HomeMy WebLinkAboutContract 41226GOVERNMENTAL ENTITY
COMMUNITY FACILITIES AGREEMENT
THE STATE OF TEXAS §
COUNTY OF TARRANT §
City Secretary
Contract No. Lk' I ;at°
WHEREAS, the undersigned Governmental Entity, "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, a home -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:
Name: James M. Oliver
Title: General Manager
Company: Tarrant Regional Water District
Project Name: Northside Trailhead
Project Location:
Streets: Northwest of Northside Dr. & South of West Fork Trinity River
OFFICIAL RECORi!
CITY SECRETARY
FT. WORT �X
Mapsco: 63J Council District: 8
CFA: 2010-048
DOE: 6529 City Project No.: 01591
NOW, THEREFORE, KNOW ALL BY THESE PRESENTS:
For and in consideration of the covenants and conditions contained herein, the City and the Developer do
hereby agree as follows:
General Requirements
A. The Policy for the Installation of Community Facilities ("Policy") dated March 2001,
approved by the City Council of the City of Fort Worth and subsequently amended from
time to time via a Mayor and Council Communication adopted by the City Council of
the City of Fort Worth, is hereby incorporated into this Community Facilities Agreement
( `CFA") as if copied herein verbatim. Developer agrees to comply with all provisions of
said Policy in the performance of its duties and obligations hereunder and to cause all
contractors hired by Developer to comply with the Policy in connection with the work
performed by said contractors.
B. Developer shall provide financial security in conformance with paragraph 6, Section II,
of the Policy and recognizes that there shall be no reduction in the collateral until the
Project has been completed and the City has officially accepted the infrastructure.
Developer further acknowledges that said process requires it to submit an Affidavit of
Bills paid signed by its contractor and Consent of Surety signed by its surety to ensure
the contractor has paid the sub -contractor and suppliers in full. Additionally, the
contractor will provide in writing that the contractor has been paid in full for all the
services provided under this contract.
C. Developer agrees to cause the construction of the improvements contemplated by this
Agreement and that said construction shall be completed in a good and workmanlike
manner and in accordance with all City standards and the City -approved construction
plans, specifications and cost estimates provided for the Project and the exhibits attached
hereto.
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)_
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.
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 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.
3
H. City is requiring the widening and/or straightening of the City road(s) contemplated
herein. City shall not be responsible for any costs that may be incurred for the relocation
of any utilities that are or may be in conflict with any of the community facilities to be
installed hereunder.
I. Developer agrees that the City shall not be responsible for any inadequacies in the
preliminary plans, specifications and cost estimates supplied by the Developer for this
Agreement and hereby releases the City from same.
J. 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.
K. Developer will 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 injuraes, 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.
L. 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.
M. 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
4
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.
Cost Summary Sheet
Project Name: Northside Trail Head
CFA No.: 2010-048 DOE No.: 6529
An Engineer's Estimate of Probable Cost is acceptable. However, the construction contract price will
ultimately determine the amount of CFA fees and financial guarantee. The bid price and any additional CFA
payments will be required prior to scheduling a pre -construction meeting.
An itemized estimate corresponding to each project -specific exhibit is required to support the following
information.
Items Developer's Cost
A. Water and Sewer Construction
1. Water Construction
2. Sewer Construction
$
25,970.00
19,225.00
Water and Sewer Construction Total $ 45,195.00
B. TPW Construction
1. Street
2. Storm Drain
3. Street Lights - Installed by Developer
78,343.00
5,650.00
TPW Construction Cost Sub -Total $ 83, 993.00
Total Construction Cost (excluding the fees):
$ 129,188.00
Construction Fees:
C. Water/Sewer Inspection Fee (2%) $ 903.90
D. Water/Sewer Material Testing Fee (2%) $ 903.90
Sub -Total for Water Construction Fees $ 1,807.80
E. TPW Inspection Fee (4%)
F. TPW Material Testing (2%)
G. Street Light Inspsection Cost
H. Street Signs Installation Cost
Sub -Total for TPW Construction Fees
Total Construction Fees:
Financial Guarantee Options, choose one
$
$
3,359.72
1,679.86
$ 5,039.58
$ 6,847.38
Amount
Choice
(ck one)
Bond
= 100%
$ 129,188.00
Completion
Agreement
= 100%
/ Holds
Plat
$ 129,188.00
Cash
Escrow
Water/Sanitary
Sewer=
125%
$
56,493.75
Cash
Escrow
Paving/Storm
Drain
r= 125%
$ 104,991.25
Letter
of
Credit
= 125%
w/2yr
expiration
period
$ 161,485.00
'
6
The Checked Must be Included as Attachments to this Agreement
Included
►1
rs
►/
►1
rs
rs
n
n
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)
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
V-VAL day of bittsidtte3QAA, 2010.
CITY OF FORT WORTH
Fernando Costa
Assistant City Manager
Recommended by:
Transportation & Public Works Department
William A. Vrkest, P.
Director
and/or
Water Department
Wendy Chi- : . ulal, EMBA, P.E.
Water Development Engineering Manager
Approved as to Form & Legality:
r
(Ititkeer
/l/f
Jessi" svang. ,m ; 2 e i n t- . WiS �=
6 Eat TY Assistant -City Attorney
ATTEST:
Marty Hendrix
City Secretary
D VE. OPER
Ta _ ' : gio
Water Dis
e: j ILA , D 1 ‘ vex -
Title: ,61cinenA v..Actstaff r
No macc
coon AtaLfq1k
,cy'�'r 000?°oq
��. QO�OyQ u�••.�Y
t!
0 EQLI E»
iU f� ,; it
r t ;. F- •
1,•
t -
• '.sk _It -:S t\l
1. �-I - 'v Li at_
i
- >u
t
8
X-21353
FORT WORTH
MIKE MONORIEF
MAYOR
DALE A. FISSELER, P.E.
CITY MANAGER
WILLIAM A. VERKEST, P.E.
DIRECTOR, TRANSPORTATION AND
PUBLIC WORKS DEPARTMENT
S. FRANK CRUMB. P.E.
DIRECTOR, WATER DEPARTMENT
CITY OF FORT WORTH, TEXAS
PLANS FOR THE CONSTRUCTION OF
A 4
�4 ��[�'S 11t
err
TERRY L.FOYT
57636 /
r4aj.F.41 N lL 50.'ib_Nib
D.O.E. NO. 6521
CITY PROJECT NO. 0157/
WATER PROJECT NO. P265-608150159183
SEWER PROJECT NO. 11275-7o8t3o159/83
FILE NO w-Z137
RWD
OWNED/DEVELOPED BY:
WATER, SEWER, PAVING
& DRAI\AGE IMPROVEMENTS
TO SERVE
ORTHSIDE TRAILHEAD
TARRANT REGIONAL WATER DISTRICT
800 East North Sao Drive
Fort Worth, Texce 76102
(8171 335-2491 Fox (817) 625-9112
CITY OF FORT WORTH
1000 throckmorton St.
Fort Werth, TX 76102
LOCATION MAP
MAPSCO NO. 63-J
COUNCIL DISTRICT - 8
SEPTEMBER, 2010
CI IFNT
CDM
Comp, Dresser & McKee Inc.
777 Toylor Street, Suite 1050
Fart Worth. Texas 76102
TBPE FIRM REGISTRATION NO. F-3043
ENGINEER:
•IIW•
-sa�:
— ---
Arreconao, 2epeCa & Bronx, LLC
2001 Beech Street, Sate 524
Fort Worth, Texan 76103
(8171 536-9400 Pox (817) 536-9401
TOPE FIRM REGISTRATION No. F-10098
SHEET •
INDEX OF DRAWINGS
CE -01
PL - 02
PL - 03
CE - 04
0 CE - 05
CE - 06
CE - 07
Q CE - 08
CE - 09
CE - 10
CE - 11
CE - 12
8CE-13
CE -14
CE - 15
CE -16
CE - 17
CE - 1B
CE-19
CE - 20
CE -21
CE - 22
CE - 23
CE - 24
CE - 25
COVER SHEET
PLAT - TRWD PROPERTY
PLAT - CITY OF FORT WORTH PROPERTY
OVERALL IMPROVEMENTS LAYOUT
LEGEND. ABBREVIATIONS & NOTES
GENERAL NOTES
WATER & SANITARY SEWER PLAN - PRIVATE
WATER PLAN - PUBLIC
PUMP STATION PLAN
EROSION CONTROL PLAN
DRNNACE AREA MAP - PRE -DEVELOPMENT CONDITIONS
DRAINAGE AREA MAP - POST -DEVELOPMENT CONDITIONS
STORM DRAIN PLAN AND PROFLE
PARKING LOT PLAN
PAVING PLAN AND PROFILE STA. 5.0J TO STA 10•00
PAVING PLAN AND PROFILE STA. 10.00 TO STA 15.00
PAVING PLAN AND PROFILE $TA.15.00 TO STA 16.11.67
PAVING PLAN AND PROFILE STA. 16.11.67 TO STA 18.63
ENTRANCE ROAD TIE-IN DETAIL
DETAILS
CITY OF F.W. DETAILS
CITY OF F.W. DETAILS
CITY OF F.W. DETAILS
TRAFFIC CONTROL PLAN
RETAINING WALL DETAIL
.- ) 'arj
WILLIAM A. VERKEST�E.
DIRECTOR, TRANSPORTATION AND
REC D
leatije
REVIEWED
9/s[ An
DATE:
PUBLIC WORKS
ISSUED FOR CONSTRUCTION
9-/4-Zen,
DATE:
9/1 y/zofO
DATE:
CE-01
E% CONE
FLUME
u
J
T
PRO MIT HOP(
r—ROW LINE
kfl
F
PUBLIC ACCESS/UTILITY
EASEMENT
PUBLIC ACCESS/UTILITY)
EASEMENT
EX 27' RCP
ENTRANCE RD.
PROPOSED B.'
WATER LINE
a`
PUBLIC WATERLINE
PRIVATE WATERLINES
0 5 10 20
/
Ry
PROPERTY LINE
PUBLIC ACCESS/UTILITY
EASEMENT
1-2' SERVICE
W/METER BOX ONLY
(METER TO BE INSTALLED
W/DEVELOPER 51TEWORW
PER SEPERATE PLANSI
1-a" PRIVATE DOUBLE
DETECTOR CHECK
VALVE BACKFLOW
X' PREVENTION ASSEMBLY
/
\ /
V�', /
v \,/
\ /\
a /
/
i
LEGEND
MIITM S
WATER VALVE
WATER LWC
y ORE HYDRANT
Or SS
O WANHDLC
® WATER RCMP
T SC C
SAotµt SEWER m-B=
•
RA
i
i
1
d
SHEE
IDENTIFICATION
A
i z
0: J J W
C_! Zm Z� ao
W. Q0 0 IJ 0- In.
> I w. `t? Q m O N
) •
u
JoH M to �� •—
71 j • U I Q M N= X M
I' ‘ZOC_ 0 •M W C_
Xi EXISTING GROUND Z W
0. i/ OOO>X Z
O CJd Ow
T
0
C) Lc-)
6 Q PROP.
LC) L PUBLIC
4" FORCE
ZD MAN
J J
1 W W
VIi CO
145 LE 8" PVC DR-25
Igt 3.76X.
8" FL IN •513.05
EX 18" FL OUT-512.22
450 1400 0450 0400
SANITARY SEWER GRAVITY LINE
PLAT LINE /
/
/
/
/
1.45.00 8" SIN. LINE
PUBLIC STD. 4' DIA M.H
T. RIM 525.50
x•2328843.24
Y.6970598.97
PRIVATE FORCE MAN
WEST OF NORTHSIDE
DRIVE R.O.W.
/
/
/
/
0.00.00 SAN. LINE
PUBLIC STD.4'DIA MH
OVER EX.18" DI PIPE
T. RIM 525.50
X•1316982.42
Y•8970557.86
/
0 20 40 80
EXISTING PUBLIC
SYPHON M.N.
INSTALL 181 LP
8" PVC DR-25
(SEE PROFILE
THIS SHEET)
PROPOSED PUBLIC
GRAVITY MAN UNDER
NORTHSIOE DINE BRIDGE
EXtSTING PUBLIC
18" SANITARY SEWER
TARRANT COUNTY WATER CONTROL
AND IMPROVEMENTS DISTRICT NO. 1
TRACT 2
VOLUME 2401, PAGE 32
PLAT LINE D.R.T.C.T.
TRWD PROPERTY LINE
PL
NOT FOR
CONSTRUCTION
1
m
W
N
a
W fn
J
a
en
W
o5
cc
0
0
0
z—
H
Q co
f
cc
to m
co-
b
SHEEP
DEMIFlCATON
Al
41
•
J
2;
•
1471
tn
4.01
• .
3t4
•
1 •
•
• r i
546;f 4
•
• I
•
i(' 5 i4 +B
•
•
•
•
•
•
/
•
1
•
•
•
t
43
113 5Sft2i•
. 1 I
5470
TP 546.1I
▪ • 1
•
I
5{6�6• 1
TO I645.
1
g•
IP 544.76
S14
1
•
9fr
-.
r-►-ssirT
.l-
•
•
1
1'
1
1
•
•
1
1
•
10
•
•
15+00.00 MAT
1
•-• • -••-•-•---•- .-r-.-.-, -.••••
1-1
•
I
•
r
2
TP 543.118
•
•
I
t
1 1 1•1
+ 543.9
g Tie' 512.98
• •
•
•
5J2O9 , •
TPAV{ OI
• I •
•
• • 1
510 64
rPi;10
V
+
0
a
0
0
7
0
10
O
I I t
•
•
•
•
•
•
8
1 1
• •
5)7 37
Tf' 5/9f38
• 1
• •
•
536.Ob
•
4
tg
a
8
•
•
1 i+04•A Cft AT
r
1
1
1
1
TP 542.18
1
•
TP 51e,46
• 1 1
• •
I .
•
5 `14.7a
TP 6i7 Se
1
1
223
TP 5/6}91
536 6f
TP 536;96
•
18t27.77 �CR RT
TP 5j7.�3
I 1 1II I
. 4
1 • I •
18+50.00:PYI
RT
1
•
•
•
•
:
1
r
•
•
•
tit.+32' 9
;1 )37•QO
Li.- • _a 4
1 • • 1
• • I •
1. 50.00'
•
•
•
•
H
1
•
LNE
stet i tc
c4.5
01
U
1
.
•
•
:
1f11 fib.?2 g•
'1 cis( ( v. c
• I • • •I r• 077
• =* ;fi'
•
•1r» 1L y • 1 • I
1 /rr r '-V r 1'�"T' f�' L7
1 1154,13.78 CR .7' `.
TP 545.71
1
•
•
•
•
• �• 1 1
le+ .00 PVT IT
•
/
•
•
•
I
1
1
1
• 1P: 54S.23
• • I
4 1
•
•
9
:
•
•
-r-
• • I
I • •
I I
•
:
•
17+18.43 CR
542a5
rr
.-. •
1 •
1 1
•
•
LT
• 1 I ; 1
TPfi8 2 P1
1
•
•
•
•
TP 538;40
I • 1 I I
.1d+.i.7bill i
•
•
•
J
•
•
•
• •
-r-rr-
--r-••-•
r
•-• • -••- .w .-. •-•--
1
•
-• -r,--•
01
0
2
a
t 0 •
1.,
10
•
1
1
•
•
I
101 01
W ,W
r
in
C1
TRW() NORTHSIDE TRAILHEAD
SITE IMPROVEMENT PLANS
PAVING PLAN AND PROFILE • PUBLIC
STA.16+11.67 TO STA. 18463
•
CDM
AZ&B
MCI 1st it ID4
r.•I st ,1.. IMM1
pm1* ainoMO11c1
-a
Immo sr so
sminamIt Iv
tire la red
linage 110.14
•
•
1
r-1xrD
1 1 1
.O P •J
• 4 0 •
i44 -4 0•
14
• •0 •
• r N
•
•
•
•
•
•
ly
•
3NI
essdi
giv
in a
a p▪ a
•
7
to
in
I re ifs
4.4
et
•
•
•
•
•
•
weir -1st>
ttigt
rt
11-1-10
Baal
-dui a
union
0
•
1/4
•
ka
LTIC
LIV
•
•
•
•
•
•
•
•
•
devv-
4
0
0
555
550
545
540
535
530
525
520
515
510
0.00.00 LAT '2•
TIE TO EX 27•' RCP
SEE STORM ORM.
ENTRANCE DR. CONNECTION' 4K
18" HOPE
Ow• 14.7 GIG
10,00 • 8.3 fps
Sic 0.0196
FRO,
33 LF 18'HDPE
0 26.82X
550
545
540
530
525
520
515
510
0.33.00 LAT '2
TOP • 536.08
UP • 535.00
FL • 532.00 `.
X•2328556.81
Y•6970064.32
EXISTING FLUME
30 IF TO 8E REMOVE
(SEE SHT CE-10
INSTALL 33 L.F.
18" HOPE 0 26.82Z
•4 EACH POS
ALL SIDES (TYP.1 t8"l
, �4�.'
4D
1� �� II2"1 BOTN
WAYS (TYP
PERMISSIB.
' CONSTR.
PR����y JOINTS
'LOPE INVE
WITH FILL
ELEVATION -SECTION A-ACONCRETE
113
112"1
STANDARD
INLET MANHOLE
FRAME It COVER
1
ran
IMO
MUM
B-4-1
PLAN
WYE INLET
0 10 20
40
Q
CONCRETE DELL4
EXISTING
RCP
REMOVAL
�µA I ACV SO* T DMARCM *111NG AA SPACING COaOL TO TIC OREL
M � Ti GOIML PATTERN PO PATTERN
CTAL a A uuown aAN II
112•
VARIES
t2")
CLIL ITYP.
ELEVATION -SECTION B-B
6"SOUARE POST
EACH CORNER
:' o Mum REP
11"I
NOTES;
1. CHAMFER ALL EXPOSED EDGES
13/4 I.
CUTE OR FIELD-BENTEL SHALL BE
AS REQUIRED TO CLEAR PIPE AND
MANHOLE OPENING.
NOT FOR
CONSTRUCTION
1
1
CI
E
1
J
1
e
SHEET
IDENTIFICATION
B1
044E
-
---------------
--
-73
Z
r\
--
24" \THERMOPLASTIC
STOR BAR
NOTE;
INSTALL STOP SIGN AND THERMOPLASTIC STOP BAR PER
CITY OF FORT WORTH SPECIFICATIONS.
S\DE
O STOP SIGN
® 24" THERMOPLASTIC STOP BAR
DR
NOT FOR
- CONSTRUCTION
s
CO
05
N
8
2q)
g
0
0
cc
w W�
— w c� o
ct a
zz—
w
cc CI)
-
SHE
'DENSIFICATION
Cl
Item
Paving
Work Description
1 Earthwork Excavation
2 6-Inch Reinforced Concrete Pavement
3 6-Inch Lime Stabilized Subgrade
4 Lime Stabilization (30 IbsJsy)
5 Pavement Markings, Stripping & Sign
6 Sawcut & Remove Existing Concrete Pav't.
7 Erosion & Sediment Control
S ubtotal
Drainage
1 Wye Inlet w/ 33' of 21-Inch HDPE
2 Remove 4-Foot Wide Reinf. Concrete Flume
S ubtotal
Water
1
2
3
5
6
8-Inch PVC C-900, DR 14 Waterline w/ Fittings
Connect to Existing Water Main
8-Inch Gate Valve & Box
Water Meter Box (Only)
Water Main Testing
Trench Safety
S ubtotal
Sanitary Sewer
1 4-Foot Dia. Sanitary Sewer Manhole
2 8-Inch PVC DR 25 w/Fittings (Under Bridge)
3 4-Inch PVC
4 Vacuum Test- 1 Manhole
5 Concrete Collar
6 Trench Safety
7 Post -Construction CCTV
S ubtotal
Qty.
1,265
1,105
1,215
18
1
150
1
1
13
320
1
1
1
320
1
2
145
10
2
1
1
1
Units Unit
Price
CY.
SY.
SY.
TN.
LS.
SY.
LS.
$18.00
$35.00
$4.50
$135.00
$1,000.00
$20.00
$5,000.00
LS. $5,000.00
SY. $50.00
LF.
EA.
EA.
EA
LF.
LS.
EA.
LF.
LF.
EA.
LS.
LS.
EA.
$35.00
$1,000.00
$1,200.00
$250.00
$1.00
$2,000.00
$3,000.00
$45.00
$30.00
$500.00
$400.00
$3,000.00
$2,000.00
Cost
$22,770
$38,675
$5,468
$2,430
$1,000
$3,000
$5,000
$78,343
$5,000
$650
$5,650
$11,200
$1,000
$1,200
$250
$320
$2,000
$15,970
$6,000
$6,525
$300
$1,000
$400
$3,000
$2,000
$19,225