Loading...
SIA dated 06/03/93JUNIPER BEND SUBDIVISION PRO PHASE I & PHASE II The undersigned, as the developer of, Juniper Bend Development No.l, a.k.a. Juniper Bend, a subdivision located in Kalispell, Montana, does hereby undertake and agree to be bound to the City of Kalispell, a political subdivision of the State of Montana, to construct the improvements described herein in accordance with the plans and specifications on file with the city, copies of which have been furnished heretofore, and which are, by this reference, incorporated herein. Substantial completion of portions of the Phase I improvements, as contained in the Subdivision Improvements Agreement dated April 8, 1993, has occurred as evidenced by the Engineer's Certificate of Partial Completion, Exhibit 5, attached hereto. Remaining improvements to be installed and included in the Phase I Subdivision Improvements Agreement are hereby included within this Agreement. As used in this document, Phase I includes: Blocks 7 and 12; Phase II includes: Blocks 9, 11, 13,-14 and 15, and the lots sited thereon. Phase II improvements will consist of water system and services, basic sewer collection and services, and paving roadways to Phase II as shown on the attached plat Exhibit 4. Portions of the required Phase II improvements have been acceptably installed as evidenced by the Engineers Certificate of Completion, Exhibit 5. Remaining Phase I & Phase II improvements consist of: A. Basic water system improvement;:,, testing , and disinfection. The estimated cost of this work is $200.00. B. Basic sewer system improvements, testing and lift station improvements. The estimated cost of this work is $44,487.00. C. Roadway grading, subbase gravel and base course gravel to each lot. The estimated cost of installation is $10,605.00. D. Paving of curb & gutter as construction continues so each lot upon which a residential unit is placed will be served by completed roadway when ready for occupancy. The estimated cost of this improvement is $42,882.50. The total estimated cost of the work remaining in Phase I and II and included in this agreement is $98,174.50, its evidence by the Certified Engineers Estimates, Exhibits 1 and 2. Completion of Phase I & Phase II work is guaranteed by: 1) A Letter of Credit for Phase I & Phase II $122,718.13. The Certificate of Licensed Engineer, attached hereto as Exhibit 1, is incorporated herein and Developer agrees to be bound by the cost estimates set forth therein, Exhibit 2. City of Kalispell will be afforded a reasonable opportunity to inspect work before it is covered or concealed by other work as to its agents and employees, request notice and opportunity to inspect. In instances where the City requests an opportunity to inspect particular items of work, or testing procedures for any work, notice of the time when said work will be available for inspection or when such testing will occur will be given to the requesting official by telephone at least 24 hours in advance of such time. It shall be the responsibility of the representative of the City to be present at the noticed time or to waive the right to inspect that work. Juniper Bend shall provide for inspection of all required public improvements by a registered professional engineer. Upon completion of the inspection, the registered professional engineer shall file with the City of Kalispell a statement certifying the public improvements have been completed in accordance with the approved plans or listing the defect in those improvements. The City of Kalispell shall release Juniper Bend from the Subdivision Improvements Agreement. Should Juniper Bend fail requirement for inspection professional engineer, the inspections completed and the to meet the requirements of the and certification by a registered City of Kalispell shall have the costs borne by Juniper Bend. Juniper Bend Company does warrant to the City of Kalispell the design, construction materials, and workmanship of the improvements against any failure or defect in design, construction, material, or workmanship which is discovered within one year of the date of notification to the City of the substantial completion of such work on. Obligations and responsibilities under this paragraph of the undersigned shall commence with substantial completion of Phase I and II, in total and not in part thereof. Substantial completion shall be the date the work is acceptably completed, accepted by the owner and accepted by the city. The obligation of the undersigned under this warranty shall be limited to the repair or replacement of the defective work or material, plus the restoration of any area or improvement disturbed during the course of such repair or replacement. Should Juniper Bend Company fail to fulfill this warranty by a prompt repair or replacement of defective work or material, the City of Kalispell shall have the right to contract for such work to be performed at N the expense of Juniper Bend Company, and Juniper Bend Company agrees to pay the cost thereof on demand. Juniper Bend has obtained an irrevocable commitment for financing as evidenced by the Glacier Bank letter attached hereto and by this reference incorporated herein. In the event that Juniper Bend Company does not complete the improvements by the completion date for the various items of work shown on Exhibit 3, attached hereto and by this reference incorporated herein, plus any extension granted in writing by the City of Kalispell, the City shall, on demand to the issuer of the financing commitment, be paid the amount of the financing, less the estimated cost for each item listed on the Engineer's Certificate incorporated in the Improvement Agreement that has been completed to the satisfaction of the City. The City shall utilize such funds to complete the work that remains to be done and upon completion shall return any surplus funds to the entity from whom received. If the City of Kalispell determines that any improvements are not constructed in compliance with the specifications, it shall furnish the Subdivider with a list of specific deficiencies and may withhold collateral sufficient to ensure proper completion. If the City of Kalispell determines that the Subdivider will not construct any or all improvements to required specifications, or within the time limits, it may withdraw collateral and use these funds to construct the improvements and correct any deficiencies to meet specifications. Unused portions of these funds shall be returned to the Subdivider or crediting institution. This agreement, Subdivision Improvements Agreement Phase I and Phase II, supersedes and replaces Subdivision Improvements Agreement Phase I. Dated this 300 day of ATTEST: , 1993. JUNJ,PER BEND COMPANY Dan Mitche 1, General Partner 3 n Dated this 3 'l day of ATTEST: Secret ry, Assistant , 1993. City of Kalispell Dougl Rauthe, Mayor The undersigned, acting for Thomas, Dean & Hoskins, Inc., does hereby certify that said firm is duly licensed to practice Civil Engineering in the State of Montana and has performed such services in connection with Juniper Bend Subdivision in Flathead County, Montana. The undersigned further certifies that the cost estimates attached hereto and by this reference incorporated herein he has prepared. The undersigned further represents that the estimates are comparable to similar work completed in and by the City of Kalispell. Dated this day of 5 1993. _ THOMAS, DEAN & HOSKINS, INC. B Y y a MlHael W. Fraser 3826 E. EXHIBIT 2 JUNIPER BEND CONSTRUCTION ESTIMATES PHASE I & II SCHEDULE I SANITARY SEWER Estimated Unit Item Description Quan/Unit Price 1. Sewer Pipe 811 PVC DR35 Complete 2. Sanitary Sewer Manhole ( 48" x 41 deep) Complete Testing Complete 3. Extra Depth Complete 4. Wye Branch Complete 41, PVC Service Complete 5. Lift Station Changes Lump Sum 0 01 ".1 SCHEDULE II WATER 1. Polyvinyl Chloride Water Main 8" PVC DR18 Complete 6" PVC DR18 Complete Testing 2. Fittings Complete 3. Gate Valve Box Complete 811 619 4. Fire Hydrant w/ Complete Auxiliary Valve 5. Connect to Existing Water Main Complete M Amount 44,487.00 44,487.00 200.00 Estimated Unit Item Description Quan/Unit Price Amount 6. Water Service to Right -of -Way 8 EA TOTAL SCHEDULE III ROAD CONSTRUCTION -GRADING AND SUBGRADE 1. Excavation & Subgrade Preparation, Backslope Shaping* 2. Subgrade Course Material 6" Lift** Juniper Bend 2750 S.Y. Grand View Lane 2300 S.Y. SUBTOTAL 1. Gravel Surface 6" Lift Juniper Bend 2750 S.Y. Grand View Lane 1850 S.Y. 2. Asphaltic Cement Grandview Lane 4" 480 S.Y. Juniper Bend 4" 1300 S.Y. Grand View Lane 2" 1350 S.Y. 3. Curb and Gutter. Juniper Bend 1000 S.Y. Grandview Lane 300 S.Y. SUBTOTAL TOTAL Complete $ 200.00 Complete 2.10 5,775.00 2.10 4,830.00 $10,605.00 3.25 8,937.50 3.25 6,012.50 6.75 3,240.00 6.75 8,775.00 8.05 6,817.50 7.00 7,000.00 7.00 2,100.00 $ 42,882.50 $ 98,174.50 7 EXHIBIT 3 COMPLETION JUNIPER x II Start Utility Construction Complete Utility Construction Complete Road Base Course Complete Curb & Gutter Complete Paving Final Acceptance June 10, 1993 August 15, 1993 August 15, 1993 August 15, 1993 September 15, 1993 October 8, 1993 ra I 1 r- ; - 1 0 cm ti z b r� r� z d b In Im W F-+ z e A m X EXHIBIT 5 CERTIFICATE OF PARTIAL COMPLETION JUNIPER BEND PHASE I & PHASE II I, Michael W. Fraser, a Registered Professional Engineer'in the State of Montana, do hereby certify that the following listed improvements have been completed in substantial conformance to the approved plans and specifications. The quantities and unit prices are accurate estimates of the cost of construction of the completed improvements. SCHEDULE I SANITARY SEWER Item Description 1. Sanitary Sewer 8" PVC DR35 2. Force Main 4" PVC DR18 3. Sanitary Sewer Manhole 4. Extra Depth Manhole 5. Wye Branch 4" PVC Service 6. Connection to Existing Main SUBTOTAL PHASE I PHASE II 1. Sanitary Sewer 8" PVC DR35 2. Force Main 3. Sanitary Sewer Manhole 4. Extra Depth Manhole Estimated Unit Quan/Unit Price Amount 760 L.F. 9.00 6,840.00 338 L.F. 11.00 3,718.00 6 EA. 1042.00 6,252.00 72 L.F. 80.00 5,760.00 4 EA. 80.00 320.00 2 EA. 215.00 430.00 Lump Sum 500.00 500.00 $ 23,820.00 117 L.F. 9.00 1,053.00 Complete Phase I Complete Phase I Complete Phase I m Estimated Unit Item Description Quan/Unit Price Amount 5. Wye Branch 10 EA. 80.00 800.00 411 PVC Service 10 EA. 215.00 2,150.00 6. Connection to Existing Main Complete Phase I SUBTOTAL PHASE II $ 4,003.00 TOTAL SEWER $ 27,823.00 SCHEDULE II WATER MAINS PHASE I 1. Polyvinyl Chloride Water Main 811 PVC DR18 64-L.F. 11.00 704.00 6" PVC DR18 340 L.F. 9.50 3,230.00 2. Cast Iron Fittings 450 LBS. 2.00 900.00 3. Gate Valves & Box 800 1 EA. 620.00 620.00 61, 2 EA. 535.00 1,070.00 4. Fire Hydrant with Auxiliary Valve 1 EA. 1,975.00 1,975.00 5. Connection to Existing Water Main 1 EA. 1,000.00 1,000.00 6. Water Service to Right -of -Way 4 EA. 371.00 1,484.00 SUBTOTAL PHASE I $ 10,983.00 PHASE II 1. Polyvinyl Chloride Water Main 611 PVC DR18 82 L.F. 9.50 779.00 2. Cast Iron Fittings 295 LBS. 2.00 590.00 3. Gate Valves & Box Complete - Phase I 11 Estimated Unit Item Description Quan/Unit Price Amount 4. Fire Hydrant with Auxiliary Valve Complete - Phase I 5. Connection to Existing Main Complete - Phase I 6. Water Service to Right -of -Way 10 EA. 371.00 3,710.00 SUBTOTAL PHASE II 5,079.00 TOTAL $ 16,062.00 SCHEDULE II • • A r CONSTRUCTION - GRADINGAND SUBGRADE 1. Excavation & Subgrade Preparation Backslope and Shaping 10,942 L.Y. 2.70 29,543.40 TOTAL COMPLETED IMPROVEMENTS $ 29,543.40 11 i !,(.A �v i�V MICHAEL W. FRASER 3826E HE EXHIBIT 5 CERTIFICATE OF PARTIAL COMPLETION JUNIPER BEND PHASE I & PHASE II I, Michael W. Fraser, a Registered Professional Engineer'in the State of Montana, do hereby certify that the following listed improvements have been completed in substantial conformance to the approved plans and specifications. The quantities and unit prices are accurate estimates of the cost of construction of the completed improvements. SCHEDULE I SANITARY SEWER Item Description 1. Sanitary Sewer 8" PVC DR35 2. Force Main 4" PVC DR18 3. Sanitary Sewer Manhole 4. Extra Depth Manhole 5. Wye Branch 4" PVC Service 6. Connection to Existing Main SUBTOTAL PHASE I PHASE II 1. Sanitary Sewer 8" PVC DR35 2. Force Main 3. Sanitary Sewer Manhole 4. Extra Depth Manhole Estimated Unit Quan/Unit Price Amount 760 L.F. 9.00 6,840.00 338 L.F. 11.00 3,718.00 6 EA. 1042.00 6,252.00 72 L.F. 80.00 5,760.00 4 EA. 80.00 320.00 2 EA. 215.00 430.00 Lump Sum 500.00 500.00 $ 23,820.00 117 L.F. 9.00 1,053.00 Complete Phase I Complete Phase I Complete Phase I m Estimated Unit Item Description Quan/Unit Price Amount 5. Wye Branch 10 EA. 80.00 800.00 411 PVC Service 10 EA. 215.00 2,150.00 6. Connection to Existing Main Complete Phase I SUBTOTAL PHASE II $ 4,003.00 TOTAL SEWER $ 27,823.00 SCHEDULE II WATER MAINS PHASE I 1. Polyvinyl Chloride Water Main 811 PVC DR18 64-L.F. 11.00 704.00 6" PVC DR18 340 L.F. 9.50 3,230.00 2. Cast Iron Fittings 450 LBS. 2.00 900.00 3. Gate Valves & Box 800 1 EA. 620.00 620.00 61, 2 EA. 535.00 1,070.00 4. Fire Hydrant with Auxiliary Valve 1 EA. 1,975.00 1,975.00 5. Connection to Existing Water Main 1 EA. 1,000.00 1,000.00 6. Water Service to Right -of -Way 4 EA. 371.00 1,484.00 SUBTOTAL PHASE I $ 10,983.00 PHASE II 1. Polyvinyl Chloride Water Main 611 PVC DR18 82 L.F. 9.50 779.00 2. Cast Iron Fittings 295 LBS. 2.00 590.00 3. Gate Valves & Box Complete - Phase I 11 Estimated Unit Item Description Quan/Unit Price Amount 4. Fire Hydrant with Auxiliary Valve Complete - Phase I 5. Connection to Existing Main Complete - Phase I 6. Water Service to Right -of -Way 10 EA. 371.00 3,710.00 SUBTOTAL PHASE II 5,079.00 TOTAL $ 16,062.00 SCHEDULE II • • A r CONSTRUCTION - GRADINGAND SUBGRADE 1. Excavation & Subgrade Preparation Backslope and Shaping 10,942 L.Y. 2.70 29,543.40 TOTAL COMPLETED IMPROVEMENTS $ 29,543.40 11 i !,(.A �v i�V MICHAEL W. FRASER 3826E HE