Loading...
HomeMy WebLinkAboutContract 31562 COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No.a15LLd— WHEREAS, Barham & Harris Development One, L.P., hereinafter called "Developer", desires to make certain improvements to Parkview Hills Addition, Phase 4C, an addition to the City of Fort Worth, Texas; and WHEREAS, the said Developer has requested the City of Fort Worth, a municipal corporation of Tarrant and Denton Counties, Texas, hereinafter called "City", to do certain work in connection with said improvements. NOW, THEREFORE, KNOW ALL BY THESE PRESENTS: That said Developer, acting herein by and through Robert Barham, President of Barham & Harris Inc., its duly authorized General Partner, and the City, acting herein by and through Marc Ott, its duly authorized Assistant City Manager, for and in consideration of the covenants and conditions contained herein, do hereby agree as follows: I. 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, is hereby incorporated into this Community Facilities Contract as if copy herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder. B. The requirements of the Policy shall govern this Community Facilities Agreement, provided, however, that any conflict between the terms of this Community Facilities Agreement and the Policy shall be resolved in favor of this Agreement. C. Developer shall provide financial security in conformance with paragraph 6, Section II, of the Policy. D. The Developer shall award all contracts for the construction of community facilities in accordance with Section II, paragraph 7 of the Policy. PVH4Cf6rma1 CFA 1 P 9 R C U U �g�� E�AERKy E. The contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section II, of the Policy. F. 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 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. G. Developer shall install or adjust all of the required utilities to serve the development or to construct the improvements required herein. H. In the event that City participation exceeds $25,000, Developer agrees that no street construction or storm drainage will begin prior to City Council approval of this Community Facilities Agreement. (Article 104.100, Ordinance 7234). I. Developer agrees that no lot shall be occupied under a certificate of occupancy until the improvements required herein have been constructed (Article 104.100, Ordinance 7234). J. Developer hereby releases and agrees to indemnify and hold the City harmless for any inadequacies in the preliminary plans, specifications and cost estimates supplied by the Developer for this contract. K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer required to PVH4Cf6rmal CFA 2 construct current and future improvements provided for in this agreement. L. Developer agrees to construct proposed improvements as shown on the exhibits attached hereto. The following exhibits are made a part hereof. Water (A)None; Sewer (A-1) None; Paving (B)Attached Storm Drain (B-1) Attached; Street Lights and Signs (C) Attached. M. 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. II. Street and Storm Drain Facilities A. The Developer(s) agree to install or to cause to have installed, the street, storm drainage, street lighting, street name sign and other community facilities improvements shown as "current improvements" on the attached Exhibits B, B 1, and C. B. As shown below in the "Summary of Cost for Street and Storm Drain Facilities", the Developer shall fund its share of "current improvements" and shall pay to the City for its share of the cost of street, storm drainage, street lighting, street name signs as shown on the attached Exhibits B, Bl, and C. The estimated total cost of current improvements and related support services specified in this agreement, including design, construction and inspection is estimated to S 628,619.56 PVH4Cformal CFA 3 SUMMARY OF COST Parkview Hills Addition Ph 4 Sec C Item Developer City Cost Total Cost Cost A. Construction $ - 1. Streets $376,789.35 $ 376,789.35 2. Storm Drainage $195,441.00 $ 195,441.00 3. Street Lights $33,000.00 $ 33,000.00 4. Street Name Signs $500.00 $ 500.00 B. Engineering Design $ - C. Construction Engineering and Management by DOE 4°/0 $ 22,889.21 1 $ 22,889.21 TOTALS $ 628,619.56 $ - $ 628,619.56 Notes: 1. All Preliminary Plats filed after July 2000 will require sidewalks on all streets. The developer is responsible for installation of sidewalk and a separate financial guarantee is required in the form of a bond or check for the cost of the sidewalk. 2. Developer's column for Item C represents four percent (4%) cost for construction inspection fees and materials testing. The City will pay additional inspection fee over 4%. 3. City not preparing plans and specifications. v,zzi, t I c, Y ?,jTW PVH4Cformal CFA 4 47Y C' :�LS 1i1:1J�r' 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 triplicate, at Fort Worth, Texas this the loth day of March , 2005. Approval Recommended: Transportation and Public Works Department e�5 Robert 600de, P. E. Director Ci of Fo orth NO M&C REQUIRED Marc 4tt IV Assistant City Manager ATTEST: ry\ Marty Hendrix City Secretary Approve as to Form: r r Assistant y orney ATTEST: 4Baram O ER evelopment One, L.P Corporate Secretary Barham, President & Harris,.Inc. It's General Partner .. �J�_•1 -.� is� _ _' PVH4Cformal CFA 5 a_ Z O LO ~ O Q W U � I O Q o U NOON rlHM J 0 o >> I Z o /� o O W � �6 O �; dli �N�w W - — CRY U) 0 cn Wi z w Ld I Q o 2 o Y W 3 v Z 0'131.18 31S3HO O �v� ll NNN31O a v<v��0?�Q� N3 VH)4008 L QV c``5rP N33 OOOM U0 04 Q kUNVO M00V3N1 NOl p v, Z� MOOV3WNa `�) WS Q 1 X P _ 00Q 8 O v 630NVH `c ~ P 00 2 � = NOSN-H-59 SIT119 z J ...� = m NMOM8Mj NIF2g V z 0 U 3SIM H13S / 2Ct - O 1a380a - NVYVM08 ' C C NO n 0 �Ld ° w = 0 Z U QOZL U Z l Yi:J Q K -� an-lo 1V08 u RECEIVED E E U W ---1 r-I-- 103 II \\ LO —81ruz 164 65 66 1 67 68 1 69 1 70 I 71 I 72 1 \\ W O U I X101 ,ya!•.. Q •I''141,f.'�, ;i.i_x•i?:�Vita•. '�: 'pi•,�...,,r;•.r;•{ra:ym,..,� '{�, 100 I ti.:. 82 I 81 11 80 79 I 78 I 77 76 75 I \ 4 i O i t I 740L \ ' LtJ ~ VA (-) ::EU r \ 97 I I I I 1 92 \\ d 83 1 84 1 85 86 1 87 1 88 1 89 1 90 91 V) L. 95 <i•�;` A;,._.Sl n,-:' 1-:p•-_., ,�,a�;.,a �i•:�;::ie — T x.? 102 tot 00 99 1 98 1 97 1 95 1 95 1 14 HU \ \ 93 0- LLJ Ld r-- W I I I 0 91 103' 1 4 I 5 11 Y J i00E 107 08 1109 I 110I( 1 L)111 112 I O O a 89 Ld 1 i 88 01 �i 121 j 120 j I t9 l Ila f� �I 1 117 1 1 t6 1 114 1 �` \ 87 � a J OI I CIO —► m Q: / - — 85 I rj 122�1 3 ' 1 ! a Z / T7 1 129 1 ,25 1 127 1 1 O H / « V 1126 1 I28 1 129 1 130 1 U ; C•"` // I 4 L cep o I 64 -}� // d��J`JN1 p lY I a \\ c cq ^ I� LO 83 •,�-• —'.,.;...gip }`: 'al' // x 00 82 .+I;1 138 137 1361 135 1134 133 4 t32 `\ N V I \ v F' r Q J ly co i,n I I �© /�6/139/ / M 2 a'Jm C 2 I I� I W } �,', .. 143 ��/ \/140 45 m U o " // / 46 48 49 45 h'r` W W I� I � / I 44 43 1I IOLi O i 'r // 42 JC 11 Q 1 I e i 4/ Y �Iz73� Z.. / t l Lti UJ / / 7 \� U E 8 0 J*LOOD PLAIN PARCEL 1 // n•� - V) W D Z 2 103 ,III) iI 102 1 64 65 65 1 67 1 68 1 69 1 70 1 71 1 72 1 \\ I Q U _,0, uj 100 •.7 31o12LttY8 - \\\ Q ZI 82 1 81 1 80 1 79 1 78 1 77 1 76 1 75 1 3 99 1 1 1 1 1 1 1 1 747398 \ \\ I U97 \ I I I I I I I I I 92 \\ \�� S 83 1 84 1 85 1 86 1 87 1 88 1 89 190 I 91 1 \\ W ' 96 5 1 _ * „I3d0 d i _ \\ Q LL- 5 94 i 1 A VM \ \ Z 102 101 100 99 1 98 1 97 1 96 1 95 1 \ \ t I I I 94 I 11 93 O � I 03 I r I 'W I i t 04 105 106 1107 1108 f 109 "0 1 1 1 1 1 12 i W0 N 90 I 3 Sz - - M-Jg adl- ` /� 1a-f B92 I/� I 3 I - w _ 1..� —I i / I 121 1120 I tt9 I t,8 // BB I I I 1 tt71 ,1611t511141 87 — f 1 I I I713 \ J // / 85 I z 122 1 123 I 124 1 125 112fi I 1 I I I IS -6 1127 1 128 r 129 1 130 I // L _ _ — _ ^ IIZ Q B3 19 CO 04 � -�� ��� B2 13B 137 136 1 135 11333 II32 / m 't 4 04 oZ 131 I ^qr 3 / v 2 J o a X 139/140/1 /t ai "ago , / oma'' 1 c ---- \ - ,az L� 0 144 Ln 143 47�S�+dd,��d ,as 1x o Q 47 L ,T ? .. ELK 2 .�y \14, 49 II X1\1 IQ I 11.46 AI, PUBLIC PARI DEDICATION TOZ�tY `� 45 / ' (12 29 AC IN FLOODPLAIN) �\\\```T } �� 44 43 47 u I I I I l O p v )M 41 L •8 Q u x/00 1 I t J 1~z 5 \C u V z cn / / 7 N x E o // 8 0 a )NLOOD PLAIN PARCEL t V) W J `x X Z_ d W W — _103 lm , -f—r— -7717 m _ = s - ---� I I I I I I \ 1 IIII•I'J J 1 102 64 65 66 1 67 1 68 1 69 1 70 1 71 1 72 { \\� W Q U I 101 N _I_ 1\\�� ' Q 0 Ld too ' _ ss we boa \\ M I Z (n32 1 81 1 80 1 79 1 78 1 77 76 1 75 1 \\ >(n 'w O I 99 kp (f) I co u V)x L +I I II+ I I+I+ P —{1 7474 73 �\\ O v, \ I UI I 97 Q 1 1 1 I I 1 1 1 92 \\ W96 I 83 1 84 1 85 1 86 1 87 1 88 1 89 1 90 1 91 1 95 Y� M34�2L3L M 1 \\ r I ` _ Q 1 \ \�\ s 94 N 1 m S �8 d 2�d \ Z �02 101 100 99 98 1 97 1 9u 95 1 � I I I I I 94 93 93 \ \ m gy- - O -I�---{I` \ W ULIJ WOV) Q N I W® 91 t03 104 105 I (n h rl X o I { Z:2(n 106 1 107 1 108 1 109 1 110 I 111 112 I OVIX /y We i I i 90 –– `7 0777�jy 777jin–I C�V7 W W CL^ O 88 12 t((1120 I 1 19 I 1 18 1 1 17 1 116 I / Y7 I I I 1 115 /j 1 4 1 \ \ / / 87 I I I t 13 F \ J "W / � Of 123 1 124 1 I I I I z 2 H � ir p 85 122 { '6 0J 1125{ 126 1 127 I Z (n GJ 1 2 H a 1✓ 1 y7� 128 1 129 { 130 I O(n xx //e I z m(n L 84 0 C4 Q83 (n a //(�} LO Q z V' S „e do�d - IQ — 38 CO82 136I1135 34 133 t�- W)132 4 a-- N� 1 I Q O I 1 131 1 v4r 4 3 Q-- J =139 e-Jm O �G7 ILL 140 / / y o VJ ��. ' T'� C 141 / / (Q~ -�- �_ ��_ / 142 "'Q �(� .j. .� L \ CCC S 143 / / 0 D I I� F` �('0 /144 = 1455 /� SS L 47 C'j Ji 133, ELK 2 co `` \ / / 46 46 49 i11 I �Q 1 1.46 AC PU6_1' PARK DEE:ICATION fo Y �/ �� 45 1 1 I (12.29 AC IN FLOODPLAIN) T\ 44 43 w � 11 1111 O M ` � 47 41 �' / � v Q � � CL Qo / /iy lrj� 3 5 Sx� > u U (n / zmU) / U E V v1 W \� 9 U 1. , . COD PLAIN PARCEL 1 11II u V) I Z 03 II ! \\ Q Q ..I i;;I r) r''l i 702 I 64 65 66 67 6B I 69 70 71 72 �--�\\ 101 ——� — — �_I__J�L/ \ \\ V III 1� o�aura \ (D o o 100 I ZI B2 I 81 I 80 I 79 II711 I 77 I 76 99 II75 1 74 3 \\\\ \\ ' O 98 ` \ V) 97 �— 1 I I 1 1 1 92 \ B3 I 84 1 85 1 86 I 87 88 I 89 1 90 1 91 1 \ 969 6 (n i ► 9s - YO M3�Ad131YM - ! — — I 5 94 1 \� Z I 1 102 1 0 2I -10I 1 100 00 8 919 —19 I8+1�9O7 J_I196 I195 I 94 93 1 1 1 1 1 t 9 \\/ /l I U�y o 92 W m W9 103 104 0510607 11 108 11091 70I11 112 O 9IL O B9 10MOTpy- 9 o 1 W W 1201 Z/- 8 12111 I1171it6111s U11141 n1I� 7 / t13 J J / to J / I I S I I I O •�� 85 1 122 1 1231 124 1 125 1 1 1 Li.l // I J 1128 11127 1 128 1 129 1 130 1 — J—LJ I '_ J� 02 c: CN --- I Q B4 _10 am�O aNrJ -�VMy� J 3 U ofLil O J _S! .9 O Q\ ? 1 43 82 Z 138 ,37 136 11134 Z �/ m _ I 1133 1 132 4 1— \ � N� in l O l I 1 131 1 0 W ra �1 139 / _ I d- "m�o / 2u)` S1 140 N aJ0 13, C 141 U) IT 143 /144 1 LOW >> `d 1 // 47 3 I� . v •� � �\ // �e z 4 48 U� q LOT 133, BLK 2 ` 49 >\1 1 Iq L7.A6 NC: PUBLIC PARK DEDICATION TO�4LY / 45 CAI/ W — Y 11 1 I Iz I i 2.29 AC IN FLOODPLAIN) \ 44 43 O 11 2 4 + c 1 11I Io W O ' yl, 47 -j w 1 D 3 / JQ co v z 3 5 u m �J w I.- 1 \ I1 1 'LOOD PLAIN PARCEL 1 V) i z 103 1 1 1 1 1 1 1 \\ Ln ATP)1II1�J 1 102 1 64 65 66 1 67 1 68 1 69 170 1 71 1 72 1 \\ I O L Al1 n I I I 1 _1 o, ---1-49 _�_�Il�,\\ ad t cD U II T p _ 100 I 77 - F77', \\\ I V) ZI 82 I B1 1 00 I 79 70 I 77 I 76 I 75 I O 99 I I I —{I— }I }II(�II —1 74 73 \\\ 9897 \� - I - r I VI 1I I I 92 \ \\ 96 \,I� 185 1 86 1 87 1 88 1 89 1 90W1- UJ 0 (/195 I _ _ \ 5 94 1 � 1 \ \ \ Z I I 1 102 101 100 99 198 197 196 1 95 I \ \ `1 93 1I I1 1I 94 93 \ \ L.Lj 1 1 W® i i y1 103 104 105 106 111071 10811 1 1 1 1 112 rr nn 109 1 1 10 I I LL 90 =' OYB_I I 0 I � I —I V W �I �00 ,20 1 I I , �I ,2, n / 1 1I 1 11911 118 i 117 1 1161 1,5 1114 1 I 1 1 1 1113 86 122 1 I m 85 1 123 O I I I i 1124111251 126 I ). K B4 P y9y, 1--�T'28 1 129 1 1J0 �\ v o —Li moa ^ mea 02 130 1J7 136 T:, \ / I ,3a 1 133 1 132 \ / 4 a aj n 11 Q Qj 1 1 1 1 \ — Qap Q 131 V/ 139 ��� _ m 140 lal /tat o�c T ti ) 33 m II I I 143 b,a4��/ 37 �>/n,`` /,qa , W 0 47 \ / 11 48 LOT 133, BLv 2\\� - �. 46 AC PUBLIC PARt� `FDCATION TO�JLY 45 / Z W m Y 11 1,1 Iz I (12.29 AC IN F-'.IjDPLAIN) Tom\^// ti 44 43 1n 0 tny 114o I o o '�� hy\\ W i = 11W Ad W 4 FJ 7 Vl C7r:l C7 U' w V) 7 JS2�;Mru E 00o!r cn j LU LU t`= a-ztrx x aaaww 1 \ i1 \ )q-OOD PLAIN PARCEL 1 3. BID PROPOSAL FORM r PROJECT:Parkview Hills Addition,Phase 4C Fort Worth,Texas If Part B: Water,Sanitary Sewer and Storm Drainage Part C: Pavement IPLACE: James R.Harris Partners,L.L.C. This is not a public bid opening y 2929 West 5th Street,Suite A l Fort Worth,Texas 76107 { DATE: S TIME: TO: Barham and Harris Development One, L.P. The undersigned Bidder, having thoroughly examined the Contract Documents, including plans, special contract documents, the site of the project and understanding the amount of work to be done, and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment and material which is necessary to fully complete the work as provided in the Plans and Contract Documents and subject to the inspection and approval of the City of Fort Worth, Texas; and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the work within the time stated and for the following sums: i i I l f �1 ��� , J�i� Y'��Y�IYLJ I• P. ''ONTNI H, BFP-1 3. BID PROPOSAL FORM i PROPOSAL B: WATER,SANITARY SEWER AND STORM DRAINAGE ITEM APPROX. UNITS DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUAN. BID PRICES WRITTEN IN WORDS PRICE AMOUNT 200 3,385 L.F. 8-inch PVC Water Pipe(DR-14) including fittings,cleaning wyes and concrete blocking; Per Linear Foot: $ 19.00 $ 64,315.00 i 201 663 L.F. 10-inch PVC Water Pipe(DR-14) including fittings,cleaning wyes and concrete blocking; Per Linear Foot: $ 20.00 $ 13,260.00 i 202 6 EA. Standard Fire Hydrant,including 8"x6"tee,6"lead line and 6-inch Gate Valve;Per Each: $ 1,800.00 $ 10,800.00 203 9 EA. 8"Resilient-Seated Gate Valve including Cast Iron Box and Lid;Per Each: $ 650.00 $ 5,850.00 i 204 1 EA. 10"Resilient-Seated Gate Valve including Cast Iron Box and Lid; Per Each: $ 850.00 $ 850.00 205 1 EA. Plug 8"Water Pipe for future extension,including concrete blocking;Per Each: $ 50.00 $ 50.00 206 1 EA. Plug 10" Water Pipe for future extension, including concrete blocking;Per Each: $ 50.00 $ 50.00 207 1 EA. Remove plug and connect to existing 10"Water Line;Per Each: $ 200.00 $ 200.00 f 208 105 EA. 1" Water Service and Class'A'Meter Box;Per Each: $ 360.00 $ 37,800.00 209 10 C.Y. Crushed Limestone;Per Cubic Yard: $ 1.00 $ 10.00 210 20 L.F. Concrete Encasement;Per Linear Foot: $ 10.00 $ 200.00 SUBTOTAL PROPOSAL B(WATER): $ 133,385.00 I i BFP-2 3. BID PROPOSAL FORM f PROPOSAL B: WATER,SANITARY SEWER AND STORM DRAINAGE ITEM APPROX. UMTS DESCRIPTION OF ITEMS WITH UNIT TOTAL N0, QUAN. BID PRICES WRITTEN IN WORDS PRICE AMOUNT 300 4,201 L.F. 8-Inch PVC Sewer Pipe(SDR-35),(0'- 12'depth);Per Linear Foot: $ 20.00 $ 84 020.00 301 36 L.F. 8-Inch PVC Sewer Pipe(SDR-26),(0'- 12'depth);Per Linear Foot: $ 22.00 $ 792.00 302 100 L.F. 8-Inch Ductile Iron Sewer Pipe,Class 51 (0'-12'depth);Per Linear Foot: $ 23.50 $ 2,350.00 303 5 EA. Standard 4-Foot Diameter Manhole to 6-Foot Depth over Existing SS Main; Per Each: $ 1,900.00 $ 9,500.00 304 17 EA. Standard 4-Foot Diameter Manhole to 6-Foot Depth;Per Each: $ 1,200.00 $ 20,400.00 305 28 V.L.F. Additional Depth Over 6-Foot of j Standard 4-Foot Diameter Manhole; Per Vertical Linear Foot: $ 120.00 $ 3,360.00 306 59 EA. 4-Inch PVC Sanitary Sewer Service, (SDR35)Connect to New Sewer Line, short side;Per Each: $ 350.00 $ 20,650.00 307 45 EA. 4-Inch PVC Sanitary Sewer Service, (SDR26)Connect to New Sewer Line long side;Per Each: $ 370.00 $ 16,650.00 1 308 4,337 L.F. Post-Construction Television Inspection of Sanitary Sewer Lines; Per Linear Foot: $ 1.00 $ 4,337.00 309 10 C.Y. Crushed Limestone,Per Cubic Yard: $ 1.00 $ 10.00 310 136 L.F. Cement Stabilized Backfill;Per Linear Foot: $ 10.00 $ 1,360.00 311 4,337 L.F. Trench Safety;Per Linear Foot: $ 1.00 $ 4,337.00 312 22 EA. Vacuum Testing of Sanitary Sewer Manholes;Per Each: $ 50.00 $ 1,100.00 SUBTOTAL PROPOSAL B(SEWER): $ 168,866.00 CIFY �� cQQ�HRUY BFP-3I. 3. BID PROPOSAL FORM l PROPOSAL B: WATER,SANITARY SEWER AND STORIM DRAINAGE ITEM APPROX. UMTS DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUAN. BID PRICES WRITTEN IN WORDS PRICE AMOUNT j 400 5 EA. Standard 10-Foot Curb Inlet; Per J Each: $ 1,800.00 $ 9,000.00 i 401 2 EA, Standard 15-Foot Curb Inlet; Per Each: $ 2,600.00 $ 5,200.00 402 1 EA. Standard 4-Foot Square Storm Drain Manhole;Per Each: $ 1,600.00 $ 1,600.00 I 403 451 L.F. 24-Inch Class III RCP including Excavation,Bedding and Backfill;Per f Linear Foot: $ 40.00 $ 18,040.00 404 300 L.F. 10'x 6'Reinforced Concrete Box Culvert including Excavation and Backfill; Per Linear Foot: $ 430.00 $ 129,000.00 405 4 EA. Flared Concrete Wingwalls for Box Culvert,including Excavation and Backfill;Per Linear Foot: $ 2,625.00 $ 10,500.00 406 3 EA. 24-Inch 4:1 Sloped Concrete Headwall with Stilling Basin;Per Each: $. 2,900.00 $ 8,700.00 407 1 EA. 24-Inch 4:1 Std.Sloped Concrete Headwall;Per Each: $ 2,200.00 $ 2,200.00 408 7 EA. Curb Inlet Sediment Filter,including _ Installation and Maintenance;Per $ 100.00 $ 700.00 Each: 409 150 L.F. 4-foot Wide Flume w/curbs;Per Linear Foot: $ 15.00 $ 2,250.00 410 12 S.Y. Type"A"Dry Rock Rip-Rap;Per Square Yard: $ 50.00 $ 600.00 411 96 S.Y. 12-Inch Thick Gabion Ditch Lining, Incl.Hardware;Per Square Yard: $ 75.00 $ 7,200.00 412 451 L.F. Trench Safety;Per Linear Foot: $ 1.00 $ 451.00 SUBTOTAL PROPOSAL B(STORM): $ 195,441.00 SUBTOTAL PROPOSAL B(WATER): $ 133,385.00 SUBTOTAL PROPOSAL B(SEWER): $ 168,866.00 TOTAL PROPOSAL B. $ , c` BFP-4u, .`t`"IaiU � ISS 3. BID PROPOSAL FORM PROPOSAL C: PAVEMENT ITEM APPROX. UNITS DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUAN. BID PRICES WRITTEN IN WORDS PRICE AMOUNT 500 14,398 S.Y. 6-Inch Concrete Pavement Including Reinforcing and Joints;Per Square Yard; $ 19.95 $ 287,240.10 501 15,391 S.Y. 6-Inch Lime Stabilized Subgrade;Per Square Yard: $ 1.75 $ 26,934.25 502 230 Ton Lime;Per Ton: $ 96.50 $ 22,195.00 503 8,120 L.F. 7-Inch Attached Concrete Curb;Per Linear Foot: $ 1.00 $ 8,120.00 504 130 L.F. Texas Classic Combination Railing (TXDOT Type C411) for Culvert;Per Linear Foot: $ 115.00 $ 14,950.00 505 300 L.F. Std,Metal Beam Guard Rail with Approach Section,Incl.All Fittings, Posts; Per Linear Foot: $ 50.00 $ 15,000.00 504 2 EA. Standard Dead End Barricade;Per $ 500.00 $ 1,000.00 Each: 505 3 EA. Std.Handicap Ramp;Per Each: $ 450.00 $ 1,350.00 506 6,296 S.F. 4-Inch Thick Concrete Sidewalk;Per Square Foot: $ 2.50 $ 15,740.00 TOTAL PROPOSAL C: $ 376,789.35 PROPOSAL SUMMARY TOTAL PROPOSAL B: $ 497,692.00 TOTAL PROPOSAL C: $ 376,789.35 GRAND TOTAL PROPOSAL B+C $ 874,481.35 (Utilities and Paving) BFP-5 3. BID PROPOSAL FORM(Cont.) All other items required by the plans to complete the project but not specifically listed in the proposal above shall be considered subsidiary and shall be included in the unit prices in the proposal. Within ten (10) days after acceptance of this Proposal, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The Bidder agrees to begin construction within ten 10 calendar days after issue of the work order, and to complete the contract within the calendar days below after beginning construction as set forth in the written work order to be furnished by the Owner. dThe undersigned agrees to complete the work as follows: To complete Proposal B: Water, Sanitary Sewer and Storm Drainage including manhole, inlet and valve adjustments and Proposal C: Pavement including anticipated delay days due to inclement weather or muddy ground conditions in first, calendar days. rI(we) acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration on preparation of the foregoing bid: Addendum No. 1 (Initials) Addendum No. 3 (Initials) Addendum No. 2(Initials) Addendum No.4(Initials) Respectfully submitted, Conatser Construction TX L.P. By: Title:,-'-President of Conatser Management Group,Inc., G.P. Address: 5327 Wichita Street P. O.Box 15804 Fort Worth,TX 76119 Telephone: 817.534.1743 (Seal) Date: 0 BFP-6 I. STREET LIGHT COST ESTIMATE QUANTITY UNIT COST TOTAL COST INTERSECTIONS 5 EA $ 2, 000 $10, 000 . 00 MID-BLOCK RESIDENTIAL 6 EA $ 2, 000 $12, 000 . 00 CHANGE OF DIRECTION RESIDENTIAL 4 EA $ 2, 000 $8, 000. 00 MID-BLOCK COLLECTOR 0 EA $ 2, 000 $0, 000 . 00 MID-BLOCK ARTERIAL PARKWAY 0 EA $ 2, 500 $0, 000 . 00 MID-BLOCK ARTERIAL MEDIAN 0 EA $ 2, 500 $0, 000 . 00 RELOCATE EXISTING LIGHT 0 EA $ 1, 500 $0, 000. 00 Subtotal $30 ,000 . 00 City' s Cost $00,000 . 00 Developer' s Subtotal $30,000 . 00 10% Contingencies $3,000.00 Project Total $33,000 . 00 Adjacent Developer's Cost $00,000.00 Developer's Cost $33,000 . 00 2% Inspection Fee $00,000.00 CFA CODE #2005008 (REVISED ON 02/17/2005) DEVELOPER' S COST: $33,000.00 PARKVIEW HILLS, PHASE IV-SECTION C February 1 , 2005 Fort Worth, Texas February 17, 2005 PAGE I OF Exhibit C II . STREET LIGHTS WORK DESCRIPTION: 1. The Developer shall provide for the installation of streetlights at the approximate locations shown in Exhibit "C", immediately after final acceptance of the street construction, in accordance with engineering plans and specifications approved by the Transportation and Public Works Department . 2 . Streetlights on residential and /or collector streets can be installed using overhead or underground conductors with the approval of the Director of Transportation and Public Works . 3 . The City will install all the streetlights that use overhead or underground conductors on residential, and collector streets. the developer agrees to pay the city the amount shown below prior to the City starting it' s design efforts. 4 . Streetlights on arterial streets shall be installed with underground conduit and conductors . 5 . The Developer agrees to dedicate all easements required for the installation and maintenance of the street lights and to provide for the installation of any electrical transformers required for the proper operation of the street lights 6. The estimated cost of this street light installation is detailed on page 1 of exhibit C and is summarized below, the street lights will remain the property of, and will be maintained by the City of Fort Worth. DEVELOPER' S COST: $33,000.00 PARKVIEW HILLS, PHASE IV-SECTION C February 1, 2005 FORT WORTH, TEXAS CFA CODE #2005008 (REVISED ON 02/17/2005) Page II of Exhibit C III. "STREETLIGHTS" INTERSECTIONS MEANDERING CREEK LN & MEANDERING CREEK CT 1 MEANDERING CREEK LN & BREEZE HOLLOW CT 1 MEANDERING CREEK LN & WATERVIEW CT 1 MEANDERING CREEK LN & BAYRIDGE CT 1 MEANDERING CREEK LN & PARKVIEW HILLS LN 1 MID-BLOCK MEANDERING CREEK CT 1 BREEZE HOLLOW CT 1 PARKVIEW HILLS LN 2 WATERVIEW CT 1 BAYRIDGE CT 1 CHANGE OF DIRECTIONS MEANDERING CREEK CT 1 BREEZE HOLLOW CT 1 WATERVIEW CT 1 BAYRIDGE CT 1 PARKVIEW HILLS, PHASE IV - SECTION C Page III of Exhibit C IV STREET NAME SIGNS 1. The City of Fort Worth will install the street name signs upon final approval of the street construction. The street name signs will remain the property of, and will be maintained by, the City of Fort Worth. 2. The Developer will pay for the street name sign installations required for this development to the extent of $100.00 per intersection. This unit cost will be revised annually by the Department of Transportation and Public Works to reflect prevailing costs of materials and labor. 3. This development creates the following five (5) intersections at a cost to the Developer of $500.00: Meandering Creek Lane & Bayridge Ct Meandering Creek Lane & Waterview Ct Meandering Creek Lane & Breeze Hollow Ct Meandering Creek Lane & Meandering Creek Ct Meandering Creek Lane & Parkview Hills Lane Parkview Hills Addition, Phase 4, Section C CFA code: 20050078 January 28, 2005