HomeMy WebLinkAboutContract 41382COMMUNITY FACILITIES AGREEMENT
THE STATE OF TEXAS § City Secretary
COUNTY OF TARRANT § Contract No. I�i I )s a
WHEREAS, the undersigned "Developer" desires to make certain improvements (refer
to the name of the project at the bottom of the page) an addition to the City of Fort Worth,
Texas; and
WHEREAS, the said Developer has requested the City of Fort Worth, ahome-rule
municipal corporation situated in Tarrant, Denton, Parker, and Wise Counties, Texas, hereinafter
called "City", to do certain work in connection with said improvements.
Developer Information:
Developer Company Name: Kiewit Texas Construction, L.P.
Authorized Signatory: William D. Glaser
Title: Vice President
Project Name: Kiewit Water &Sanitary Sewer Improvements
Project Location: 13119 Old Denton Road
Additional Streets: N/A
Plat Case No.: N/A Plat Name: N/A
Mapsco: 7V Council District: 2 City Project No: 01617
To be completed staff ,
Received by. Date: 1 � d � �
CFA: 2010-065 DOE: 6555 C I a uA��
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 Faces ("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.
,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 (AIX
Sewer (A-1) X Paving (B) _z Storm Drain (B-1) , 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 conformance with paragraph 8, Section II, of the Policy.
Combined CFA final Sept 12, 2008 2
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 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 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, 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 to schedule a Pre -Construction Meeting. The
3
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 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 iniatries, death or dania"es are
caused, in whole or in part, by the alleged nekli,aence of the City of
Combined CFA final Sept 12, 2008 4
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 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 form 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 %J 4% %J 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.
5
0
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.
i1. 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.
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,
Combined CFA final Sept 12, 2008 6
Cost Summary Sheet
Project Name: Kiewit Water &Sanitary Sewer Improvements
CFA No.: 2010-065
DOE No.: 6555
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
A. Water and Sewer Construction
1. Water Construction
2, Sewer Construction
Water and Sewer Construction Total
B. TPW Construction
1, Street
2. Storm Drain
TPW Construction Cost Sub -Total
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:
Financiai Guarantee Options, choose one
Developer's Cost
261,000.00
$ 198,000,00
$ 4591000,00
$ 459,000.00
$ 9,180.00
$ 9,180.00
$ 18,360.00
$ 18,360.00
Choice
Amount (ck one)
Bond
= 100%
$
459,000.00
Com
letion A reement = 100% /Holds Plat
$
4593000.00
Cash
Escrow Water/Sanitary Sewer= 125%
$
573,750.00
Cash
Escrow Paving/Storm Drain r= 125%
$
Letter
of Credit = 125% w/2 r expiration period
$
5739750,00
7
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 day
of C , 20_L _.
CITY OF FORT WORTH - Reconmrenrled by:
Water Department
IA)
Wendy Chi-B ulal, EMBA, P.E.
Development Engineering Manager
Approved as to Form &Legality.•
arcia Wise
Assistant City Attorney
ATTEST:
Marry Hendrix
City Secretary
ATTEST
Transportation &Public Works Department
William A. Verkest, P.E.
Director
Approved by City Manager's Office
Fernando Costa
Assistant City Manager
Kiewit Texas Construction, L.P.
Signature (Print) Name: wid? ell /
e &u l errc 2-
By its General Partner
Kiewit Texas Co.
Print Name: William D. Glaser
Title: Vice President
Combined CFA final Sept 12, 2008 8
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 Blanlc)
G�
EXISTING 24' TRA SANITARY / /
SEWER LINE / /
30' TRA SANITARY //
SEWER EASEMENT
VOI. 9577, PG. 613
VICINITY MAP
N.T.S.
AlL /NVESTMENT, L. P.
CALLED 156.800 ACRES
DOC N0.0200088060
I:�aL•P.IIL11;1E1
I
I
I
I
I
100 YR FlLOOOPLAIN
i
I
I
A/L /NVESTMENT, L. P.
CALLED 50.900 ACRES
DOC N0.0200088060
/
'PROPOSED IS'SEWER I /
� EASEMENT i /
1
/
/ / /PROPOSED 30'SEWER / I
/ / EASEMENT /
� / I
WESTPORT PKWY. ---
/ I
JRE-MSE LlV/NG TRUST /
CALLED 59.5996 ACRES /PROPOSED 8' SANIT
DOC N0. 0209193993 / SEWER LINE
/
/ �100 YR FLOODPLAIN� /
i
:: HALFF®
. ,;�„j. REGISTRATION NO.: 312
4000 FO3511 CREEK BLVO
FORT WORTH, TEXAS 78137-2797
TEL (B17)847-1422
FAX (817)232-9784
I Ff;FNII
UNDERGROUND GAS UNE 15' UTILITY EASEMENT
EASEMENT AGREEMENT VOL.,PG.
i
i
i
r--PROPOSED VARIABLE WIDTH
i SEWER EASEMENT
AIL INVESTMENT, L.P.
CALLED 20.668 ACRES
/ DOC NO. D204242155
I 0. R. T. C. T.
�--PROPOSED 15' SEWER
I EASEMENT
CH LI
PROPOSED SEWER LINE
PROPOSED MANHOLE
EXISTING SEWER LINE
pagQ�
SEWER EXHIBIT 'A'
KIEWIT WATER AND SANITARY
SEWER LINES
SHEET 1 Of 2
MATCH LINE
T-P tESTPORt K Y. _ I
i s I
� y
- "W h I�ITY LIMI t
PROJECT
a LOCATION
t
f i / PROPOSED 8' SANITARY
SEWER LINE E'
/ VICINITY MAP /
/ N.T.S. /
I t
i t
I
I �
I �
t
I /
1
i
I j
/100 YR FLOODPLAIN
I � i
i
/ LIRE —USE LIVING TRUST
1 / CALLED 59.5996 ACRES
DOC NO. D204193493
0. R. T. C. T.
\ \ I
I \
i
/ \ i
\ � I
\ ' PROPOSED 8' SANITARY 1
\ ` SEWER LINE
\ I
\ \ I
\ I
I
I /
\ I
i
\ � I
I
(
I
PROPOSED 15' SEWER
~-EASEMENT
I
I
pdg�
AIL INVESTMENT, L.P.
CALLED 20.668 ACRES
DOC N0. D204242155
0. R. T. Co T.
STANFORD SONS INVESTMENTS
CALLED 16.504 ACRES
DOC NO. D207096201
I O. R. T. Co T.
I
I
PROPOSED VARIABLE WIDTH
SEWER EASEMENT
I
I
PROPOSED 6' SANITARY
SEWER LINE
I
i
40' SEWER
I
CIL BERT TEXAS
CONSTRUCTION, L.P.
CALLED 5.00 ACRES
VOL 15077, PG 510
DOC NO D201196640
0. R. T. Co T.
GlL BER T TEXAS CONS TRUCT/ON CORP.
CALLED 12.00 ACRES
VOL >1901, PG 213
O.R. T. Co T.
LEGEND
PROPOSED SEWER LINE SEWER EXHIBIT 'A'
HALFF® PROPOSED MANHOLE KIEWIT WATER ANSANITARY
mum SEWER LINES
ES
ml m EXISTING SEWER LINE -
■�,_'_-® REGISTRA110NNO.: 312 LVD PROPOSED 2-WAY -�►-
FOOR WOORTHRET 76137-2797 CLEANOLIT
TEL(847)847.1422
FAX (817) 232-9784
N
0 50 100 150 200
�i'=200'
SHEET 2 OF 2
120' RIGHT-OF-WAY
r
PROPOSED 12' WATER L
VICINITY MAP I � �. '
N.T.S.
C�6 I ; AIL INVESTMENT, L.P.
DOC N0. 0205016661
pag4� I ♦I I C.R. T.C. T.
STANFORD SONS /NVESTMENTS
CALLED 16.504 ACRES
DOC NO. D207096201
0. R. T. C. T.
EXISTING 80' RIGHT-OF-WAY
CIL BERT TEXAS
CONSTRUCTION, L.P.
CALLED 5.00 ACRES
VOL 15077, PG 3/0
DOC NO D201196640 -
O.R. T. Co T.
:: HALFF®
■ =' � ■ REGISTRA310N NO.: 372
I
1
I
I
AlL /NVESTMENT, LP.
VOL 9381, PG 66 ,
C.R. T.C. T I
�I I
'I I
I I
II
PROPOSED 12' WATER LINE
LEGEND
PROPOSED WATER LINE
PROPOSED GATE VALVE
PROPOSED FIRE HYDRANT
PROPOSED METER W/BOX �
PROPOSED CLEANING WYE �
�aa4 As
voo o �51
�o�Q�g4�pC�
A/L INVESTMENT, L.P.
DOC NO. 02050>6661
co R. T. Cr T. /
N
"'old
WATER EXHIBIT 'A'
KIEWIT WATER AND SANITARY
SEWER LINES
•
SHEET 1 OF 2
/
100 YR Fl00DPLAiN\ /
\ I
VICINITY MAP
N.T.S.
� I
� � A/L INVESTMENT, L. P.
CALLED 50.400 ACRES
� � DOC NO.D200088060
-1'
AlL INVESTMENT, L.P.
CALLED 20.668 ACRES
DOC NO. D209292>55
pd�'4G�
::
HALFF®
■
NO.: 312
�■
REGISTRATION
4" FOSSIL CREEK BLVD
FORT WORTH, TEXAS 76137-2797
TEL (817) &iA1422
FAX (817) 232-9784
LEGEND
EXISTING WATER LINE
PROPOSED WATER LINE
PROPOSED GATE VALVE --►♦—
PROPOSED FIRE HYDRANT �—
PROPOSED METER W/BOX �-
PROPOSEO CLEdNING WYE �
TING 30' WA
-►� � EXISTING
15' WATER
s: EASEMENT
�� D208145723
PROPOSED 12'WATER
A/L /NVESTMENT, L.P.
DOC N0. 020501666>
UTURE 120' RIGHT-OF-WAY o a a�Qo g�aa�
p
WATER EXHIBIT 'A'
KIEWIT WATER AND SANITARY
SEWER LINES
SHEET 2 OF 2
HALFF ASSOCIATES, Inc.
4000 Fossil Creek Boulevard
Fort Worth, Texas 76137
(817) 847-1422
CLIENT:
Kiewit
Texas
Construction,
LP
PROJECT:
Kiewit
Water
and Sanitary
Sewer
ESTIMATE OF PROBABLE SEWER COST
12/20/2010
27495
BLM
Item
Total
Unit
Total
No.
Description Unit Quantity
Cost
Amount
nary Sewer Improvements
BID-00134 'Grass-Hydromulch Seeding —Install
BID-00198 Collar-Manhole-32 Inch -Frame & Cover~ Install
BID-00201 :Inspection -Post Construction Cleaning & TV —
Study
BID-00207 �Manhole-Drop-Std 4 Ft Diam-(to 6 Ft Depth) — Install
BID-00208'I Manhole-Drop-Std 4 Ft Diam-Added Depth (over 6
Ft depth) — Install
BID-00211 Manhole -Paint & Coating -Interior Protective Coating
— Install
BID-00213 'Manhole-Std 4 Ft Diam-(to 6 Ft Depth) — Install
BID-00214 Manhole-Std 4 Ft Diam-Added Depth (over 6 Ft
depth) — Install
BID-00217 -: Manhole -Vacuum Test — Services
BID-00330 ;;Pipe-Sewer-6 Inch-SDR26 (All Depths) — Install
BID-00350 ',pipe-Sewer-8 Inch-SDR26 (All Depths) — Install
BID-00351 Pipe-Sewer-8 Inch-SDR35 (All Depths) — Install
BID-00362 IlSewer-Service-6 Inch-2 Way Clean Out — Install
BID-00372 "Trench Safety System 5 Foot Depth — Install
BID-00443 "Pavement-2 Inch Min HMAC (Str-028) Permanent —
Install
BID-01174 ''Fill Material -Cement Stabilized Backfill — Install
Connect to Existing TRA Sanitary Sewer Manhole
Subtotal Project
10% Contingency
Total Project
SY
10,019
$1.00
'
$10,019
Ea
10
$500.00
$51000
LF
3,489
$2,00
"
$6,978
Ea
1
$3,250.00
$37250
VF
14.0
$250.00
'
$3,500
VF
44.0
$200,00
$89800
Ea
9
$2,250.00
$20,250
VF
34.0
$250.00
$8,500
Ea
10 ",
$115.00
$1,150
LF
20
$30.00
$600
LF
520 ''
$35,00
$180200
LF
2,949:
$30.00
$88,470
Ea
1
$250,00
(
$250
LF
31490
$1.00
$3,490
LF
24
$14,10
$338
TO
8 :
$62,50
!
$500
Ea
1
$1,000.00
$1,000
$180,295
$18,029.50
$198,325
Rounded Total $198
,000I
HALFF ASSOCIATES, Inc.
4000 Fossil Creek Boulevard
Fort Worth, Texas 76137
(817) 847-1422
CLIENT:
Kiewit
Texas
Construction,
LP
PROJECT:
Kiewit
Water
and Sanitary
Sewer
ESTIMATE OF PROBABLE WATER COST
12/28/2010
27495
BLM
Item
Total
Unit
Total
No.
Description Unit Quantity
Cost
Amount
Sewer Improvements
BID-00100
. Storm Water Pollution Prevention Plan > Than 1 Ac
LS
1
$2,50000
$2,500
SWPPP — Install
BID-00124
Mobilization — Services
LS
1
$10,000.00
$10,000
BID-00132
Grass -Bermuda Sod — Install
SY
163
$4,00
$652
BID-00134
Grass-Hydromulch Seeding — Install
SY
3,723
$1.00
$3,723
BID-00220
Pipe Fitting — Install
Ton
2
$5,000.00
$10,000
BID-00372
: Trench Safety System 5 Foot Depth — Install
LF
21847
$1.00
$2,847
BID-00443
Pavement-2 Inch Min HMAC (Str-028) Permanent —
LF
11565
$14.10
$22,067
Install
BID-00546
: Fire Hydrant — Install
Ea
3
$2,750,00
$8,250
BID-00552
l,Meter Box -Class B — Install
Ea
2
$110.00
$220
BID-00588
Pipe-Pressure-10 Inch — Install
LF
299
$38,00
$11,362
BID-00591
Pipe-Pressure-12 Inch — Install
LF
2,518
$45.00
$113,310
BID-00616
Pipe-Pressure-6 Inch — Install
LF
30
$30.00
$900
BID-00637
Pipe -Tapping Sleeve & 12 Inch G.V.-30 Inch X 12
Ea
1
$83000.00
$8,000
Inch — Install
3ID-00715
(Valve-10 Inch -Gate Valve w/Box — Install
Ea
9
$1,500,00
$13,500
3ID-00717
Valve-12 Inch -Gate Valve w/Box — Install
Ea
7
$1,750.00
$12,250
3ID-00745
Valve-6 Inch -Gate Valve w/Box — Install
Ea
3
$1,000.00
$32000
3ID-00763
Water Service-2 Inch — Install
LF
94
$33.00
$3,102
3ID-00767
Water Service-2 Inch -Tap to Main — Install
Ea
2
$100.00
$200
BID-00837
Concrete -Type B — Install
CY
3.20
$100.00
$320
BID-00841
>ConcreteEncasement—Install
LF
37
$30.00
$11110
BID-01189
;Signal -Traffic Control - Design & Provide, — Install
LS
1
$100000,00
$10,000
subtotal Project
0% Contingency
$237,31
$23,731.3
Rounded Total' $26