Loading...
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