Loading...
HomeMy WebLinkAboutContract 46320 'MITRA,CT Developer and Project Information Cover Sheet: Developer Company Name: CENTURION ACQUISITIONS,L.P. Address, State,Zip Code: 1800 VALLEY VIEW LANE, STE. 300,FARMERS BRANCH,TX 75234 Phone,E-Mail: 469-892-7200, CHODGSON @CENTURIONAMERICAN.COM Authorized Signatory/Title: MEHRDAD MOAYEDI Project Name and Brief Description: SENDERA RANCH PHASE 3 SECTION 3D WATER, SEWER,PAVING, STORM DRAIN AND STREET LIGHTS & SIGN TO SERVE THE SENDERA RANCH PHASE 3 SECTION 3D Project Location: GENERALLY LOCATED EAST OF THE INTERSECTION OF SENDERA RANCH BLVD AND WILLOW SPRINGS RD Plat Case No.: FP-013-059 Plat Name: SENDERA RANCH PHASE 3 SECTION 3D Mapsco:5K Council District: 2 City Project No: 02203 CFA: 2014-070 DOE:7149 To be completed by staff.• Received by: Date: OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX DECEIVE® JAN 0 7 piy COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, the undersigned Developer ("Developer") desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as SENDERA RANCH PHASE 3 SECTION 3D ("Project") within the City of Fort Worth, Texas ("City"); and WHEREAS, the City has no obligation to participate in the cost of the Improvements or Project; and WHEREAS, any future City participation in this CFA is subject to the availability of City funds and approval by the Fort Worth City Council and shall be memorialized as an amendment to this Agreement; and WHEREAS, the Developer and the City desire to enter into this Community Facilities Agreement ("CFA" or"Agreement") in connection with the Improvements and the Project. NOW,THEREFORE,For and in consideration of the covenants and conditions contained herein,the City and the Developer do hereby agree as follows: General Requirements A. The Policy for the Installation of Community Facilities ("Policy") dated March 2001, approved by the City Council of the City of Fort Worth, as amended, is hereby incorporated into this Agreement as if copied herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. B. Developer shall provide financial security in confonnance with paragraph 6, Section II, of the Policy and recognizes that there shall be no reduction in the collateral until the Project has been completed and the City has officially accepted the Improvements. Developer acknowledges that the said acceptance process requires the Developer's contractor(s) to submit an 2 affidavit of bills paid signed by its contractor and consent of surety signed by its surety to ensure the contractor has paid any sub-contractors and suppliers in full. Additionally, the contractor must also provide in writing that the contractor has been paid in full by Developer for all the services provided under their contract. C. Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City- approved construction plans, specifications and cost estimates provided for the Project and the exhibits attached hereto. D. The following checked exhibits 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 the Improvements in accordance with Section II, paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section Il, of the Policy. F. For all Improvements included in this Agreement for which the Developer awards construction contract(s), Developer agrees to the following: i. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to meet City's requirements for being prequalified, insured, licensed and bonded to do work in public streets and/or 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 Improvements, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the Improvements valid for a period of two (2) years from the date of final acceptance insuring the maintenance and repair of the constructed infrastructure during the term of the maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253, Texas Government Code. 3 iii. To require the contractor(s) it hires to perform the construction work contemplated herein to provide insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer-awarded infrastructure construction contracts. The City shall be named as additional insured on all insurance required by said documents and same will be evidenced on the Certificate of Insurance (ACORD or other state-approved form) supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give at least 48 hours' advance notice of intent to commence construction to the City's Construction Services Division so that City inspection personnel will be available; to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces, to not install or relocate any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. v. To require its contractor to have fully executed contract documents submitted to the City in order to schedule a Pre-Construction Meeting. The submittal should occur no less than 10 working days prior to the desired date of the meeting. No construction will commence without a City-issued Notice to Proceed to the Developer's contractor. vi. To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. G. Developer shall provide, at its expense, all engineering drawings and documents necessary to construct the improvements under this Agreement. H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the Improvements contemplated 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. 4 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 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 5 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. N. Upon completion of all work associated with the construction of the Improvements, Developer will assign to the City a non-exclusive right to enforce the contracts entered into by the Developer with its contractor along with an assignment of all warranties given by the contractor, whether express or implied. Further, Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. O. Inspection and material testing fees are required as follows: i. Developer shall pay in cash water and wastewater inspection fees and material testing fees equal to two percent (2%) for a total of 4% of the developer's share of the total construction cost as stated in the construction contract. ii. Developer shall pay in cash paving and storm drain inspection fees equal to four percent (4%) and material testing fees equal to two percent (2%) for a total of 6% of the developer's share of the total construction cost as stated in the construction contract. iii. Developer shall pay in cash the total cost of streetlights or if the city is not installing the streetlights, inspection fees equal to four percent (4%) of the developer's share of the streetlight construction cost as stated in the construction contract. iv. Developer shall pay in cash the total cost of street signs. P. COMPLETION WITHIN 2 YEARS i. Developer shall complete the Improvements within two (2) years, provided, however, if construction of the Improvements has started within the two year period, the developer may request that the CFA be extended for one additional year. ii. Nothing contained herein is intended to limit the Developer's obligations under the Policy, this Agreement, its financial guarantee, its agreement with its contractor or other related agreements. 6 iii. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the construction of the Improvements if at the end of two (2) years from the date of this Agreement (and any extension period) the Improvements have not been completed and accepted. iv. The City may utilize the Developer's financial guarantee to cause the completion of the construction of the Improvements or to cause the payment of costs for construction of same before the expiration of two (2) years if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction, the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) 7 Cost Summary Sheet Project Name: SENDERA RANCH PHASE 3 SECTION 3D CFA No.: 2014-070 DOE No.: 7149 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 $207,167 2.Sewer Construction $184,843.00 Water and Sevier Construction Total $ 392,010.00 B. TPW Construction 1. Street $ 412,100.00 2.Storm Drain $ 61,594.50 3.Street Lights Installed by Developer $ 68,234.45 TPW Construction Cost Total $ 541,928.95 Total Construction Cost(excluding the fees): $ 933,938.95 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 7,840.20 D. Water/Sewer Material Testing Fee(2%) $ 7,840.20 Sub-Total for Water Construction Fees $ 15,680.40 E. TPW Inspection Fee(4%) $ 18,947.78 F. TPW Material Testing(2%) $ 9,473.89 G. Street Light Inspsection Cost $ 2,729.38 H. Street Signs Installation Cost $ 1,470.00 Sub-Total for TPW Construction Fees $ 32,621.05 Total Construction Fees: $ 48,301.45 Financial Guarantee Options(Choose one) Amount Mark choice Bond= 100% $ 933,938.95 Completion Agreement= 100%/Holds Plat $ 933,938.95 x Cash Escrow Water/Sanitary Sewer— 125% $ 490,012.50 Cash Escrow Paving/Storm Drain= 125% $ 677,411.19 Letter of Credit= 125%w/2yr expiration period $ 1,167,423.69 8 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 De ve oper has executed this instrument in qu uplicate, at Fort Worth,Texas this day o ,20_� CITY OF FORT WORTH-Recommended by: Water Department Transportation&Public Works Department �L &.�4c i' �4 Ui, �_� Wendy Chi-Ba lal,EMBA,P.E. Douglas .Wiersig,P.E. Development Engineering Manager Director Approved as to Form&Legality. Approved by City Manager's Office Douglas W.Black Fernando Costa Assistant City Attorney Assistant City Manager M&C No. /V - Date: 0 ATTEST: ' 8X a �y ° Mary J.K o°O"�°°°°°°°° City Secret ��X ATTEST: DEVELOPER: Signature Signature (Print)Name: Print Name:MEIMAD MOAYEDI Title: OFFICIAL RECORD CITY SECaErP,,nj° 9 F . 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 ® 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) 10 PROJECT z CD Lo N LL- N � - N cq _ O Z ZD cl)p W O W J _J Z m AVONDALE-HASLET ROAD GS 28> S z LL ---------------------------------------------------------------------------------------------------------------------------------------------_....--------------------------------- ------------------------...-------...-----------------...---------------------------...- OWNER/ DEVELOPER: Iil! P E LOTO N I Wi °p SENDERA RANCH CENTURION ACQUISITIONS, L.P. LAND SOLUTIONS NORTH PHASE 3 SECTION 3D 1221 N.IH-35E,SUITE 200 5751 KROGER DRIVE CARROLLTON,TEXAS 75006 SUITE 185 NOT TO SCALE KELLER,TX 76244 PHONE:469-892-7200 PHONE:817-562-3350 DATE:OCTOBER,2014 FAX:469-892-7202 —...... ` ------- — -- - -� , "—� N _ � I AN��Nt�yg03�� Na�p2 1N51-GF��C n , so 1 A\ g�LQ8 19 70 1k 1X4 O on �� Space � ` -... Lot J Block 101 11 T 1 2 Open Space 3 10 12 10 t 13 9 6 21 I 14 10 8 / 20 1 7 15 19 2 g 16 6 I 18 17 18 10 3 ' 10 5 10 4 / 17 4 1 2 3 16 / 15 6 12 1 7 13 /CO �,,°✓ Lot 8 10 13 8 14 Block 102 8 12 � FiV. Open Space 9 10 Lot 4X, 4!� 6 -y�`\ / 17 BIoQk1� � LEGEND \ O 16 °an p�ce �J \ 5 -- — PROPOSED GATE VALVE 19 NGr, 10 3 — —- EXIST GATE VALVE 2 87 i 1 PROPOSED FIRE HYDRANT p re \ No — -- EXIST FIRE HYDRANT N� '� NOTE: ALL PROPOSED WATER LINES ARE 8"f : UNLESS OTHERWISE NOTED EXHIBIT A - WATER ---- - ------- . .....................-------- -------------- -- ---------- -----------.... -..----------- ---------- . OWNER/ DEVELOPER: PE LOTO N P 0 NORTH 200' SENDERA :RANCH CENTURION ACQUISITIONS, L.P. I `""� ,o�°T,oNS 5751 KROGER DRIVE PHASE 3 SECTION 3D 1221 N.IH-35E,SUITE 200 SUITE 185 CARROLLTON,TEXAS 75006 KELLER,TX 76244 PHONE:469-892-7200 PHONE:817-562-3350 GRAPHIC SCALE DATE:OCTOBER,2014 FAX:469-892-7202 - ------ -. _ -..._... ­-- ------------------...... SS `J� \ ♦� / pHP Q�p9p6o \ LeL18X, --' I 19 \ � Block TII4� ' 70 � ' Open Space 2 —� Let Q Block 107 2 Open Space _ 3 10 12 10 R/ ' I � S4 5 I / 13 9 N 8 27 14 10 8 29 20 1 15 7 7 19 2 8 28 16 6 18 1 18 10 3 10 7 / 10 5 Z\1 / 17 4 10 4 / � 26 i 3 16 5 =� 11 1 2 0 f / 15 6 12 / ` (� 25 110 7 J 13 24 !3 / Lot 8X, 13 8 Block 102 8 12 14 23 / Open Space g / / t 10 ® 22 7 1 11 / 10 Lot 8 �J, / 17 .1.6110T 21 /0 an Spaace / 5 O 18 20 ` j 19 / 10 0 3 2 /` 19 p7 ,E pHpSE 6;35503 i 0 02 LEGEND \N`5 --•- PROPOSED SEWER LINES�� P2P / � vEM B 102 18 h4ER 805415 Open S \ 2 —�--— EXIST SEWER LINES asst-P�p / ` 49 '�� \ �+c SDR 26 SERVICES 3 ` <\ NOTE: ALL PROPOSED SANITARY SEWER /`� 4/ \ 4 n 47 �\ LINES ARE 8 UNLESS OTHERWISE NOTED f 36 C8 EXHIBIT Al - WASTEWATER 4E' --------- -------- OWNER/ DEVELOPER: pELOTON 0 NORTH KRO 5751 RO GE DRI VE 2O0-200 RANCH CENTURION ACQUISITIONS, L.P. I , RDRI E VE PHASE 3 SECTION 3D 1221 N.IH-35E,SUITE 200 SUITE 185 CARROLLTON,TEXAS 75006 KELLER,TX 76244 PHONE:469-892-7200 PHONE:817-562-3350 GRAPHIC SCALE DATE:OCTOBER,2014 FAX:469-892-7202 4 19 10 pace 12 10 13 9 98 29 16 6 18 18 4 17 2 16 15 6 25 7 13 Lot 8X, 8 Block 102 8 12 23 Open Space— 9 6 17 21 5 20 10 f LEGEND 1910, SIDEWALK BY DEVELOPER 2 H.C. RAMPS BY DEVELOPER 0 86 EXHIBIT B PAVING OWNER/ DEVELOPER: PELOTON LAND SOLUTIONS NORTH T111-1 0 200-SENDERA RANCH CENTURION ACQUISITIONS, L.P. 5751 KROGER DRIVE 1221 N.IH-35E,SUITE 200 PHASE 3 SECTION 3D SUITE 185 CARROLLTON,TEXAS 75006 KELLER,TX 76244 PHONE:469-892-7200 PHONE:817-562-3350 ILGRAPHIC SCALE DATE:OCTOBER,2014 FAX:469-892-7202 ^ ' --- -------- On HEADWALL 48" RCP 4 RCP 19 0 30" RCP Open Space 10' INLETS 9 21 RCP 14 8 29 21 8 28 17 24" RCP 18 18 nlo 1 5 10 99 27 '17 10 1 2 16 11 6 25 15 12 7 13 Block102 8 12 23 Open Space- 0 22 5 20 A 10 /\ lg@ LEGEND Lot PROPOSED STORM DRAIN INLET EII c M02 18 pen S EXIST STORM DRAIN INLET 49 PROPOSED STORM DRAIN MANHOLE PROPOSED STORM DRAIN HEADWALL 4 36 37 EXHIBIT Bi STORM DRAINAGE OWNER/ DEVELOPER: 11111 PELOTON P I... SOLUTIONS NORTH 0 200-SENDERA RANCH CENTURION ACQUISITIONS, L.P. 5751 KROGER DRIVE 1221 N.IH-35E,SUITE 200 SUITE 185 PHASE 3 SECTION 3D CARROLLTON,TEXAS 75006 KELLER,TX 76244 PHONE:469-892-7200 PHONE:81 ' � \ \ g/• P�, p2o�D P R;C C;C - L L6X, 0%BlI ock iD4� \' 19 10 ,..- n Space 2 Loot I Block 10 11 1 2 Open Space I e TR 10 12 10 F 3 If / 13 9 14 1D 8 21 \ 6 / 29 I\ 15 7 / 20 7 If 19 2 8 2E 16 6 18 t7 18 10 3 \� 10 5 10 27 4 t0 4 17 / �- ( 26 i 1 2 3 16 5 11 0 / 6 15 12 / (� 25 7 13 �J 24 a Lot 8X, 13 10 8 V �- Block 102 8 \ 12 14 7�. 23 Open Space 9 15 \ 10 22 7 YYY 1 6 11 // 17 10 O Lot an c`S44�' 21 ` 5 O 18 /�% 20 19 /! 10 / 3 2 19 fl7 SE pN�,SE�6A355p3 ' DL LEGEND ` 1 / Ni 9R:\�` PROPOSED STREET LIGHTS LLot BID ;`a /,fl \ JtE R Pc PD06A vgo j\_ o j 5 - Open S 2 EXIST STREET LIGHTS \ \ f / Z, \ \ 3 f 4G \\ 4 36 47 \ / \ 80, EXHIBIT C - STREET LIGHTS 46 \�\ OWNER/ DEVELOPER: 11!11 PELOTON 0 NORTH 2O0-SENDERA RANCH CENTURION ACQUISITIONS, L.P. I11 LAND SOLUTIONS 5751 KROGER DRIVE PHASE 3 SECTION 3D 1221 N.IH-35E,SUITE 200 SUITE 185 CARROLLTON,TEXAS 75006 KELLER,TX 76244 PHONE:469-892-7200 PHONE:817-562-3350 GRAPHIC SCALE DATE:OCTOBER,2014 FAX:469-892-7202 .. ---------------------- --- ------------- - ----- --- ---. -.............--------------------------------------------------------------- - ON eA a1 A \ V 1NSG.1p�T G?' SA1iPH`�\pGp530�Iks \ // ��CC` &D LQt 18X, 19 ,o O en Space �\\,� \�� 2 / Q Lot Block 101� 11 T 1 Open Space _ r 2 12 10 RF Ri 3 10 13 9 V 10 8 2, 14 \ 6 / 29 20 1 7 / 15 7 19 2 8 28 16 6 18 17 18 tU 3 10 5 10 27 4 / 17 4 10 / 26 1 2 3 16 5 / 11 / 15 6 12 / �" 25 . 110 7 13 /; � 24 13 / Lot 8X, 8 V Block 102 \ t2 14 Open Space 6 9 ?3 \ / 15 \ 10 22 7 B106k 0 17 a` 21 6 JO\ / O an Space \ 18 5 /� 20 19 10 / 3 2 ER635 03 /r O1 LEGEND PROPOSED STREET NAME SIGNS �Lol X/ Bye 162 18 MY pen S➢ace , PREt41 o{xOP20gp5,`5p 49 \ \ EXIST STREET NAME SIGNS ' 48 4 / 36 47 /\ 37 EXHIBIT C1 - STREET NAME SIGNS 44) 40 r OWNER/ DEVELOPER: PELOTON 0 NORTH 200-SENDERA RANCH CENTURION ACQUISITIONS, L.P. �I LAND SDLDT�DNS PHASE 3 SECTION 3D 1221 N.IH-35E,SUITE 200 5751 SUOEE 8DRIVE CARROLLTON,TEXAS 75006 KELLER,TX 76244 PHONE:469-892-7200 PHONE:817-562-3350 GRAPHIC SCALE DATE:OCTOBER,2014 FAX:469-892-7202 PELOTON LAND SOLUTIONS,Inc. 5751 KROGER DR,SUITE 185,KELLER,TX 76244(817)562-3350 Sendera Ranch 3-3D RKM Utility Services, Inc. 12/19/2014 WATERIMPROVEMENTS ITEM# DESCRIPTION UNIT QTY UNIT PRICE TOTAL 3311.0241 8"Water Pipe LF 3,242 27.50 89,155.00 3312.3003 8"Gate Valve EA 11 1,350.00 14,850.00 3312.0001 Fire Hydrant EA 5 4,000.00 20,000.00 3311.0001 Ductile Iron Water Fittings w/Restraint TON 2.5 2,500.00 6,250.00 9999.0001 Concrete Blocking SY 5.9 250.00 1,475.00 3305.1102 16"Casing By Other Than Open Cut LF 54 240.00 12,960.00 3305.2002 8"Carrier Pipe LF 54 100.00 5,400.00 3312.2003 V Water Service EA 70 700.00 49,000.00 3312.0117 Connection to Existing 4"-12"Water Main EA 2 3,000.00 6,000.00 0241.0100 Remove Sidewalk LF 76 6.00 456.00 3305.0109 Trench Safety t LF 3,242 0.50 1,621.00 TOTAL WATER $207,167.00 SANITARY SEWER IMPROVEMENTS ITEM# DESCRIPTION UNIT QTY UNIT PRICE TOTAL 3331.4225 18"Sewer Pipe LF 322 70.00 22,540.00 3331.4115 8"Sewer Pipe LF 2,640 24.00 63,360.00 3339.1001 4'Manhole EA 20 2,500.00 50,000.00 3339.0001 Epoxy Manhole Liner VF 21 300.00 6,300.00 3331.3101 4"Sewer Service EA 68 400.00 27,200.00 9999.0013 Connection to Existing 18"Sanitary Sewer Line EA 1 1,000.00 1,000.00 3305.0109 Trench Safety LF 2,962 0.50 1,481.00 3301.0002 Post-CCTV Inspection LF 2,962 1.00 2,962.00 3301.0101 IManhole Vacuum Testing EA 20 1 500.00 10,000.00 TOTAL SANITARY SEWER $184,843.00 STORM DRAIN IMPROVEMENTS ITEM# DESCRIPTION UNIT QTY UNIT PRICE TOTAL 3341.0409 48"RCP,Class III LF 95 115.00 10,925.00 3341.0402 42"RCP,Class III LF 132 97.00 12,804.00 3341.0305 33"RCP,Class III LF 54 66.00 3,564.00 3341.0302 30"RCP,Class III LF 29 58.00 1,682.00 3341.0205 24"RCP,Class III LF 30 45.00 1,350.00 3341.0201 21"RCP,Class III LF 37 41.00 1,517.00 3349.5001 10'Curb Inlet EA 4 2,500.00 10,000.00 3349.5002 15'Curb Inlet EA 1 3,200.00 3,200.00 3349.5003 20'Curb Inlet EA 1 4,000.00 4,000.00 3349.0002 5'Storm Junction Box EA 1 3,400.00 3,400.00 3349.1011 48"Flared Headwall,1 pipe EA 1 3,500.00 3,500.00 3137.0103 Large Stone Riprap,grouted SY 78 70.00 5,460.00 3305.0109 ITrench Safety LF 385 0.50 192.50 TOTAL PAVING $61,594.50 PAVING IMPROVEMENTS ITEM# DESCRIPTION UNIT QTY I UNIT PRICE TOTAL 3213.0101 6"Cone Pvmt SY 9,7701 32.50 317,525.00 3211.0501 6"Lime Treatment SY 10,398 2.75 28,594.50 3211.0400 Hydrated Lime TN 156 150.00 23,395.50 3213.0501 Barrier Free Ramp,Type R-1 EA 12 1,000.00 12,000.00 3213.0301 4"Cone Sidewalk SF 6,520 4.00 26,080.00 0241.0100 Remove Sidewalk SF 280 1.25 350.00 9999.0014 4'Cone Flume LF 132 20.00 2,640.00 9999.0015 Steel Plate Over Flume EA 1 500.00 500.00 9999.0008 End of Road Barricade LF 29 35.00 11015.00 TOTAL PAVING $412,100.00 STREET LIGHTING IMPROVEMENTS ITEM# DESCRIPTION UNIT QTY UNIT PRICE TOTAL 3441.3002 Rdwy lllum Assmbly TY 8,11,D-25,and D-30 EA 13 1,736.00 22,568.00 3441.3301 Rdwy Illum Foundation TY 1,2,and 4 EA 13 1,242.00 16,146.00-[--- 2605.3011 2"CONDT PVC SCH 40(T) LF 2,955 9.99 29,520.45 TOTAL STREET LIGHTS $68,234.45 STREET SIGNS ITEM# IDESCRIPTION UNIT QTY UNIT PRICE TOTAL 9999.0010 1 Street Signs(Name Blades) EA 61 250.00 1,500.00 9999.0006 IStop Sign EA 4 0.00 0.00 TOTAL STREET SIGNS $1,500.00 t