Loading...
HomeMy WebLinkAboutEasementROUTING SHEET For Office Use Only: ? CONTRACTS & OTHER AGREEMENTS _\_Originals sent to Fiscal on5/.j).ill -LCopies sent to Legal on ~ Scanned into Laserfiche on (6,/1 //0 (These Documents Require Council Approval) ·' Contract No.: 10-087 Project No.: _. · Project Name: SONOMA SUBDIVISION PHASE 3 PROJECT -WATERLINE OVERSIZE PARTICIPATION Name of Contractor: BCS DEVELOPMENT COMPANY ~ Contract Description: CITY PARTIOPATION AGREEMENT -Construction of 24 inch water line for larqer City System fQr 2 l.577 liDeg[ feet seci;iQO S!IQog Wilfigm Q, Eit~b e2r~a~ CRC Approval Date (if required): (\'\(A. v '( Sm~ Department Representative/Extension Council Approval Date (if required): DECEMBER 10, 2009 Agenda Item No.: CONSENT ITEM #2c tJ~ Finance Review Required: Insurance Certificates:~Performance Bon?_i_ Payment Bond :~ (person reviewing, please initial if approved) Comments: This matter was presented to Council on 12-10-2009 and approved by Ordinance No. 3218 (a copy of which is attached). By Ordinance 3218, the City Council approves the contract with BCS Development Company obligating the City to pay a maximum of $147,614.50 out of a total estimated amount of $896,254.00 for the labor, materials, and equipment required for the improvements related to the Sonoma Subdivision, Phase 3 project. The funding for this contract shall be as budgeted from the Water Capital Improvement Project. DATE DATE DATE ATE 2. --tft -{{) DATE ~ /b lZ\?10 DATE Revised 912008 - ORDINANCE NO. 3218 AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF COLLEGE STATION, TEXAS, APPROVING A PARTICIPATION AGREEMENT BY AND BETWEEN THE CITY AND BCS DEVELOPMENT COMPANY FOR THE DEVELOPMENT OF THE SONOMA SUBDMSION, PHASE 3 PROJECT AND AUTHORIZING THE EXPENDI- TURE OF FUNDS. WHEREAS, BCS Development Company is a developer deve loping the Sonoma Subdivision, Phase 3 Project; and WHEREAS, as part of said development, the construction of certai n public infrastructure is required; and WHEREAS, pursuant to Section 212.07 1 et seq . Texas Local Government Code the City of College Station and the developer have agreed to jointly participate in the construction of certain public infrastructure to wit: the Sonoma Subdivision, Phase 3 Proj ect ("Project") as further set forth in a Participation Agre_ement ; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF COLLEGE STATION, TEXAS: PART 1: PART2: PART3: PART4: That the City Council hereby finds it to be in the best interests of its citizens to enter into that one certain Participation Agreement with BCS Development Company for the construction of the Sonoma Subdivi sion, Phase 3 Project. A copy of sa id Participation Agreement is attached as Exhibit "A" and incorporated herein by reference. That the City Council hereby approves the contract with BCS Development Company obligating the CITY to pay a maximum of $147,614.50 out of a total estimated amount of $896,254 for the labor, materials and equipment required for the improvements related to the Sonoma Subdivision, Phase 3 Project. That th e funding for this Contract shall be as budgeted from the Water Capital Improvement Projects Fund, in the amount of $147,614.50. That thi s ordinance shall take effect immediately from and after its passage. ADOPTED this 10 day of December, A.D. 2009. APPROVED: ~-MAYOR CITY PARTICIPATION AGREEMENT This Agreement is entered into this day of , 200_, by and between the City of Coll ege Station, a Texas home rule municipal corporation (hereinafter "ClTY"), and BCS Development Company, a Texas corporation (hereinafler "DEVELOPER"). WHEREAS, DEVELOPER is developing property within the City of College Station, more particularly described as Sonoma Subdjvision, Phase 3, College Station, Brazos County, Texas (hereinafter "Property") a description of which is attached hereto as Exhibit A; and WHEREAS, DEVELOPER is required to construct certain public infrastructure, such as roadways, utilities, sidewalks, drainage facilities, water and sewer facilities, etc. that relate to DEVE OPER'S proposed development and WHEREAS, CITY is required or desirous of assumjng some or all responsibility for construction of certain public infrastructure affecting DEVELOPER'S development; and WHEREAS, because of tills and in order to comply with ClTY's overall development scheme both DEVELOPER and CITY agree that it is in the best interests of the public to jointly construct certain identified public infrastructure; and WHEREAS, the City Engineer has reviewed the data, reports and analysis, including that provided by DEVELOPER's engineers, and determined that such public improvement qualifies for joint CITY-DEVELOPER participation; and WHEREAS, both parties agree as to the nature and proportion of joint participation as further recited herein and as may be reqwred in accordance with section 212.071 et seq and Chapter 252 Texas Local Government Code; NOW, THEREFORE, for and in consideration of the recitations above and the promises and covenants herein expressed, the patties hereby agree as follows: I. DEFINITIONS 1.1 Approved Plans means the plans and specifications that meet the requirements of this Participation Agreement, the City of College Station Codes and Ordjnances and any other applicable laws and that have been submitted to, reviewed and approved by the City of College Station Development Services Department, the City Engineer. U:\Onlinance onoma PH 3 OP\To Council 'onoma PH 3 Waterline Oversize Participation Requcst\OP Contmctdocx 11/30/20092:22:03 PM 1.2 CITY or College Station means the City of College Station, a Texas home rule municipal corporation located at 110 1 Texas Avenue, College Station, Texas 77840. 1.3 DEVELOPER means BCS Development Company, a Texas corporation whose principal office is located at 4090 State Hwy 6 South, College Station, Texas 77845. 1.4 Effective Date. The date on which this Agreement is signed by the last party whose signing makes the Agreement fu lly executed. 1.5 Final Completion. The term "Final Completion" means that all the work on the Project has been completed, a written guarantee of performance for a one year maintenance period bas been provided, all final punch list items have been inspected and satisfactorily completed, all payments to materialmen and subcontractors have been made, all documentation, and all closeout documents have been executed and approved by the DEVELOPER as required, all Letters of Completion and other CITY documentation have been issued for the Project, all reports have been submitted and reporting requirements have been met, and DEVELOPER has fully performed any other requirements contained herein. 1.6 Letter of Completion: A Jetter issued by the City Engineer stating that the construction of public improvements conforms to the plans, specifications and standards contained in or referred to in the CITY OF COLLEGE STATTON UN1F1ED DEVELOPMENT ORDINANCE. 1.7 Property means Sonoma Subdivision, Phase 3, College Station, Brazos County, Texas and as further described in Exhibit A attached hereto and incorporated herein made a part hereo£ 1.8 Project means the construction of the water improvements as detailed in Exhibit B attached hereto and incorporated herein by reference. IT. CITY COST PARTJCIATION 2.1 Agree to Participate. CITY agrees to cost participate in the Project in the maximum amount estimated as set forth in Exhibit C, which is attached hereto and incorporated herein by reference. ClTY'S actual rate of participation will be based upon the final actual cost of the Project as reflected by the breakdown of costs required pursuant to th1s Agreement but in no event shall exceed the maximum amount estimated in Exhibit C. 2.2 Public Bidding. The total estimated cost of the Project is as set forth in Exhibit C. If CJTY's cost participation exceeds 30% of the total cost of the Project or is located within the extraterritorial jurisdiction of the CITY, then the Project must be competitively bid pursuant to Chapter 252 Texas Local Government Code, as amended. If CITY part icipation exceeds 30% of the total cost of the Project, CITY shall be responsible for 2 U:\Ordinance\Sonomo PH 3 01'\To Council\ onoma PH 3 Waterline Oversize Parlicipation Request\OP Conlmctdocx 11/30/20092:22:03 PM advertising and obtaining bids or negotiating proposals for the construction of the Proj ect. DEVELOPER shall pay for all costs associated with advertising, pri nting, and distributing plans and specificati ons fo r the Project. If CJTY's cost participation is 30% or less of the total cost of th e Project and is located within the boundaries of the CITY, the Project need not be competitively bid. 2.3 Cost of Project. DEVELOPER's engineer's detail ed cost estimate of the Project is attached hereto and incorporated herein as Exhibit C. 2.4 Application for Payment. Application for payment by the DEVELOPER to the CITY for payment to the DEVELOPER pursuant to the terms of this Agreement must include the following in a form acceptable to CITY: (1) Final Completion of the Project in accordance with the Approved Plans; (2) issuance of all Letters of Completion relating to the Project; (3) DEVELOPER's compliance with all CITY Codes, Ordinances and standards relating to the Project, the Property and its subdivision and development; ( 4) dedication of the land for the right-of-way either by plat or by deed (5) (6) CITY; relating to the Project; a current title report as of the date of such land dedication and updated within sixty ( 60) days of the date of this Agreement; lien releases or subordinations from all lenders as required by (7) Proof that all guarantees of performance and payment as set forth in this Agreement have been met, including all bond requirements when app licable; and (8) A breakdown of actual costs of the Project with suppo1iing documentation, including all payment receipts. 2.5 City Participation Payment. DEVELOPER shall submit the written application for CITY participation payment within thirty (3 0) days after issuance of all Letters of Completion relating to the Project or DEVELOPER shall be ineligibl.e to receive the CI.TY participation payment specified in thi s Agreement and CITY's obligation ~o cost participate shall terminate without any liability. Applications may not be submitted prior to Final Completion. CITY will pay its participation funds in one payment within thirty (30) days after receipt of a complete ·written application for participation payment from DEVELOPER. 2.6 Reports, books and other records. DEVELOPER shall make its books and other records related to the project avail ab le for inspection by CITY. DEVELOPER shall submit to CITY any and all information or reports requested to verify the expenditures submitted for CITY pa1iicipation eligibi li ty including but not limited to bid documents, payment applications, including any supporting information, cancelled checks copies of 3 U:\Ordinance onomn PI l 3 OP\ To Council\Sonomo Pl I 3 Waterline Oversize Participation Request\OP Conlrnct.docx 11130/20092:22:03 PM construction and engineering documents, as determined by th e City Engineer in his sole discretion, for the verification of the cost of the Project detailed in Exhibit B and C of this Agreement. The submission of these reports and information shall be the responsibiljty of DEVELOPER and shall be certified by DEVELOPER's Licensed Professional Engineer at DEVELOPER's expense and signed by an authorized official of the entity. Ill. GOVERNMENT AL IMMUNITY, INDEMNIFICATION AND RELEASE CITY is a political subdivision of the state and enjoys governmental immunity. By entering into this Agreement, CITY does not consent to suit, waive its governmental immunity, or the limitations as to damages under the Texas Tort Claims Act. DEVELOPER agrees to and shall indemnify, hold harmless, and defend CITY and its officers, agents, and employees from and against any and. all claims, losses, damages, causes of action, suits, and liability of every kind, including all expenses of litigation, court costs, expert fees and attorney's fees, for injury to or death of any person, or for damage to any property, or for breach of contract, arising out of or in connection with the work done by DEVELOPER under this Agreement, regardless of whether such injuries, death, damages or breach are caused in whole or in part by the negligence of CITY, any other party indemnified hereunder, or the DEVELOPER. DEVELOPER shall indemnify and bold CITY harmless from any claims of suppliers or subcontractors of DEVELOPER for impro emcnts constructed or caused to be constructed by DEVELOPER. DEVELOPER shall indemnify and hold CITY harmless from any and all injuries to or claims of adjacent property developers resulting from or relating to their performance under this Agreement. DEVELOPER assumes fuJI responsibility for the work to be performed hereunder, and releases, relinquishes and discharges CITY, its officers, agents and employees, from all claims, demands, and. causes of action of every kind and character, including the cost of defense therefore, for any injury to or death of any persons and any loss of or damage to any property that is caused by, alleged to be caused by, arising out of, or in connection with, DEVELOPER's work to be performed hereunder. This release shall apply whether or not said claims, demands, and causes or action are covered in whole or in part by insurance and regardless of whether or not said claims, demands, and causes of action were caused in whole or in part by the negligence of CITY, any other party released hereunder, or DEVELOPER. 4 U:\Ordinance\Sonoma PH 3 OP\To ouncil\Sonoma PH 3 Waterline Oversize Participation Request\OP Coutmct.doo: I L/30/20092:22:03 PM IV. PROJECT AND CONSTRUCTION 4.1 Right to Inspect the Work. CITY may inspect the improvements for compliance with the Approved Plans during construction. In the event that it is determined by CITY that any of the work or materials furnished is not in strict accordance with the Approved Plans, CITY may withhold funds untiJ the nonconfom1ing work conforms to the Approved Plans or terminate this Agreement at CITY's election without any' further liability. 4.2 Independent Contractor. DEVELOPER shall be solely responsible for selecting, supervising, and paying the construction contractor(s) or subcontractors and for complying with all applicable laws, including but not limited to all requirements concerning workers compensation and construction retainage. The parties to this Agreement agree and understand that all employees, volunteers, personnel and materials furnished or used by DEVELOPER in the installation of the specified improvements shall be the responsibility of DEVELOPER and shall not be deemed employees or agents of CITY for any purpose. 4.3 Payment for materials and labor. DEVELOPER shall be solely and exclusively responsible for compensating any of its contractors, employees, subcontractors, materialmen and/or suppliers of any type or nature wh(!tsoever and insuring tbat no claims or liens of any type will be filed again t any property owned by CITY arising out of or incidental to the performance of any service performed pursuant to this Agreement. In the event a statutory li en notice is sent to CITY, DEVELOPER shall, where no payment bond covers the work, upon written notice from the CITY, immediately obtain a bond at its expense and hold CITY harmless from any losses that may result from the filing or enforcement of any said lien notice. 4.4 Affidavit of bills paid. Prior to the issuance of a Letter of Completion of the improvements, DEVELOPER shall provide CTTY a notari zed affidavit stating that all bills for labor, materials, and incidentals incurred have been paid in full, that any claims · from manufacturers mater:ialmen and subcontractors have been released, and that there are no claims pending of which DEVELOPER has been notified. Such affidavit shall be in a form as substantially set forth in Exhibit D whkb is attached hereto and incorporated by reference. 4.5 Requirements of Applicable rules remain. This Agreement does not alter, amend modify or replace any other requirements contained in the Code of Ordinances, Unified Development Code, or other applicable law. 5 U:\Ordinance\Sonoma Pl I 3 OP\To Council\Soooma PH J Waterline Oversi1e Pnrricipution Requcst\OP Contr.icLdocxl 1/30120092:22:03 PM v. GUARANTEE OF PERFORMANCE AND PAYMENT 5.1 Bonding Requirements of Developer. Where CITY participation is 30% or less of the total value of the Project, DEVELOPER shall execute a performance bond to ensure construction of the Project and shall ensure that its contractor performing the Project executes a payment bond to ensure payment to subcontractors, if any. The bonds must be executed by a corporate surety in accordance with CHAPTER 2253, TE?CAS GOVERNMENT CODE. The bonds shall be in the total amount of the contract price as approved by CITY. 5.2 Bonding Requirements of City. Where CITY participation is greater than 30% of the total value of the Project or when the Project is located within the extraterritorial jurisdiction of the CITY, the CITY shall ensure that the prime contractor of the Project execute to the CITY a performance bond ancl/or a payment bond as may be required pursuant to chapter 2253 Texas Government Code. VI. GENERAL PROVISIONS 6. l Amendments. No amendment to this Agreement shall be effective and binding unles and until it is reduced to writing and signed by duly authorized representatives of both parties. 6.2 Choice of law and Venue. This Agreement has been made under and shall be governed by the laws of the State of Texas. Performance and aU matters related thereto shall be in Brazos County, Texas, United States of America. 6.3 Authority to enter into Agreement. Each party represents that it has the full power and authority to enter into and perform this Agreement. The person executing thi s Agreement on behalf of each party has been properly authorized and empowered to enter into this Agreement. The person executing this AgTeement on behalf of DEVELOPER represents that he or she is authorized to sign on behalf of DEVELOPER and agrees to provide proof of such authorization to the CITY upon request. 6.4 Agreement read. The parties acknowledge that they have read, understand and intend to be bound by the tenns and conditions of this Agreement. 6.5 Notice. All notices and documents required herein shall be sent and provided to the parties at the addresses and telephone numbers listed below: BCSDEVELOPMENTCOMPANY RANDY FRENCH -PRESIDENT 4090 STATE HWY 6 SOUTH COLLEGE STATION, TX 77845 6 City of College Station City Engineer P.O. Box 9960 College Station, TX 77842 U:\Ordinance onom.a PH 3 OP\To Co1mcil\ onoma PH J Waterline Over.;i7,e Participation Request\OP Contractd~x 11130120092:22:03 PM With copies to: City Attorney and City Manager 1101 Texas Avenue · College Station, TX 77842 All notices and documents shall be deemed received when mailed with sufficient postage and deposited in a regular mailbox of the United States Post Office. The parties may change addresses upon thirty (30) days' written notice sent certified mail, return receipt requested. 6.6 Assignment. This Agreement and the rights and obligations contained herein may not be assigned by DEVELOPER without the prior written approval of the CITY. 6.7 Default. In the event of a breach of this Agreement by DEVELOPER, CITY may terminate this Agreement and exercise any and all legal remedies available to it. Executed this Qletr'Jiay of----T-,f-f~ ..... ~-'-"'-""'-'--'-1~-+------' 20~ Q. List of Exhibits: A A description of the Property B A description of the Project C er's estimate of the costs of the Project D it of All Bills Paid form BY:--.-=-~=--=--.!~-=--=-~~~~ Printed Name: ~)if~ Title: ~Pfilt 7 CITY OF COLLEGE ST A TION Mayor ATIEST ~ ~ City Secretary U:\Ordinance\Sonoma PH 3 OP\To Council\Sonoma PH 3 Waterline Oversize Participation Request\OP Contractdocx 11/30120092:22:03 PM THE ST A TE OF TEXAS COUNTY OF BRAZOS ) ) ) APPROVED: ~~ zzuo CitYanage~ ~ 11Mrmafrv... ityAttomey ACKNOWLEDGMENT Before me, the undersigned authority, on this day per~onally appeared RANDY FRENCH as PRESIDENT of BCS DEVELOPMENT COMPANY, a Texas limited liability company, known to me to be the-person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same for the purposes.and consideration therein expressed. Given under my hand and seal of office on this theJB"day of Noverrt\.bt\..-, 2oo!J . ...... ~~~-~·~t~''"-:. EDNA S. ALFORD ,~*· _,,, P bl. S fT s f•:· . ·-.~~ Notary u 1c. tate o . ex~ ?, :. ·'~~ My Commission Expires •{;;di'~~:,< August 14, 2013 ''''""'' 8 U:\Ordinance\Sonoma PH 3 OP\To Cowicil\Sonoma PH 3 Waterline Oversize Participation Request\OP Contract.docxl 1/30/20092:22:03 PM THE STA TE OF TEXAS COUNTY OF BRAZOS ) ) ) ACKNOWLEDGMENT ./?:tn !:}J;;n;' the undersigned authority, on this day personally appeared as Mayor of the City of Coll ege Station, a Texas home-rule municipal cotporation, known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same for the putposes and consideration therein expressed. Given under my hand and seal of office on this the 2'.Jt.y ~ , 20~_J}_. e TANYA MCNUTT Notary Public, Stitt ol TPAI ~ eommilllO" Eicplret FEBRUARY 14,2014 9 U:\Ordinance\Sonoma PH 3 OP\To Council\Sonoma PH 3 Waterline Oversize Participation Request\OP Contract.docx 11/30120092:22:03 PM I I I l I U:f~1-111 P"111 ·i ff' : I • 'il;1 I t jfl I J:Jih I •11Jli , ., . • :.Ii 1 ':f-1 1 111un r. l r I if:t!il :j' I r. :'li I I 11' •• l I' I I I j 11 i' j: I ih ! J!;r: r~·ii,I T 1 • r 1J • r r r. '1 l ' Fiii !! I I ''t I rll I ' hi ,r I 1l1i· 1R • • 1('' ,,, I ·•.rf I .. ,. r·ij I 1 ·'•' 1 t!f j irn ··r :\111 .? ' nete2!1•••"""'1 !lli!~i!~~ll~!llle llllllllllll~llfll H~UnlUHH~HI~ Ult~HH~\~Hnng ~~j~~~~~~!~~~~~!!~ HUHUHHHU~~ Bl!QllQHBDUii! UIUUHHHUe OllllHtllHlll ~l(l{l~~llll~~~il l~~t~ll~~ll{~~~1~ BH~HH!BHH HHHntunu~ 1 •• 1 11n 1:r E§£S5 it5 Cl5"t;t:CGC~ ~~~!!!~!!~~~~~~1; un nun nntl im~~f ..... ii:iii "i~ rpi~~WI!a;i11~ i1:ffi liiii lll'i ~~~ ij l1lhf :r 1lll il~1 l'I11'ri· 11~~~ .ft I, .... ,·1111 'lllr 111 "111 I I III I 1-1111 I ·I II ' ' I"' i r'I '' , ,,,, .1 ., 11· I f !/II I I lj 11 '11 "! I [ t l' I 1'~ If I i jl ! ·1!1•11• , 1 ·!• t • •• ,1 fl i 1 ,•r ' l ~ I z I ' ,, 'I l' 1!1rr I ; t I! f I, rlr orlrl SONOMA SUBDIVISION OFFSITE 24" WATERLINE ESTIMATE FOR OVERSIZE PARTICIPATION Item No. 1.00 1.01 1.02 1.03 1.04 1.05 1.06 1.07 1.08 2.00 2.01 2.02 3.00 3.0l November 23, 2009 MBESINO. 10530005 Description Estimated Quantity Estimated Unit Cost WATER LINE IMPROVEMENTS Mobillzntlon nnd Stormwater Pollullon Prevention Plan (includes 1.00 LS $3,500.00 Installation and maintenance of erosion control structures throughout the entire project) 24" ANSI/A WW A Cl51/A21.5; CL 200 DIP Wuter Line (I ncludes 1,577 LJ7 $85.00 lnslllllntlon, testing, and clean-up) 36" Steel Encasement (3/8" thick), Str. Backflll 56 LF $250.00 24" BuUerfly Valvo 1 BA $6,000.00 24"x45 deg Bend 4 EA $2,025.00 24"xll.25 deg Bend 2 IlA $2,025.00 6" Blow-off Assembly BA $3,000.00 Connect to Existing Water Line. BA ·$1,000,00 Subtotal Item 1.00: MISCELLANEOUS Slit Fence 1,557 LF $3~00 Hydro Seeding with Fiber Mulch 2,595 SY $0.75 Subtotal Item 2.00: BONDING :Pcrfonnance Bond ( 1 % of construction cost) 1 EA $8,647.50 Subtotal Item 2.00: PnomcT COST: Estimnted Total Cost $3,500.00 $134,045.00 $14,000.00 $6,000.00 $8,100.00 $4,050.00 $3,000.00 $1,000.00 $1731695.00 $4,671.00 $lz246.25 $61617.25 $81647.50 $8,647.50 $188,959.75 The above construction estlrnato ls based on tho engineer's opinion of probable co!lStructlon costs. This c.!!Umate constitutes our best judgment al this time. Please note that the engineer does not have any control over contractor or supplier workloads and the degree to which lnfladon may affect project costs between now 1111d tho bid dale. During design and construction, additional features mny become apparent a.s the work progresses, whlch will result In an increase or decrease In cost. McCLURE & BROWNE ENGINEERING/SURVEYING, INC . . 1008 Woodcreek Dr., SuUe 103 ·College Slallon, Tx. 77846 · (979) 693-3838 Engineer Reg. Ho. F-'156 1314 10th Street, Sulle 210 ·Huntsville, Tx. 77320 · (936) 294-9749 survey Reg. No.101033-00 November 23; 2009 Mr. Josh Norton, P.E. As-siSfant CltY'En91neier City of College Station Post Office Box 9960 College Station, Texas· 77842 Re: Sonoma Subdivision, Phase 3 -Oversize Participation Request Dear Josh: On behalf of the owner, BCS Development Co., I wish to request Oversize Participation by the City of College Station for costs associated with the development·of Sonoma Subdivision, Phase 3. The City's Master Utillty Plan shows a 24" water line to be extended along the east side of William D. Fitch Parkway. This letter is to request oversize participation from the City for the cost difference between the 24" water line and an 8" water line which would normally be required for this development. Accompanying this Jetter are two exhibits. Exhibit A is a copy of the output file from a KYPIPE computer model of the Sonoma S.ubdlvislon including ·an 8" water line (Pipe No. 19) along William D. Fitch Parkway to serve Lot 1, Block 9. This model shows that the lowest pressure In the system with the a• Is 64 psi under fire flow conditions (hydrant located @ Lot 1, Block 9). This exceeds the minimum pressure of 20 psi required by TCEQ. This proves that the systetn performs adequately with the 8" line. Exhibit B Is a series of estimates that shows the cost differential between the 24" and the 8" water line. That difference is $147,614.50. This number ls value of the oversize participation the owner is requesting from the City. Additionally, the following Items are attached as required for the oversize participation request: • Copy of Corporate Resolution • Copy of Preliminary Plat • Copy of Title Policy If you need additional Information, please contact me at your convenience. xc: Mr. Randy French, BCS Development Co. attachments F:\1053-Randy Frenchl<l015 ·Sonoma Phase 3\0ocs\OP rsquea"COCS • Norton01 ·OP Request.doc McCLURE & BROWNE ENGINEERING/SURVEYING, INC. 1008 Woodcreek Pr., Suite 103 · CoUege Station, Tx. 77845 · (979) 693-3838 131410\h Street, Suite 210 ·Huntsville, TX. 77320 · (936) 294-9749 EXHIBIT A F:\1053. Randy French\0015 ·Sonoma Phase 3\Doca\OP requeal\COCS • NortonOI ·OP Requaoldoo Engineer Reg, No. F-458 survey Reg. No. 101033.QO FIRE FLOWS w/ 8" Water Line Along William D. Fitch Pkwy. . . .. . .. . . K Y .P 1.1:' E 4. ~ ..... _. .. Pip• Nelwork Modeling Soll.,ore C opyrlghtcd by KYPIPE LLC Version 4 -April 2006 Dole & Time: Mon Nov 23 12:02:.16 2009 INPUT DATA FILENAME --------------C:\KYPIPE\Sonomo\6-ln-flr.DT2 TABUl.ATED OUTPUT FILENAME --------C:\KYPIPE\Sonoma\6-ln-llr.OT2 POSTPROCESSOR RESULTS FILENAME ---C:\KYPIPE\So11on10\B-ln-llr.RS2 ............................................................... S U MMARY Of ORI G INAL OA T A ............. ,, .......................................... . U N IT S SPECIFIED FLOWRATE •..•........ " 9ollon•/mlnulo HEAD (HGL) .......... " loot PRESSURE ............ " p•lg PIPE LI N E 0 A I A STATUS CODE: XX -CLOS ED PIPE CV -CHECK VALVE P I P £ N /I M C NODE NAMES LENGTH (fl) DIAMET£R (In) ROUGHNESS MINOR #1 82 COEFF. LOSS COEff. P-1 J-19 J-1 627.77 18.00 130,0000 1.21 P-2 J-3 .J-2 316.70 O.DO 140.0000 0.57 P-J J-J J-1 341.Jl 0.00 140.0000 0.17 P-4 J-4 J-6 JI0.21 8.00 140.0000 0.17 P-5 J-5 J-17 320.69 6,00 140.0000 0.17 P-6 J-5 J-8 426.00 6.00 140.0000 1.H P-7 J-6 J-13 306.52 8.00 140.0000 0.17 P-6 J-7 J-9 170.45 8.00 140.0000 0.00 P-9 J-7 J-8 510.4) 6.00 140.0000 14.30 P-10 J-8 J-6 274.68 6,00 140.0000 0.57 P-11 J-9 J-5 197.72 8.00 140.0000 0.00 P-12 J-9 J-10 176.73 8.00 140.0000 o.oo P-13 J-11 J-7 384.71 B.00 140.0000 0.17 P-14 J-11 J-12 324.67 J.00 140,0000 0.17 P-15 J-13 J~11 544.82 a.on 140.0000 1.H P-16 J-IJ J-15 219.27 6.00 140.0000 1.44 P-17 J-1~ J-14 4:.DJ 6.00 140.0000 0.00 P-18 J-15 J-18 450.00 3.00 140.0000 0.17 P-19 J-10 J-18 1577.00 8.00 140,0000 0.00 P-20 J-1 J-J 229.45 8.00 140.0000 0.57 P-21 J-17 J-4 661.112 6.00 140.0000 1.84 P-22 ,J-19 J-10 1199.46 2~.00 130.0000 14.00 P-2.1 VP-2 J-19 4J.47 18.00 130.0000 o.oo P U M P/L 0 S S ELEM EN 0 AT A THERE IS A DEVICE AT NOOE VP-2 DESCRIBED BY THE FOLLOWING DAT A: (10-I) HEAO FLOWRATE EFFICIENCY (It) (gpm) (:<) 169,23 0,00 75.00 1M .62 1350.00 75.00 172.57 2700.00 75.00 N 0 D ·E O Ii T A NODE NODE EXTERNAL JUNCTION EXTERNAL NAME TITLE DEMAND ELEVATION GRAD[ ~pm) ~Q (R) . ----------------------·...&. ..... _ ·-_ _,_:..,. _____ ·:._ _____ -·-_;: ____ _::.. ___ _: __ ------- J-1 1.50 327.00 J-2 10.50 328.00 J-3 18.00 J09.00 J-o\ J0.75 319.00 J-5 19.50 J28.00 J-6 15.75 Jl5.QO J-7 21.00 316.00 J-8 2VS 321.00 J-9 4.50 320.00 J-lQ 0.00 319.00 J-11 29.25 307.00 J-12 9.00 303.00 J-13 2J.25 J12.0D J-1 ~ D.00 309.00 J-15 8.00 309.00 J-16 6.00 305.00 J-17 27.75 333.00 J-18 1510.00 319.0D J-19 0.00 0.00 VP-2 340.0D 3~0.00 OUTPUT OPT I ON DATA OUTPUT SELECTION: ALL RESUL1S ARE INCLUDED IN THE TABULATED OUTPUT MAXIMUM AHO fJINIMUM PRESSURES 5 MAXIMUM ANO MINIMUM VELOCITIES 5 MAXIMUM AND MINIMUM HEAD LOSS/1000 ~ 5 SYSTEM NUMBER NUMBER NUMBER Nlll.CB Ell NUMBER Cose: 0 CO N F I GURATIO N OF PIPES ................... (p) • OF END NODES ............... ()) OF PRIMARY LOOPS ........... !I) ~ OF SUPPLY ~ODES ............ f) a or SUPPLY ZONES ............ z) - 23 19 o\ 1 1 RESULTS OBTAINED AFTER 8 TRIALS: Al:CURACY ~ 0,00000 S I M U L A T I 0 N D E S C R I P ·T I 0 N (L A B E L) PIPELINE RESULTS STATUS CODE: XX -CLOSED PIPE CV -CHECK VALVE P I P E N A fJ E NODE NUMBERS fl 62 fLOWRATE (gpm) HEAD MINOR LINE HL+ML/ Hl/ LOSS LOSS VELO. 1000 I ODO (It) (fl) (lt/u) (fl/fl) (It/fl) ------------- P-1 J-19 J-1 198.70 O.Dl 0.00 0.25 0.02 O.D2 P-2 J-J J-2 I0.50 0.00 0.00 0.07 0.00 0.00 P-3 J-3 J-~ 158.70 0.20 0.00 1.08 0.60 0.59 p ... 4 J-4 J-8 101.66 0.07 0.00 0,65 0.24 0.2J f-5 J-17 J-5 8.34 0.00 o.oo 0.09 0.01 0.01 P-6 J-5 J-8 1.59 0.00 O.OD 0.02 0.00 D.00 P-7 J-8 J-\J 57.18 0.02 0.00 0.36 0.08 D.08 P-8 J-9 J-7 Ji.55 o.oo 0.00 0.20 0.0J O.OJ P-9 J-8 J-7 5.77 0.00 0.00 0.07 0.01 0.00 P-10 J-6 J-6 26.92 O.OJ 0.00 O.JJ 0.09 0.09 P-11 J-9 J-5 12.75 0.00 0.00 0.08 0.00 0.00 P-12 J-10 J-9 40.80 0.01 0.00 0.31 0.06 0.06 P-IJ .1-7 J-11 16.32 0.00 0.00 0.10 0.01 0.01 P-14 J-11 J-12 Q.00 0.10 0.00 0.41 D.31 0.31 P-15 J--13 J-f l 21.93 0.01 o.oci 0.14 0.01 0.01 f'-16 J-13 J-15 12.00 o.oo 0.00 0.08 0.01 0.00 P-17 J-15 J-14 0.00 0.00 0.00 0.00 o.oo 0.00 P-18 J-15 J-16 6.00 0.07 o.oo 0.27 0.15 0.15 P-19 J-10 J-18 1510.00 53.67 0.00 9,64 34.16 34.16 P-20 J-1 J-3 197.20 0.18 0.0 I 1.2G 0.85 0.79 . P~21 J-4· J-17 36:00 ··0.09 ·o:oo 0:41 ·· o. r4 o;T-1 P-22 J-19 J-10 1556,80 0.24 0.27 1.11 0.H 0.20 P-23 VP-2 J-19 1757.50 0.04 0.00 2.22 1.00 1.00 P U M P/L 0 S S E LEMEN T RESU L T S INLET OUTLET NPSH NAME flOWRATE HEAD HEAD AY'111. (gpm) (fl) (rt) VP-2 1757.50 0.00 181.71 33.2 NODE RESULTS M AX p NODE NAME J-1 J-2 J-J J-4 J-5 J-6 J-7 J-8 J-9 J-10 J-11 J-12 J-13 J-14 J-15 J-16 J-17 J-18 J-19 VP-2 NODE TITLE EXTERNAL OBIANO (gpm) 1.50 10.50 18.00 30.75 19.50 15.75 21.00 24.76 4.50 0.00 29.25 A.00 23.25 0.00 6.00 G.00 27.75 1510.00 0.00 I M U M A N 0 MINIMUM R E S S U R JUNCTION MAXIMUM NUMBER PRESSURES (pol) ---------------------J-12 9H9 J-16 93.64 J-11 92.80 J-3 02.06 J-14 91.03 V E L O C I T E S PIPE MAXIMUM NUMBER VHOCITY (fl/•) ----------------------P-19 9.64 P-23 2.22 P-20 1.26 P\JMP EfflC-USEFUL INCRO.HL TOTAL #PUMPS #PUMPS HEAD ENCY POWER COST r:osr PARALLEL S(RIES (fl) (X) (Hp} ($) ($) (II} 181.7 HYDRA! II.IC NOOE PRESSURE NODE GHADE ELEVATION HEAD PRESSURE (fl}. (fl) (11) (p•!) 521.65 327.00 194.65 84.35 521.45 328.00 193.45 83.63 521.45 309.00 212.45 92.06 521 .25 319.00 202.25 87.64 521.15 326.00 195.15 84.57 521.18 315.00 206.1 8 89.34 521.15 316.00 205.15 88.90 521. 15 321.00 200.15 06.73 521.15 320.00 201.15 67.17 521.16 319.00 202.16 87.60 521.14 307.00 214.H 92.00 521.04 303.00 218.04 9U9 521.15 312.00 209.15 90.63 521.15 309.00 212.15 91.93 ~21.15 309.00 212.15 91.93 521.09 305.00 216.09 93.64 521.15 333.ao· 188.15 61.53 467.29 . 319.00 140.29 64.26 ~ LOW PRESSURE 521.66 521.71 340.00 181.71 78.71 VA LU ES JUNCTION MINIMUM NUMBrn PRESSURES (psi) ---------------------J-18 64.26 VP-2 78,H J-17 Bl .SJ J-2 83.BJ J-1 84.35 PIPE MINIMUM NUMBER VELOCITY (Ith) ---------------------P-6 0.02 P-9 0.07 P-2 0.07 P-22 1.11 P-16 0.08 P-3 1.0B P-11 0.08 ft L + M L I cl 0 0 PIPE MAXIMUM PIPE MINIMUM NUMBER HL+ML/1000 NUMBER Hl+ML/1000 (fl/It) (fl/ft) ------------------------------------------P-19 ·J·4: 16 P~G ·o~oo P-23 1.00 P-2 0.00 P-20 0.8~ P-11 0.00 P-J 0.60 P-16 0.01 P-22 0.H P-9 0.01 H L I I 0 0 0 PIPE MAXIMUM PIPE MINIM@ NUMBER HL/1000 NUMBER HL/1000 (fl/ft) (fl/fl) ------------------------------------------r-19 3<.16 P-6 0.00 P-23 1.00 P-2 0.00 P-20 0.79 P-16 0.00 P-J 0,59 P-9 0.00 P-14 0.31 P-11 0,00 SUMMARY OF I NFLOWS AND OUTFLOWS ( +) INFLOWS INTO THE SYSTEM FROM SUPPLY NODES (-) oumows FROM THE SYSTEIJ INTO SUPPLY NODES NOOE NAME fLOWRATE (gpm) NET SYSTEM INFLOW ~ NET SYSTEM OUTFLOW ~ NET SYSTEM DEMAND - 1757.50 1757.50 0.00 1757.50 NOOE TITLE .,.,. HYDRAULIC ANALYSIS COMPLETED ""' -McCLURE & BROWNE ENGINEERING/SURVEYING, INC. 1008 Woodcreek Dr., Sulle 103 · College SteUon, TX. nB45 · (979) 693-3838 131410th Street, Suite 210 ·Huntsville, Tx. 77320 · (936)294-9749 EXHIBITB F:\1083 -Randy Fninch\0015 ·Sonoma Phaae 3\Docs\DP raQuoal\COCS • Nortono1 ·OP Requealdoo EnglflflllrRog. No. F-468 Survey Reg. No. 101033--00 SONOMA, PHASE 3 MDESl l'ROJ #1 10530015 Engineer's Estimate of Construction Costs November 23, 2009 Item# I Dcsoriptioo Unit Quontity Unit Price Siie Pre arotlnn ·I · · C\carin ond GnJbbin xo: Sito Pie a111tlon Subtotal Pnvlng Construction ·2 ll&rthwork for Street Corulruclion (+/-5,280 CY BxcaHtlon/Einbankmcnt) !flt.em Includes topsoil strloolnir ond roolaccmenl in ROW and cosomenl.!) L.S. 1 31,000.00 3 6' Limo Stabmud Subwado (6% by woight) S.Y. 11395 4.00 4 6' Crushed Limestone Daso S.Y. 7495 9.00 5 8' Cru.!hed Llmoston• Dnso S.Y. I 009 12,00 6 l" HMAC Surfuco Courso (Including prlmo cont) S.Y. 8 504 9.51 7 Concroto CUrb ond Gutter (al\ types) L.F. 5,353 10,5( 8 'Reinforced Concroto Pavement S.Y, 344 40.00 9 • Roloforced Concrete Sidowallc S.F. 10 566 4.00 10 6' PVC Conduit LF -100 12.00 II Colored Sidewalk Rllmo• BACH 8 750.00 Pavin• Subtotal ra naue sys om D I s t c onstruc ti OD 12 18' RCP l'IPO. (ASTM C-76 CL ill) (Structu~I Backfill) L.F. 82 53.00 13 18' HDPB Pinc. (ADS N-12 or aooroved ecuel w/wntcr-ditlit iolnts) L.F. 116 38,00 14 124' RCP PIP4. (AS'J'M 0-76 CL ill\ (Struotural Bocldlll). L.F. 292 60.00 IS 124' HDPB PIPo. (ADS N-12 or oooroved e<tual w/water-tlaht joints) LJI. 25 40.00 16 30' HDPB Ploc (ADS N-12 or IDPIOYed eoual w/watcr-li•htjainl.!) L.F. ·41 SO.DC 17 48' RCP pJpo (ASTM C-76 CL Ill) (Struotural Backfill) L.P. 213 175.00 18 18' HDPE 4: 1 Sloped Headwall BACH I 1 000.00 19 30' RCP 4; l Sloocd Hcadwall BACH 1 1,500.00 20 48' RCP 4: l Sloped Headwall BACH l l 800,00 21 CUlllllruct TOP ofBxlstlng Inlet BACH 4 750.0C 22 Standl!Td IO' ReWISed Inlet l!ACH 2 3,250.0C 23 ~blndard S' IW:c.ssed lnlct Il.ACH 5 2,750,0C 24 Stonaard Jwiction Dox BACH 1 2 500.0C 25 Rock RiP-RAP Channol Lining, on Filter Fabrlo S.Y. Ill 75.00 Dra!nOJ?o System Subtotal wt s t c R er 1ys em ons 1·uct on 26 24' ANSI/A WW A Cl51/A21.S, CL200 DIP Wator LlnolNon-Str. Bacldilll L.F. I 517 85.00 -27 8'. PVC C909 Cl 200 Water Lino, Non-Str. Backfill L.F. 744 14.00 28 8' PVC C909 Cl 200 Water Lino, Str, Baokiill L.P. 880 35.01 29 6' PVC, C909 Cl 200 Wator Linc, Non-Str. Back!lll L.P. 478 18.00 30 6' PVC C909 Cl 200 Wetor Lino Str. Dacldll/ L.F. 68 25,0C 30 4' PVC C909 Cl 200 Wotor Lino, Non-Sit. Bccldlll J.,)1, 641 14.0C 31 36' Stcol Casing (Includes spnoera and struct11r11l bookfill) L.F. 6C 250.00 32 Fire H drant Amrobly IJACfJ 3 3,JS0.00 33 ~4'x4S dca Bend BACH 4 2,025.00 34 r.14"xl 1.25 doa Bend BAC.ll 2 2025.00 35 if' RuHerJlv Volvo BACH 1 6000.00 36 6' Blow--0ft'Valvo EACH I 3,000,00 37 8"x8'MJ. Teo BACH 2 450.00 38 "'x6' M.J, Tt<I BACH 2 450.00 39 B" MJ. Gato Valvo BACH 6 900.00 ··-40 8"x24' M.J. Anohor Couolln2 BACH 9 17S.OO 41 8•x4S dc2. Bond BACH 18 400.00 42 8'x4 • Rtducor BACH I 350.00 43 6'x4" Reduoer BACH I 350.00 1 of2 Total $14 600 $31,000 $4S 580 $67 455 $12,108 $80 788 $56 207 $13 760 $42,264 $1,200 $6,000 $356 362 $4 346 $4 408 $17 520 $,l 000 $2 050 $37 275 $1,000 SJ SOO $10 800 $3 000 $6,500 $13 750 $2,500 $8,775 $114 424 $134,045 $10,416 $30 800 $8 604 $1700 $8,974 SIS 000 $9,450 $8,100 $4,050 $6000 $3,000 $900 $900 $5 400 $1 S7S $7200 $350 $350 ltell\R 44 4S 46 47 48 49 50 SI 52 53 54 5S 56 51 58 59 60 61 62 63 64 65 66 67 68 69 70 71 71 73 74 SONOMA, PHASE 3 MDESI PROJ U: 10530015 Engineer's Estirna te of Construction Costs November 23, 2009 Duufnllon Uoll Quantity UnJLPnco 'M,J, GQto Valvo EACH 2 800.00 ·-"X45cleeljmd ·-··-· .. .. .. . . ··RAOH-· ·4 . ·350:0( "xl4" M.J, AnomrCouollna BACH 2 250.00 "X45 doR Bend EACH s 150.00 "xl 1.25 doa Dcnd BACH 2 IS0.00 2" Blow O.ll'Valvo Asscmblv BACH 3 950.0C Connect to Ex. Water Lino . EACH 4 500.00 Water Servloo 1.5' tvoo K Copp or short side(:< 20') EACH 16 800.00 WolDr Service, I' tYDo K Conno.r short side(< 20') BACH 6 SS0.00 Wator SCNlce 1.5'' typo K Copper long slda (> 20~ BACH 17 J 600.00 IWotor Sttvice I' tvno K Collaer looulde (> 20'\ BACH 4 1400.00 Walor Svstcm Subtotal s S I C ewer •YI cm ti oos rue on · 6' PVC D-3034 SDR 26 L.F. 965 7.00 Sir. Bacldlll (8'-10' Doplh) L.P. 391 33,()( !Noll.Sir. Baclcflll (S'-8' Dopth) L.F. soo 14.25 Non-Str. Bacldlll (8'-10' Donth\ L.F. 74 16.'25 Sbmdard 4' Diam. Manhol~ 0·6 ft. dc<1P BACH 5 2000.0C Standard~ Dlom. Mmholo, 0-6 ft. doo2 BACH I 2,500.0C Connect to Ex, Sewer Lino EACH 2 750.0C Ilxtra Deoth I> 6'). 4' Dinm. Manhole V.P. JO 215.0C Bxtra Depth(> 61. S'Diam. Manhole v.ri. 7 300.00 Slx>rt Side 4' Sowor Service(< 20~ BACH 5 400.00 Lon2 Side 4 • So~r S.orviec (>10') BACH 10 1,200.00 Bxtcitd BxiatlnR Sowor Servlco BACH 11 150.00 rrn:nch Safetv I sewer) L.F. 965 1.00 Scwtr SY>l•m Subtotol El'oslon Control Con&ll'uction 1Ero1ion Control Plan & Sedimentation Control (pcrltem 106) (Includes L.S. l 5,000,0C lmonitorln•. record Jceoolrur. mass sctdlno. nnd oleanuo) Silt Fem:e ITvno I) L.F. 150 3,00 Silt Ponce lTvoo 2) L.P. I 141 5.0C Silt Pcnco rrvno 3) L.P. 3 333 3.00 Inlet ~rotoclion L.P. lO 250.00 ---Headwall Protection L.P. l 250,QO Eolrancc/llxlt L.F. l I 800.0C Erosion Control Subtotal Tola! $1,600 .. .. . $1'400 $SOO $750 $300 $2 850 $2,000 $12 800 $3,300 $21200 $5,600 $315,1!4 $6,755 $12 903 $7 125 $1.203 $10 000 $2,500 $1 500 $2150 $2 100 $2000 $12 000 $8,150 $965 $70051 $5,000 $4SO $.5 705 $9 999 $2500 $'2.50 $1 800 $25.704 'Iotsl Conatl'uction Cosij $896,254 Tho abovo construction Ntimato ls based on tho engineer's prollmlnary opinion or probable cOfl!ltructlon c~ts. This 011timoto constthilos our bost judgment at U1la lime. Flo&M note that the engineer docs not hove riny conttol over conlrnctor or suppl I or workloads and !ho doarco to Milch Inflation ml\)' dti:ol projeot cosls botwceo now and tho bid d~to. During construction, additlonal footuros moy become apparent u the work progrcS!os, wblcb will mull In an ln.orouo In cost. 2of2 ----~ ·oF ·;.~'''1 ,:?A.,ot>,..*·••"""",:\--115''•i, .:: *".... ·· ... ~ 11 :1 ... \ * /, ii!* l ......... : ..... Y,., ~....................... ERTSON ~ i! JEFFE~Y .. ~:.~g~ ........ , ..... ~ ?.""''\"". 94746 /tr.~ ~~.. ..Cfj ... ,, ,,,o... 0 ... ...., ~ 11 ~· • .,<tceNs~.·"&'$ 1,. ~8. ............ ~~ ,:;- 1,\,\S,[ONf>..L ·::---.: "''''''"'" SONOMA SUBDIVISION OFFSITE 8" .WATER LINE ESTIMATE FOR OVERSIZE PARTICIPATION November 23, 2009 MBESI NO. 10530005 . ltem. No. nescrliition -· 'ESlimlifed Estimated Quantlty Unit Cost 1.00 WATER LINE IMPROVEMENTS 1.01 Moblllzatlon and Stormwater Pollution Prevcntlon Plan (Includes installation and maintenance of erosion .control structures throu&hout llie entire project) 1.02 8" A WWA C909, CL 200 PVC Water Line (Includes Installation, testing, and clean-up) 1.03 16" Steel Encasement {318" thick), Str, Back!lll 1.04 8" M.J. Gate Valve I.OS 8"x45 deg Bend 1.06 2" Blow-off Assembly 1 .07 Connect to Existing Water Lino 2.00 MISCELLANEOUS 2.01 Silt Fence 2.02 Hydro Seeding with Fiber Mulch 1.00 LS $3,500.00 1,577 LF $14.00 56 LF $75.00 I BA $1,100.00 6 BA $400.00 BA .$950.00 BA $500.00 Subtotal Item 1.00: 1,557 LF $3.00 2,595 SY ·$0.75 Subtotal Item 2.00: CONSTRUCTION COST: Estimafocf'taior Cost $3,500.00 $22,078.00 $4,200.00 $1,100.00 $2,400.00 $950.00 $500.00 $34,728.00 $4,671.00 $11946.25 $61617.25 $41,345.25 Tho abovo co~truction estilTlllte ls based on the engineer's opinion of probable construction cosl~. Thls estimate constitutes our best Judgment al this time. Please note that the engineer does not have any control over contractor 01· supplier workloads and. tho degree to which lnfiatlon may affect projcot costs between now and the bid date. During design and construction, additionnl features may become apparent as tho work progresses, which will result h1 an Increase or decrease Jn cost. Prepared by: ...:Wf.P-..~L..Cl-+i4-'=---===---- Je SONOMA SUBDIVISION OFFSITE 24" WATER LINE ESTIMATE FOR OVERSIZE PARTICIPATION November 23, 2009 MBESJ NO. 10530005 _Jtcm- No. · Descrlj>ffon Estlmated· &l.iiiititca Quiiiiiify Unit Cost -Estimated Total·· · Cost 1.00 WATER LINE IMPROVEMENTS 1.01 Mobilization and StormW11ter Pollution Prevention Plan (Includes Installation and maintonance of erosion control structures throughout the entlre pt'Oject) 1.02 24" ANSIJA WW A Cl51/A21.5; CL 200 DIP Water Line (includes lnstallatlon, testing, and olean-up) 1.03 36" Steel Encasement (3/8" thick), Str. Baokflll 1-04 24" Butterfly Valvo 1.05 24"x45 deg Bend 1.06 24"xll.25 deg Bend 1.07 6" Blow-off Assembly 1.08 Connect to Existing Water Line . 2.00 MISCELLANEOUS 2.01 Slit Fe.nee 2.02 Hydro Seeding with Fiber Muloh 3.00 BONDING 3.01 .Performance Bond (1% of construction cost) 1.00 LS $3,500.00 $3,500.00 1,577 LF $85.00 $134,045.00 56 LP $250,00 $14,000.00 l EA $6,000.00 $6,000.00 4 EA $2,025.00 $8,100.00 2 EA $2,025.00 $4,050.00 BA $3,000.00 $3,000.00 EA $1,000.00 $11000.00 Subtotal Item 1.00: $1731695.00 1,557 LF $3.00 $4,671.00 2,595 SY $0.75 __ __.$_1,~94_6_.2_5 Subtotnl Item 2.00: ____ $6~16_1_7_.2_5 1 EA $8,647.50 __ __.$_8,~64_7_.s_o Subtotnl Item 2.00: ____ S8~16_4_7_.S_O PROJECT COST: $188,959.75 The above construction estimate is based on the engineer's opinion ofproboble eolistructlon costs. This estimate constitutes our best judgment at thl3 time. Please note that the engineer does not have llllY control over contractor or supplier workloads and the degree to which Inflation may affect project costs between now and the bid date. During design and construction, additional features may become apparent es the work progresses, which wlJI result in an increase or decrease Jn cost. THE STATE OF TEXAS COUNTY OF BRAZOS AFFIDAVIT OF BILLS PAID Before me, the undersigned authority, personally appeared ----------------("Affiant"), ----------- of ____________ ("Contractor"), who being first duly sworn, deposed and state the following: 200 - "My name is . I am over 18 years of age, of sound mind, capable of making this affidavit, and personally acquainted with the facts stated in it, which facts are true and correct. Pursuant to that certain contract, dated as of _____ , 200 _ (the "Contract") by and between the City of College Station, Texas, and ----------------Contractor furnished labor and materials to construct on the real property known as (more ------------pa rt i cu I ar l y described in the Contract) the "Project". To the extend that Contractor constructed or contracted for the construction of such ------------------' Contractor has paid each of its sub-contractors, laborers and materialmen in full (except for statutory retainage) for all labor and/or materials provided to Contractor on the Project. To the best of Affiant's knowledge, Contractor has not received notice of any claims pending against the Project in connection with the described in the Contract. ------------- Further, Affiant saith not. Executed this ___ day of _________ , 200_. AFFIANT: Printed Name: -------- SUBSCRIBED AND SWORN TO before me on this __ day of ____ ~ Notary Public, State of Texas