HomeMy WebLinkAboutContract 49454 CITY SECRETARY
CONTRACT NO.
Developer and Project Information Cover Sheet:
Developer Company Name: Fort Worth Everman/Risinger Development, LLC, a Texas
limited liability company, and Commerce Construction Co., L.P.,
a California limited partnership authorized to do business in
i
Texas
Address, State,Zip Code: 131 E.Exchange Avenue, Suite 212 Fort Worth,TX 76164
i
Phone&Email: 817-710-7367,joshwheeler@majesticrealty.com
Authorized Signatory, Title: Edward P.Roski,Jr,President and Chairman of the Board, and Chief
Executive Officer
Project Name: Southland Business Park
Brief Description: Water,Sewer
Project Location: West of Interstate 35W near intersection of W. Risinger Rd and
Technology Blvd
Plat Case Number: FP-17-003 Plat Name: Southland Business Park Addition
Mapsco: 61W Council District: 8
7Number: 2017-070 City Project Number: 100880
To be completed staff.-
Received by: -71ql�jwe 4,4 Date: 7
- RECEI VEO
OFFICIAL RIPCORD '-22011
2 2011 co
N
CITY SECRETARY C IITY YsECR4RYN a
FT.WORTH,TX
City of Fort Worth,Texas I IL ®t 6$
Standafd Community Facilities Agreement-Southland Business Park
CFA Official Release Date: 02.20.2017
Page 1 of 11
STANDARD COMMUNITY FACILITIES AGREEMENT
THE STATE OF TEXAS § City Secretary
COUNTY OF TARRANT § Contract No.
WHEREAS, Fort Worth Everman/Risinger Development, LLC, a Texas limited liability
company, and Commerce Construction Co., L.P., a California limited partnership authorized to
do business in Texas (Fort Worth Everman/Risinger Development, LLC and Commerce
Construction Co., L.P. are individually and collectively referred to herein as "Developer"), desire
to make certain specific improvements as described below and on the exhibits attached hereto
("Improvements") related to a project generally described as Southland Business Park
("Project") within the City or the extraterritorial jurisdiction 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 collective Improvements for 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.
City of Fort Worth,Texas
Standard Community Facilities Agreement-Southland Business Park
CFA Official Release Date:02.20.2017
Page 2 of 11
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 Improvements. Developer
further acknowledges that said acceptance process requires the Developer's contractor(s)
to submit a signed affidavit of bills paid and consent of Surety signed by its surety to
ensure the contractor has paid any sub-contractor(s) and suppliers in full. Additionally,
the contractor will provide in writing that the contractor has been paid in full by
Developer for all the services provided under this contract.
C. Developer agrees to cause the construction of the Improvements contemplated by this
Agreement and that said construction shall be completed in a good and workmanlike
manner and in accordance with all City standards and the City-approved construction
plans, specifications and cost estimates provided for the Project and the exhibits attached
hereto.
D. The following checked exhibits describe the Improvements and are incorporated herein:
Water (A) FX1, Sewer (A-1) Cix, Paving (B) ElStorm Drain (13-1) ❑l, Street Lights &
Signs (C) ❑.
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 II, of the Policy. Developer shall
ensure its contractor(s)pays the then-current City-established wage rates.
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 ways and/or prequalified to perform
water/wastewater 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 of Fort Worth,Texas
Standard Community Facilities Agreement-Southland Business Park
CFA Official Release Date: 02.20.2017
Page 3 of 11
City for one hundred percent (100%) of the contract price of the infrastructure 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.
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 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, if any, 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, unless otherwise agreed to by City, all engineering
drawings and documents necessary to construct the improvements under this Agreement.
City of Fort Worth,Texas
Standard Community Facilities Agreement-Southland Business Park
CFA Official Release Date:02.20.2017
Page 4 of 11
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 payment of 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,
its 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, its 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, iia
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,
City of Fort Worth,Texas
Standard Community Facilities Agreement-Southland Business Park
CFA Official Release Date:02.20.2017
Page 5 of 11
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.
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 four (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 six
(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 (2) 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.
City of Fort Worth,Texas
Standard Community Facilities Agreement-Southland Business Park
CFA Official Release Date:02.20.2017
Page 6 of 11
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.
Q. ENFORCEMENT
City and Developer agree that because Developer is composed of two entities, Fort Worth
Everman/Risinger Development, LLC, and Commerce Construction Co., L.P., the City may
enforce this Agreement against either Fort Worth Everman/Risinger Development, LLC, or
Commerce Construction Co., L.P, or against both Fort Worth Everman/Risinger
Development, LLC, and Commerce Construction Co., L.P.
(REMAINDER OF PAGE INTENTIONALLY LEFT BLANK)
City of Fort Worth,Texas
Standard Community Facilities Agreement-Southland Business Park
CFA Official Release Date:02.20.2017
Page 7 of 11
Cost Summary Sheet
Project Name: Southland Business Park
CFA No.: 2017-070 City Project No.: 100880
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 $ 297,510.00
2.Sewer Construction $ 35,470.99
Water and Sewer Construction Total $ 332,980.99
B. TPW Construction
1.Street $ -
2.Storm Drain $
3.Street Lights Installed by Developer $
4. Signals $
TPW Construction Cost Total $ -
Total Construction Cost(excluding the fees): $ 332,980.99
Construction Fees:
C. Water/Sewer Inspection Fee(2%) $ 6,659.62
D. Water/Sewer Material Testing Fee(2%) $ 6,659.62
Sub-Total for Water Construction Fees $ 13,319.24
E. TPW Inspection Fee(4%) $ -
F. TPW Material Testing(2%) $
G. Street Light Inspsection Cost $
H. Signals Inspection Cost $
H. Street Signs Installation Cost $
Sub-Total for TPW Construction Fees $ -
Total Construction Fees: $ 13,319.24
Choice
Financial Guarantee Options,choose one Amount Mark one
Bond=100% $ 332,980.99 x
Completion Agreement= 100%/Holds Plat $ 332,980.99
Cash Escrow Water/Sanitary Sewer=125% $ 416,226.24
Cash Escrow Paving/Storm Drain=125% $ -
Letter of Credit=125%w/2yr expiration period $ 416,226.24
City of Fort Worth,Texas
Standard Community Facilities Agreement-Southland Business Park
CFA Official Release Date: 02.20.2017
Page 8 of 11
ACCORDINGLY,the City of Fort Worth and Developer have each caused this instrument to be
executed in quadruplicate in each entity's respective name by its duly authorized signatories effective as
of the date executed by the City's City Manager or his/her designee.
CITY OF FORT WORTH Contract Compliance Manager:
By signing, I acknowledge that I am the
person responsible for the monitoring and
Jesus J. Chapa administration of this contract, including
Assistant City Manager ensuring all performance and reporting
Date: - requirements.
Recommended by:
ame: Janie Morales
Wendy Chi-Babulal, EMBA, P.E. Title: Development Manager
Development Engineering Manager
Water Department
N A
Douglas W. Wiersig, P.E.
Director
Transportation &Public Works Department
Approved as to Fonn &Legality:
Richard A. McCracken
Assistant City Attorne
M&C No. IV4
Date: —7I' I J1"7
Form 1295: F®IZ
N >4- ®� r
A ST-
AA :-1
O"ICIAL MCCID
a y J. Kayser AS CITY SECRETARY
City Secretary WORTH'TQC
City of Fort Worth,Texas
Standard Community Facilities Agreement-Southland Business Park
CFA Official Release Date:02.20.2017
Page 9 of 11
DEVELOPER
Fort Worth Everman/Risinger Development, Commerce Construction Co.,L. P.,
LLC, a Texas limited liability company a California limited partnership
By:Majestic—Everman Investor,LLC By: Commerce C&R,Inc.
a Delaware limited liability company,its A California Corporation,its
Managing Member General Partner
By:Majestic Realty Co.,
a California corporation,
Manager's Agent Name: Edward P. Roski, Jr, Chief
Executive Officer
Date:
amre: Edward P. Roski, Jr ATTEST: (Only if required by Developer)
Title: President and Chairman of the Board
Signature
Date: Name:
ATTEST: (Only if required by Developer)
Date:
Signature
Name:
Date:
City of Fort Worth,Texas
Standard Community Facilities Agreement-Southland Business Park
CFA Official Release Date:02.20.2017
Page 10 of 11
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Los Angeles
On July 26, 2017, before me, Laurie Jenkins, Notary Public,
personally appeared Edward P. Roski, Jr., who proved to me on the basis of
satisfactory evidence to be the person whose name is subscribed to the
within instrument and acknowledged to me that he executed the same in his
authorized capacity, and that by his signature on the instrument the person,
or the entity upon behalf of which the person acted, executed the
instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California
that the foregoing paragraph is true and correct.
WITNESS my hand and official seal.
Signature (Seal)
LAURIE NKINS
Commission#f 2077754
Z µo Notary public-California z
Los Angeles County D
MV Comm.Ex tires Se 10,2018
Check items associated with the project being undertaken; checked items must be
included as Attachments to this Agreement
Included Attachment
❑i Location Map
❑ Exhibit A: Water Improvements
El Water Cost Estimate
ElExhibit A-1: Sewer Improvements
❑'' Sewer Cost Estimate
Exhibit B: Paving Improvements
El Paving Cost Estimate
❑! Exhibit B-1: Storm Drain Improvements
❑! Storm Drain Cost Estimate
❑I Exhibit C: Street Lights and Signs Improvements
❑' Street Lights and Signs Cost Estimate
(Remainder of Page Intentionally Left Blank)
City of Fort Worth,Texas
Standard Community Facilities Agreement-Southland Business Park
CFA Official Release Date: 02.20.2017
Page 11 of 11
THE CITY OF FORT WORTH
COST EXHIBITS
PUBLIC IMPROVEMENTS TO SERVE
SOUTHLAND BUSINESS PARK
svC610pE SCHooL S Ar E
o z Q
`�CL4RENDUP
SurirwG� a RILL
v �
a � HASI.f1eR �
J
.y9L o
9
PIC E' EVERMAN EVER
WILD
0 3 SCALE:1"=2000'
HI F.P RSG ' PROJECT PALETTE
HIR
LL LOCATION
FORUM
TH
HVIEW
c z
N z A
� � U
Z
� Z �
LE y N
w
3 �
s a
� w
RISINGER p RISINGER
FORTWORTH
SITE LOCATION MAP
o
AKE or
00000_ PROP.12"PRESSURE PLANE VALVE""" - - NORTH
PROP.AUTOMATIC ;
FLUSHING VALVE
-PRIVATE WATER LINE LOOP CONNECT PROPOSED
1, LINE TO EX.16"LINE GRAPHIC SCALE IN FEET
PROP.12"GATE VALVE
� ;� PROP.8"PRIVATE LINE �i � 0 75 150 300
_ - PROPOSED 15'
WATER LINE EASEMENT
I
i
it
LOT1,BLO CK 1 I PROPOSED 12"WATER
LINE EXTENSION
LOT 6,BLOCK 1
1;31 mom, I
PRIVATE WATER LINE LOOP
IIIIIIIIIIIIIIt-f
PROP.8"PRIVATE LINE
I I I ( PROP.12"GATE VALVE
I
I I I
II
LOT 2, BLOCK 1
PROPOSED 15'
WATER LINE EASEMENT
II
II
II
II PROP, 12"GATE VALVE
II
I
MATCH WITH EXHIBIT A(2 OF 4)
�16
EXHIBIT A (1 OF 4): WATER IMPROVEMENTS
SOUTHLAND BUSINESS PARK Kimley)))Horn
I MATCH WITH EXHIBIT A(1 OF 4)
LOT 4, BLOCK 1
( I PROPOSED 12"WATE NORTH
LINE EXTENSION
I
I I I I GRAPHIC SCALE IN FEET
0 100 200 400
PROPOSED 15'
CALLED 12.81 ACRES WATER LINE EASEMENT
BARNETT GATHERING, L
INST.NO. D206080398 PROP.12"GATE VALVE
D.R.T.C.T. i
REMAINDER
I i F.W. 140,LTD.
VOL.5445, PG.458
D.R.T.C.T.
II
CALLED 12.664 ACRES
BARNETT GATHERING, LPI I I
INST. NO.D208162439
D.R.T.C.T. I II
I �I
I
BARNETT GATHERING LP I I
3.038 ACRES
INSTRUMENT NO. I
D208163428
� O.P.R.T.C.T I I
I I i PROPOSED 15'
WATER LINE EASEMENT
I
I PROP.12"GATE VALVE
/m i
— — — — — - _ /
PROPOSED 12"WATER
r LINE EXTENSION
O
EX.10'WATER LINE
TO BE REMOVED
C
v .-
MATCH WITH EXHIBIT A(3 OF 4)
EXHIBIT A (2 OF 4): WATER IMPROVEMENTS
SOUTHLAND BUSINESS PARK Kimley»)Horn
MATCH WITH EXHIBIT A(2 OF 4) NORTH
I 1
GRAPHIC SCALE IN FEET
I 0 75 150 300
PROPOSED 12"
WATER LINE
I �
SIDDONS,STEVE I
REMAINDER OF 15.510 ACRES Z
VOLUME 8011, PAGE 734 -
D.R.T.C.T. 0
-c 1
G EX.10"WATER LINE
TO BE REMOVED
I
REMAINDER
F.W. 140, LTD.
VOL. 5445, PG. 458
D.R.T.C.T.
I
CONNECT PROPOSED
LINE TO EX.12"LINE
v'w
121W , 12'w 12,Vv
—,na W - .no°w na^w .. nc w ==m.na-w — is^wl—W.RISINGER RD.
._._... 16'W16°W i6"W —.�—, i6"W 1a"vd
m� c
EXHIBIT A (3 OF 4): WATER IMPROVEMENTS
SOUTHLAND BUSINESS PARK Kimley)>)Horn
i I NORTH
I I
I
GRAPHIC SCALE IN FEET
0 75 150 300
I I I
I I
i
REMAINDER OF
LOT 1R-1,BLOCK 1
REMOVE EX-6=-----, I LONE STAR SUBDIVISION
ATER LIN'NE-
............
I i VOL.388-123, PG.58 P.R.T.C.T.
.._...._....
LIT 5, BLOCM I I
-- LOT 7X,BLOCK 1 LOT 8,BLOCK 1
— L - 1—
I I I I I I I
-1- I I I I I
� _ !- � - }- - - � - --1- FU�T�RE - t-
I I I I I I BUILDING 5 1 I
- - - -I- - SF
FFE_3008:25. I-
1I I I I I I I I
—I_ .J _ �_ _� _ L
XI ► ► ► I IXIXI I
BURLESON CARDINAL RD. -
EXHIBIT A (4 OF 4): WATER IMPROVEMENTS
SOUTHLAND BUSINESS PARKC�jlralep) 0 4 v
CFA PROJECT QUANTITY MATRIX
SOUTHLAND BUSINESS PARK(PUBLIC WATER IMPROVEMENTS)
SHEET NO. ITEM TOTAL UNIT PRICE ITEM TOTAL COST
ITEM NO. BID ITEM UNIT C-003 C-100
1 0241.1014 Remove 10"Water Line LF 1,335 1,335 $ 27.00 $ 36,045.00
2 0241.1012 Remove 6"Water Line LF 254 254 $ 27.00 $ 6,858.00
3 3311.0461 12"PVC Water Pipe LF 4,480 4,480 $ 39.00 $ 174,720.00
4 3311.0261 8"PVC Water Pipe LF 20 20 $ 43.00 $ 860.00
5 3312.0001 Fire Hydrant EA 1 31 3 $ 4,461.00 $ 13,383.00
6 0241.1510 Salvage Fire Hydrant EA 3 3 $ 175.00 $ 525.00
7 3311.0001 Ductile Iron Water Fittings w/Restraint TON 1 1 $ 8,864.00 $ 6,648.00
8 3312.0117 Connection to Existing 4"-12"Water Main EA 1 1 $ 3,092.00 $ 3,092.00
9 3312.4114 16"x 12"Tapping Sleeve&Valve EA 1 1 $ 7,815.00 $ 7,815.00
10 3312.3005 12"Gate Valve EA 6 6 $ 2,228.00 $ 13,368.00
11 3312.3003 8"Gate Valve EA 2 2 $ 1,347.00 $ 2,694.00
12 3312.3002 6"Gate Valve EA 1 1 $ 1,053.00 $ 1,053.00
13 3312.2203 2"Water Service EA 3 3 $ 2,575.00 $ 7,725.00
14 3305.0109 Trench Safety LF 1 4,5001 4,500 $ 1.00 $ 4,500.00
15 3471.0001 Traffic Control MO 1 1 $ 2,750.00 $ 2,750.00
16 13125,0101 SWPPP >_1 acre LS 1 1 $ 2,500.00 $ 2,500.00
9999.0001 Automatic Flushing Device and Assembly
17 (Model No.9800WC) LS 1 1 $ 12,974.00 $ 12,974.00
UNIT TOTAL $ 297,510.00
NORTH I .v --�• � � .�'�!
GRAPHIC SCALE IN FEET 3 6w
0 30 60 120 6w
-,5•YJ'�
L o
1CW �-�
,C W
y—
"'C.l� cl)
CONNECT TO EX. m? ° PROPOSED 6"
MANHOLE y o SANITARY SEWER LINE
z mo PROPOSED 4'
m m MANHOLE PROPOSED4'
MANHOLE
PROPOSED 4' — —-PROPOSED 8"SANITARY— PROPOSED 8"
MANHOLE SEWER LINE SANITARY SEWER LINE
1 11'
PROPOSED 15'
SSWR EASEMENT
a � o ► �
.fe
1
LOT 1,
BLOCK 1
EXHIBIT Al : SANITARY SEWER IMPROVEMENTS
SOUTHLAND BUSINESS PARK IGmley>»Horn
CFA PROJECT QUANTITY MATRIX
SOUTHLAND BUSINESS PARK(PUBLIC SEWER IMPROVEMENTS)
SHEET NO. ITEM TOTAL UNIT PRICE ITEM TOTAL COST
ITEM NO. BID ITEM UNIT C-004 C-106
1 3331.4115 8"Sewer Pipe LF 377 377 $ 41.00 $ 15,457.00
2 3331.4116 8"Sewer Pipe,CSS Backfill LF 20 20 $ 81.00 $ 1,620.00
3 0330.0001 Concrete Encase Sewer Pipe CY 3 3 $ 313.33 $ 939.99
4 3339.1001 4'Manhole EA 3 3 $ 2,900.00 $ 8,700.00
5 3339.1003 4'Extra Depth Manhole VF 5 5 $ 253.00 $ 1,265.00
6 3301.0101 Manhole Vacuum Testing EA3 3 $ 200.00 $ 600.00
7 3339.0003 Wastewater Access Chamber EA 1 1 $ 2,620.00 $ 2,620.00
8 3301.0002 Post-CCN Inspection LF 397 397 $ 1.00 $ 397.00
9 3305.0109 Trench Safety LF 397 397 $ 1.00 $ 397.00
10 3471.0001 Traffic Control MO 3 3 $ 325.00 $ 975.00
11 3125.0101 SWPPP z 1 acre LS 1 1 $ 2,500.00 $ 2,500.00
UNIT TOTAL $ 35,470.99