA $960.00 1 EA $4,000.00 70 LF $160.00 1 2 860 1 LS $8,000.00 EA $400.00 LF $0.80 LS $800.00 Total Price Waterline Items TOTAL $8,400.00 $15, 200.00 $180.00 $1,360.00 $1, 200.00 $720.00 $960.00 $4,000.00 $11, 200.00 $8,000.00 $800.00 $688.00 $800.00 $53,508.00 2 co v 1 NES Cn 6 m C rn V m Io 0 I m> z 0 0 3N11 )DVflI3S '0 18 ,S MATCHLINE iht_SHEET 2 OF 3 tio 11-1IS DOCUMENT IS RELEASED FOR THE PURPOSE OF RENEW ONLY, UNDER THE AUTHORITY OF DAND L BROWN, P.E. 48282 ON f7/1A/9012 IT IS NOT TO BE USED FOR BIDDING, CONSTRUCTION OR PERMIT PURPOSES LOTT & BROWN CONSULTING ENGINEERS TEXAS RAGISTERSD ENGINEERING FIRM F 1846 CIVIL ENGINEERING,HYDROLOGY,CONSTRUCTION MANAGEMENT 9303 REID LAKE DRIVE HOUSTON, TEXAS 77084 (281) 492-2354 PROPOSED SANITARY SEWER EXHIBIT A-1 SHEET 1 OF 3 SEDONA RANCH, LOTS 1 & 2 BLOCK 1 IN THE RICHARD MORRIS SURVEY, A-1036 TARRANT COUNTY, TEXAS SUBMITTED: L.B.C.E. SCALE: 1" = 40' DATE: JULY 2012 SURVEY BY: FBNO: DESIGNED BY: DLB DRAWN BY: DLB CITY DWG NO: SHT. NAME: C/2012/SEDONAVILLAGE/CFAEXHIBMDWG 1f10NV3-10 213M3S 'NYS ti 41 <<2,8, 9bo68 a Cr)> ry ➢ u, j m CI)' m � m rncn Fri Z77 0 -D 'M3S'NVS , 8 1 1 0 0 z rn z 0 0 ,OE '1-S!X3 MATCHLINE SHEET 1 OF 3 <<%E , 9I 68 CO Alaw4+-11111"' THIS DOCUMENT IS RELEASED FOR THE PURPOSE OF REVIEW ONLY, UNDER THE AUTHORITY OF DAVID L BROWN, P.E. 48282 ON p7/19/2019 IT IS NOT TO BE USED FOR BIDDING, CONSTRUCTION OR PERMIT PURPOSES LOTT & BROWN CONSULTING ENGINEERS TEXAS RSOISTERZD ENGINEERING FIRM 1?--11345 CML ENGINEERING,HYDROLOGY,CONS1RUCTION MANAGEMENT 9303 REID LAKE DRME HOUSTON, TEXAS 77084 (281) 492-2354 PROPOSED SANITARY SEWER EXHIBIT A-1 SHEET 2 OF 3 SEDONA RANCH, LOTS 1 & 2 BLOCK 1 IN THE RICHARD MORRIS SURVEY, A-1036 TARRANT COUNTY, TEXAS SUBMITTED: L.B.C.E. SCALE: 1" = 40' DATE: JULY 2012 SURVEY BY: F B NO: DESIGNED BY: DLB DRAWN BY: DLB CITY DWG NO: MATCHLINE SHEET 3 OF 3 SHT. NAME: C/2012/SEDONAVILLAGE/CFAEXHIBIT.DWG z 1 Exist. Sidewa k= ' OD Exist. 11)an. Sew Q cf N " -J'I:i-' :storm ewer OVERHEAD POWER • 45' PUBLIC ACCESS EASEMENT Gin • D OLD DENTON RD. (80' R.O W.) MATCHLINE SHEET 2 OF 3 LOTT & BROWN CONSULTING ENGINEERS TEXAS REGISTERED ENGINEERING FIRM F-1645 CML ENGINEERING,HYDROLOGY,CONSTRUCTION MANAGEMENT 9303 REID LAKE DRIVE HOUSTON, TEXAS 77064 (281) 492-2354 co op co 0 ch C3 2 V Co PROPOSED SANITARY SEWER EXHIBIT A-1 SHEET 3 OF 3 SEDONA RANCH, LOTS 1 & 2 BLOCK 1 IN THE RICHARD MORRIS SURVEY, A-1036 TARRANT COUNTY, TEXAS SUBMITTED: L.B.C.E. SCALE: 1" = 40' DATE: JULY 2012 SURVEY BY: FBNO: DESIGNED BY: DLB DRAWN BY: DLB CITY DWG NO: SHT. NAME: C/2012/SEDONAVILLAGE/CFAEXHIBR.DWG THIS DOCUMENT IS RELEASED FOR THE PURPOSE OF REVIEW ONLY, UNDER THE AUTHORITY CC DAMD L BROWN, P.E. 48282 ON JC7/19/2019 IT IS NOT TO BE USED FOR BIDDING, CONSTRUCTION OR PERMIT PURPOSES. 'r 50' GAS EASEMENT CAB "A", SLIDE NO. 11976, T.C.M.R. 20' BUILDING LINE CAB. "A", SLIDE NO. 11976, T.0 M.R. Exist. 16" Oncor Gas Line---Q 9L�'n icy 66"RCP Storm Sewer 16"DI San. Sewer 16"DI Water Line SEDONA RANCH Sanitary Sewer Estimate of Probable Cost NO. ITEM QTY. UNIT UNIT $ TOTAL S 1 8" PVC, SDR 26 Sanitary Sewer, All Depths, Including Marking and Mandrel and Low Pressure Air Testing, Installed Complete 830 LF $32.80 $27,224.00 2 6" PVC, SDR 26 Sanitary Sewer, All Depths, Including Marking and Mandrel and Low Pressure Air Testing, Installed Complete 40 LF $16.00 $640.00 3 6" Sanitary Sewer Cleanout, Installed Complete 1 EA $200.00 $200.00 4 Remove 10" Sanitary Sewer and Replace with 10" D.I.P., Thk Cl. 53, Including Connections, Installed Complete 18 LF $75.00 $1,350.00 5 4 Diameter, Standard Sanitary Sewer Manhole, All Depths, All Types, Installed Complete 3 EA $1,200.00 $3,600.00 6 4' Diameter, Shallow Sanitary Sewer Manhole on Existing 10' Sanitary Sewer, Installed Complete 1 EA $2,416.00 $2,416.00 7 Vacuum Testing for Proposed Sanitary Sewer Manholes 4 EA $392.00 $1,568.00 8 Post Construction CCTV Inspection 870 LF $1.60 $1,392.00 9 Trench Safety Systems 870 EA $0.80 $696.00 10 Remove Existing Concrete Pavement, Including Sawed Joint and Disposal, Complete 35 SY $8.00 $280.00 11 Reinforced Concrete Pavement Repair, Including Reinforcing Steel and Pavement Joints, Complete In Place 35 SY $41.60 $1,456.00 12 Traffic Control for Sanitary Sewer Construction, Including Set-up, Temporary Detour Pavement, Maintenance and Removal, Complete 1 LS $1,760.00 $1,760.00 Total Price Sanitary Sewer Items $42,582.00 m yuncli Exist. Sidewa Exist. 1 • cip 00 0 2 J ` V 0o -San. Sew (1) storm sewer r OVERHEAD POWER OLD DENTON (80' R.O.W.) m RD 0 O z m 4 m M mo E T n Cn m n n CJI Fri Ti ZE' 9606E S 2 1 / / CAB "A", 4\ I/~ Exist. 16" LOTT & BROWN CONSULTING ENGINEERS TEXAS REGISTERED ENGINEERING FIRM F-1845 CML ENGINEERING,HYDROLOGY,CONSTRUCTION MANAGEMENT 9303 REID LAKE DRIVE HOUSTON, TEXAS 77084 (281) 492-2354 PROPOSED STORM SEWER EXHIBIT B-1 SHEET 1 OF 1 SEDONA RANCH, LOTS 1 & 2 BLOCK 1 IN THE RICHARD MORRIS SURVEY, A-1036 TARRANT COUNTY, TEXAS SUBMITTED• L B C E SCALE: 1' = 40' DATE: JULY 2012 SURVEY BY: FBNO: DESIGNED BY DLB DRAWN BY: DLB CITY DWG NO: SHT. NAME: C/2012/SEDONAVILIAGE/CFAEXHIBIT.DWG CAB THIS DOCUMENT IS RELEASED FOR THE PURPOSE OF RENEW ONLY, UNDER THE AUTHORITY OF DAND L BROWN, P.E. 48282 ON B7/19/2819 IT IS NOT TO BE USED FOR BIDDING. CONSTRUCTION OR PERMIT PURPOSES. • 50 GAS EASEMENT "A', SLIDE NO. 11976, T.C.M.R. 20' BUILDING SLIDE NO. Oncor Gas I• -1 ri `�Fc�i 6"DI L. la 66-RGR ,StormJlewer • ODX 1 1c5"DI Water o I i m. m(,I1 CO mx0 LINE 11976, T.0 M.R. Line ----Q San. Sewer Line NO. ITEM SEDONA RANCH Storm Drainage Estimate of Probable Cost 1 Remove Existing 24" RCP Storm Sewer 2 5 x3' Rein. Conc Box Storm Sewer, Including Marking, Complete in Place 3 Remove Existing Manhole on Existing 24"/30" Storm Sewer, Including Disposal and Safety Systems 4 Remove Existing Manhole on Existing 66" Storm Sewer, Including Disposal and Safety Systems 5 Proposed 6'x6' Storm Sewer Junction Box Over Existing 66' Storm Sewer, Including Connection of 5'x3' Box Sewer and Existing 66" Storm Sewer, Complete in Place 6 Proposed 6'x6' Storm Sewer Junction Box Over Existing 30' Storm Sewer, Including Connection of 5 x3 Box Sewer, 36" Storm Sewer and Existing 30" Storm Sewer, Complete in Place 7 Post Construction CCTV Inspection 8 Trench Safety Systems g Erosion Control, Including Set-up, Maintenance and Removal, Complete 10 Remove Existing Concrete Pavement, Including Sawed Joint and Disposal, Complete 11 Reinforced Concrete Pavement Repair, Including Reinforcing Steel and Pavement Joints, Complete In Place 12 Traffic Control for Storm Sewer Construction, Including Set-up Temporary Detour Pavement, Maintenance and Removal, Complete QTY. UNIT UNIT $ 35 LF $240.00 35 1 1 1 1 1 35 1 35 35 1 LF $120.00 LS $750.00 LS $2,200.00 LS $2,664.00 LS LS LF LS SY SY $1, 200.00 $400.00 $0.80 $1,600.00 $8.00 $41.60 LS $1,760.00 Total Price Waterline Items TOTAL $8,400.00 $4, 200.00 $750.00 $2,200.00 $2,664.00 $1, 200.00 $400.00 $28.00 $1, 600.00 $ 280.00 $1,456.00 $1, 760.00 $24,938.00