Loading...
HomeMy WebLinkAboutContract 34211COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No-8, 4A I WHEREAS, Hillwood RLD, L.P., hereinafter called "Developer", desires to make certain improvements to Creekwood Addition Phase 3. 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, Denton and Wise Counties, Texas, hereinafter called "City", to do certain work in connection with said improvements. 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: 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 and subsequently amended, is hereby incorporated into this Community Facilities Agreement as if copied 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. Developer acknowledges that there shall be no reduction in the amount of financial security prior to project completion and acceptance by the City. E. The Developer shall award all contracts for the construction of community facilities in accordance with Section II, paragraph 7 of the Policy. J);1' MOM Creekwood Addition Ph 3 /��,? o �.o F. G IM I. J K L. The contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section II, of the Policy. 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 iniuries, death or damages are caused, in whole or in Part, by the alleized negligence of the Citv of Fort Worth, its officers, servants, or employees. Developer shall install or adjust all of the required utilities to serve the development or to construct the improvements required herein. 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). 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). 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. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Creekwood Addition Ph 3 2 Developer required to a construct current and future improvements provided for in this agreement. M. 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. N. 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, B 1, 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 $1,006,525.20 Creekwood Addition Ph 3 3 SUMMARY OF COST Creekwood Addition Phase 3 Item Developer City Cost Total Cost Cost A. Construction $ - 1. Streets $431,025.10 $ - $431,025.10 2. Storm Drainage $453,810.00 $ - $453,810.00 3. Street Lights $67,600.00 $67,600.00 4. Street Name Signs 1,000.00 1,000.00 B. Engineering Design C. Construction Engineering and Management by DOE (4%) $35,393.40 $35,393.40 D. Materials Testing by DOE (2%) $17,696.70 $17,696.70 TOTALS $1,006,525.20I $ - $1,006,525.20I Notes: 1. All Preliminary Plats filed after July 2000 will require sidewalks on all streets. 2. Developer's column for Item C represents four percent (4%) cost for construction inspection fees. The City will pay additional inspection fee over 4%. 3. City not preparing plans and specifications. 4. Developer's column for Item D represents two percent (2%) of paving and storm drain costs for materials testing. Creekwood Addition Ph 3 4 IN TESTIMONY WHEREOF, the City of Fort Worth has caused this instrument to be executed in triplicate 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 day of , 2006. RECEIVED Approval Recommended: Pd0 M&C REQUIRED ATTEST: Marty Hendrix City Secretary Approve to Fo ista City Attor ATTEST: Corporate Secretary Creekwood Addition Ph 3 5 Transportation and Public Works Department Robert Goode, P. E. Director City o o h Marc Ott Assistant City Manager DEVELOPER Hillwood RLD, L.P. A;l1w0c,) C)per"'j,�'�'' A Texas limited partnership By: Hillwood Development Company, a Texas limited liability company, it's general partner By: Bkn arlock, Vice President y M OJECT 0. ------------- N1 RTHPA C V R CoLE =:k DtN=gt\job\ 013381\clv\ 3811cfo-reducedset.dgn CITY UAW ClTi,— — Em-c— Kwsvr A R. SAGINAW ftp "m LOCATION MAP CREEKWOOD ADDITION PHASE III 4�v NOT TO SCALE Carter Burgess CARTER & BURGESS, INC. 777 MAW STREET FORT WORTH, YX 76102 18171735-6000 PROJECT NO. 013381.030.1.0630 PACE 1 OF 7 PARCEL THREE ANNA S. LOLIGHRIDGE VOL. 10x37, PG. 1362 D. R. T. C. T. TE _.. i LEGEND PROP. 29' B/ B K1111A ROADWAY/ 50' ROW PROP. 4' S I DEWALK ......••"............•••••• (BY HOMEBUILDER) PROP. 4' S I DEWALK (BY DEVELOPER) LIMITS OF PROJECT - - - - - - - boD 44 YY ISAx +6 PARA SITE l" +7 I 16 +B I P'GE �0 I �^�-----j-- . /`tG Gtt� ;BLACK ASH; Dlft sxx ANENT1 CENTER ILL N SCALE= 1" = 300' STREETS EXHIBIT 'B' CREEKWOOD ADDITION PHASE III Carter Burgess CARTER & BURGESS, INC. 777 AWN STREET FORT WORTH, Tx 76102 IBM 735-60W PROJECT NO. 013381.030. 1.0630 dGN=91\Job\ 013381\clv\ 3811cfa-reducedset.dgn PAGE 4 OF 7 PARCEL THREE ANNA S. LOIIGHRIOGE VOL. 1D237, P6. 1362 0. R. T. C. T. 4' DROP INLET . M SSF 5 J 7 T I 1 6 ,3 1� IQ l+ 36" 17 IB IB �� 7 �f 6 B 6 2 \ V01) IS t + ._..1._ AN \ _...._ .._ ._:..._. 9 5 l+ +� 0O 38 Q 10( +0 79 i� 41 �IJ 30i 44 �. ti 16 0' 10' .t1M1 95 54X I 0 +6 PARK SITE 7 15 `297 33" 16 4' H ` 6' X4' RCB ER48 _ i 7 9950 6;,E /Ef•� l4 - '•� 1115' 11 51 PfVtuR - -:BLACK ASH DR V$ 2 O t 7 27 7 1 62X I ` " 1J 7 7 AYENIIY 252 / 4' MH CENTER P BOX CULVERT53 I 10 5 27" 6-8X4' 6 7 3J" 7" - ioX �:� .Yf'•• ``` �\PURL;C PARK SITE r LEGEND PROP. STORM DRAIN LINE % PROP, INLET PROP, MANHOLE ---� PROP. HEADWALL I; EXIST. STORM DRAIN LINE ______-_____= LIMITS OF PROJECT STORM DRAIN EXHIBIT 'B-1' CREEKWOOD ADDITION PHASE III Carter as Burgess CARTER & BURGESS, INC. 777 AWN STREET FORT WORTH, TX 76102 (8171 735-6000 PROJECT NO. 013381. 030. 1, 0630 MN=g1\Job\ 013381\clv\ 3811cfa-reducedset.dgn PAGE 5 OF 7 PARCEL THREE ANNA S. LOMMR IDGE VOL. 10237. PG. 1362 D. R. T. C. T. _.. I i F,, 5 F' 19' T T1 16 18 3 2 1 \ \DD .�.- _...._...____...._... ..... ._ . I � JB +S / 6 I s+x +6 PARR SITE 47 /6 +8 ' �/1------J-- /oc, GNAT -.B.ACK ASH DRIi+1,- 62% /•52 AMEN 177 /• /' �� `�^�T. 21 /\\ CENTER / / ' •�� 10% 1TE I �`PUDL IC PARRS _ .... _..... .............. � `. LEGEND 3ROP. SINGLE STREET LIGHT • :XIST. SINGLE STREET LIGHT o ON STEEL POLE WITH STREET :ND STOP SIGNS ATTACHED) 'ROP. STREET SIGN XIST. STREET SIGN L IMITS OF PROJECT N SCALEt 1" = 300' 4 STREET LIGHTS EXHIBIT 'C' CREEKWOOD ADDITION PHASE III Carter Burgess CARTER & BURGESS, INC. 777 AMw STREET FORT WORTH, Tx 76102 (917) 73S-6000 PROJECT NO. 013381.030. 1.0630 (TGN=g1\Job\ 013381\cIv\ 3811cfa-reducedsef.dgn PAGE 6 OF 7 FlnAP (10nlr4 d' f qU+ng ,IJnptvv��'s PART B —PROPOSAL (This Proposal must not be removed from this book of Contract Documents) TO: HILLWOOD RLD, L.P. PROPOSAL FOR: PROJECT NAME: CREEKWOOD ADDITION PHASE 3 WATER PROJECT NO. P164-060164015308 SEWER PROJECT NO. P174-070174013306 D.O.E. NO 4862 X NO.: 164 26 Includes the furnishing of all materials (except as specified to be furnishec by the City), equipment and labor for the installation of Street Improvements and all necessary appurte antes and incidental work to provide a complete and serviceable project designated as: Creekwood Addition Phase 3 Pursuant to the foregoing "Notice to Bidders," including plans, special contract documents, and the General Contract Documents and General Specifications for Water Department Projects, 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 except as specified to be furnished by the City, which is necessary to fully complete the inspection and approval of the Director of the City Water Department 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: (Furnish and install, including all appurtenant work, complete in place, the following items. D-No. refers to related items in Part D of the Special Conditions): N:VOB\0133811specs\013381.030.Pay.doc B-1 DESCRIPTION OF ITEMS SPEC PAY APPROXIMATE WITH BID PRICES WRITTEN IN UNIT AMOUNT ITEM ITEM QUANTITY WORDS PRICE BID PART A —STREETS 210 1 18,274 S.Y. 6" Lime Stabilized Subgrade (Includes Preparation of Subgrade), complete in place for the sum of One Dollar & Ninetv Cents per Square Yard $1.90 $34,720.60 212 2 274 TON Lime for Subgrade (30#/S.Y.)' complete in place for the sum of Ninety Eight Dollars & No Cents per Ton $98.00 $26,852.00 314 3 17,665 S.Y. 6", 3,000psi Reinforced Concrete Pavement (Includes Joint Sealer and 7" STD Attached Concrete Curb), complete in place for the sum of Eighteen Dollars & Ninety Cents per Sq. Yard $18.90 $333,868.50 4 174 L.F. Standard Concrete Street Header Complete in place for the sum of Six Dollars & No Cents per Linear Foot $6.00 $1,044.00 506 5 174 L.F. End -of -Road Barricades per Details, complete in place for the sum of Thirty Three Dollars & Cents per Linear Foot $33.00 $5,742.00 6 29 L.F. Remove and Haul Off Existing Street Barricade Twelve Dollars & No Cents per Linear Foot $12.00 $348.00 N;\10B\013381 \spccs1013381.030.1'ay.doc B-2 DESCRIPTION OF ITEMS SPEC PAY APPROXIMATE WITH BID PRICES WRITTEN IN UNIT AMOUNT ITEM ITEM QUANTITY WORDS PRICE BID 7 2,500 S.F. 4' x 4" Concrete Sidewalk Three Dollars & Seventv Five Cents per Square Foot $3.75 $9, 375.00 8 1 Ea. Barrier Free Ramps, complete in place for the sum of (To be separate contract with owner) Eight Hundred Fifty Dollars & No Cents per Each $850.00 $850.00 9 1 L.S. Storm Water Pollution Prevention Maintenance Two Thousand Dollars & No Cents per Lump Sum $2,000.00 $2,000.00 10 21 EA. Adjust Manholes Within Paving to Grade Two Hundred Twentv Five Dollars & No Cents per Each $225.00 $4,725.00 11 1 L.S. City Required Bonds (Payment, Performance, and Maintenance Bonds) Eleven Thousand Five Hundred Dollars & No Cents per Lump Sum $11,500.00 $11,500.00 TOTAL PART A — STREETS --- $431,025.10 City of Fort Worth requires a minimum of 30#/S.Y. The Paving Contractor will be responsible for a lime series test if directed by the City of Fort Worth Construction inspection Department. Owner shall be responsible for installation of all silt barriers, sediment traps, check dams, and seeding. The Earthwork contractor shall be responsible for the "Construction Entrance/Exit" installation. N:VOB\013381 \specs\013381.030.Pay.doc 13-3 If This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04(F) of the Texas Limited Sales, Excise and Use Tax Act. Taxes: All equipment and materials not consumed by or incorporated into the project construction, are subject to State sales taxes under House Bill 11, enacted August 15, 1991. The Contractor shall comply with City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in, INS employment practices. The undersigned agrees to complete all work covered bj these Contract Documents within calendar days from and after the date for commencing work, as set forth in the written Work Order to be issued by the Owner, and to pay not less than the "Prevailing Wage Rates for Streets, Drainage and Utility Construction," as established by the City of Fort Worth, Texas. er en fer the faithful r` , Tca("-N gr the a#aGhed BiddeF's Bond is to be forfeited iR nth tit liquidated thereby - (S E A L) If Bidder is Corporation Date Receipt is acknowledged of the following addenda: Addendum No. 1 Addendum No. 2 Addendum No. 3 N:V0B\013381 \specs\O 13381.030.Pay.doe Respectfully submitted, By: Address: P.O. BOX 957 t-hI6L;U, i X ibU34 B-4 -FA41 eorrrkiwt- a m ✓ S�rM .Arav>I � JA� errwit nOn� wl,�n PART B —PROPOSAL (This Proposal must not be removed from this book of Contract Documents) TO: HILLWOOD RESIDENTIAL SERVICES, L.P PROPOSAL FOR: PROJECT NAME: CREEKWOOD ADDITION PHASE 3 WATER PROJECT NO. P164-060164015308 SEWER PROJECT NO. P174-070174013306 D.O.E. NO. 4862 X NO.: 16426 Includes the furnishing of all materials (except as specified to be furnished by the City), equipment and labor for the installation of Water. Sanitary Sewer. and Storm Drain Improvements and all �'. necessary appurtenances and incidental work to provide a complete and serviceable project designated as: Creekwood Addition Phase 3 Pursuant to the foregoing "Notice to Bidders," including plans, special contract documents, and the General Contract Documents and General Specifications for Water Department Projects, 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 except as specified to be furnished by the City, which is necessary to fully complete the inspection and approval of the Director of the City Water Department 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: (Furnish and install, including all appurtenant work, complete in place, the following items. D-No. refers to related items in Part D of the Special Conditions): N:V0B\0133811specs\013381 030-UrlL.doc Page 1 I SPEC I PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM I ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID SECTION C - STORM DRAIN SYSTEM 440 1. 71 L.F. 21" Class III R.C. Pipe, Including Trench Excavation and Backfill, Complete in Place for the Sum of, Fortv Five Dollars & No Cents per Linear Foot $45.00 $3,195.00 440 2. 67 L.F. 24" Class III R.C. Pipe, Including Trench Excavation and Backfill, Complete in Place for the Sum of, Fifty Three Dollars & No Cents per Linear Foot $53.00 $3,551.00 440 3. 369 L.F. 30" Class III R.C. Pipe, Including Trench Excavation and Backfill, Complete in Place for the Sum of, Sixtv Five Dollars & No Cents per Linear Foot $65.00 $23,985.00 440 4, 532 L.F. 33" Class III R.C. Pipe Including Trench Excavation and Backfill, Complete in Place for the Sum of Seventv Eiqht Dollars & No Cents per Linear Foot $78.00 $41,49 6.00 440 5. 130 L.F. 36°'Class III R.C. Pipe Including Trench Excavation and Backfill, Complete in Place for the Sum of, Ninety Dollars & No Cents per Linear Foot $90.00 $11,700.00 6. 406 L.F. 42" Class III R.C. Pipe Including Trench Excavation and Backfill, Complete in Place for the Sum of, One Hundred Ten Dollars & No Cents per Linear Foot $110.00 $44,660.00 N:\J0B\0J338Rspccs\013381 030-UTll..doc Page 9 7-1 SPEC PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 7. 26 L.F. 48" Class III R.C. Pipe Including Trench Excavation and Backfill, Complete in Place for the Sum of, One Hundred Thirtv Five Dollars & No Cents per Linear Foot $135.00 $3,510.00 8. 229 L.F. 6' x 4' RBC (Precast), Complete in Place for the Sum of, Two Hundred Eiahtv Dollars & No Cents per Linear Foot $280.00 $64,120.00 9. 58 L.F. 6-8' x 4' MBC (Precast), Pipe Including Trench .Excavation and Backfill, Complete in Place for the Sum of, Two Thousand One Hundred Dollars & No Cents per Linear Foot $2,100.00 $121,800.00 525 10. 1,888 L.F. Trench Safety for the Sum of, One Dollars & No Cents Per Linear Foot $1.00 $1,888.00 11. 6 Ea. 15' Standard Curb Inlet, Complete in Place for the Sum of, Two Thousand Eiaht Hundred Fiftv Dollars & No ' Cents Each $2,850.00 $17,100.00 444 12. 6 Ea. 10' Standard Curb Inlet, Complete in Place for the Sum of, One Thousand Nine Hundred Fiftv Dollars & No Cents Each $1,950.00 $11,700.00 N:V0B\013381wpecs\013381 030-UTIL.doc Page 10 SPEC PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE 444 13. 1 Ea. Standard 4' Square Manhole, Complete in Place for the Sum of, One Thousand Dollars & Six Hundred No Cents Each $1,600.00 $1,600.00 14. 1 Ea. Standard 4' Square Manhole Riser, Complete in Place for the Sum of, One Thousand Two Hundred Dollars & No Cents Each $1,200.00 $1,200.00 444 15. 1 Ea. Standard 4' Square Drop Inlet, . Complete in Place for the Sum of, One Thousand Dollars & Eight Hundred No Cents Each $1,800.00 $1,800.00 444 16. 1 Ea. Standard 5' Square Manhole, Complete in Place for the Sum of, Two Thousand Dollars & No Cents Each $2,000.00 $2,000.00 410 17. 1 Ea. Type A Headwall for 6-8' x 4' Skewed MBC with Parallel Wingwalls, (See plans), Complete in place for the sum of, Eighteen Thousand Dollars & No Cents Each $18,000.00 $18,000.00 410 18. 1 Ea. Type A Headwall for 6-8' x 4' Skewed MBC with Modified Wingwalls, (See plans), Complete in place for the sum of, Eighteen Thousand Dollars & No Cents Each $18,000.00 $18,000.00 N:VOB\0133811specs\013381 030-UrlL.doc Page I 1 SPEC PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 410 19. 1 Ea. Type C Sloping Headwall for 6' x 4' RBC, Complete in place for the sum of, ' Four Thousand Dollars & No Cents Each $4,000.00 $4,000.00 410 20. 222 L.F. Pedestrian Rail (TxDOT PR2) Complete in place for the sum of, Fortv Five Dollars & No Cents per Linear Foot $45.00 $9,990.00 S.P. 21. 766 S.Y. Dry Rock Rubble Rip Rap, AASHTO Gradation Class "Facing" to be generated from onsite materials ® Complete in place for the Sum of, a Fiftv Dollars & ' No Cents per Square Yard $50.00 $38,300.00 S.P. 22. 227 S.Y. Dry Rock Rubble Rip Rap, AASHTO Gradation Class "Light", to be generated from onsite materials Complete in place for the Sum of, Fortv Five Dollars & No Cents Square Yard $45.00 $10,215.00 SECTION C - - - STORM DRAIN SYSTEM I $453,810.00 N:V0B\01338Npecs\013381 030-UTTL.doc Page 12 r, IJ�U 6 C :du i7 u s D :1 SUMMARY Section A - Water $ 188,251.90 Section B - Sanitary Sewer $ 323,129.25 Section C - Storm Drain $ 453,810.00 GRAND TOTAL $ 965,191.15 N:UOR\013381\spccs%013381 030-UTIL.doc Page 13 ,a?Ar r]��U�5R1,,UqY Va. :1 7 a 7 0 71 J 7 I I PART B- PROPOSAL (Cont.) 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 attached bid security, if required is to become the property of the Developer. The undersigned bidder certified that he has obtained at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The successful bidder shall be required to perform the work in accord with the following publications, both of which are incorporated herein and made a part hereof for all purposes: 1. The General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, which may be purchased from the Water Department 2. The Standard Specifications for Street and Storm Drain Construction which may be purchased from the Department of Transportation & Public Works. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction within 5 calendar days after issue of the work order, and to complete the contract within I0 working days after beginning construction as set forth in the written work order to be furnished by the Owner. (Complete A or B below, as applicable:) A. The principal place of business of our company is in the State of Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non resident bidders in the State of , our principal place of business, are not required to underbid resident bidders. XB. The principal place of business of our company or our parent company or majority owner is in the State of Texas. N:U0B10133811spccs\013381 030-UTIL.doc Page 14 71 i 0 I (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) (Seal) Date: .Zoo Co N:VOB\0133811sp=\013381 030-UTIL.doc Respectfully submitted, Leo) nsgr Co r " c >= o ,,(„ P. B Title// - L A�.o o j Pres1gy, t Address P a Box /sy� JCo r t GJo/' f 4, Tr 7G// q Telephone: P17-53V-/7M Page 15 L III STREETLIGHTS I. STREETLIGHTS COST ESTIMATE: QUANTITY UNIT COST TOTAL COST INTERSECTIONS 9 EA $ 2,600 $23,400.00 MID -BLOCK RESIDENTIAL 16 EA $ 2,600 $41,600.00 CHANGE OF DIRECTION RESIDENTIAL 1 EA $ 2,600 $2,600.00 MID -BLOCK COLLECTOR 0 EA $ 2,600 $00,000.00 MID -BLOCK ARTERIAL 0 EA $ 3,200 $00,000.00 MID -BLOCK ARTERIAL MEDIAN 0 EA $ 3,200 $00,000.00 RELOCATE EXISTING LIGHT 0 EA $ 1,650 $00,000.00 Subtotal $67,600.00 City's Cost $00,000.00 Developer's Subtotal $102,400.00 4% Inspection fee $0.00 Project Total $00,000.00 Adjacent Developer's Cost $00.000.00 Developer's Cost $67,600.00 DEVELOPERS COST: $67,600.00 CFA CODE # 2006106 Creekwood Addition, Phase III Fort Worth, Texas PAGE 1 OF EXHIBIT "C" August 28, 2006 II. STREETLIGHTS 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 of Fort Worth will install all the streetlights that use overhead or underground conductors on residential, and collector streets. The developer agrees to pay the City of Fort Worth the amount shown below prior to the City starting its design efforts, at the option of the developer and at their expense they may purchase the poles, fixtures, and mast arms from the City in order to assure compliance with city material standards 4. Street lights on arterial streets shall be installed with underground 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 operations of the street light system 6. The estimated cost of this streetlight installation is detailed on page (1) of exhibit "C and is summarized below. The streetlights will remain the property of, and will be maintained by the City of Fort Worth. DEVELOPERS COST: $67,600.00 August 28, 2006 CFA CODE # 2006106 Creekwood Addition, Phase III PAGE 2 OF EXHIBIT "C" III. STREETLIGHTS LOCATIONS: INTERSECTIONS: Timber Fall Tr & Darlington Tr 1 Timber Fall Tr & Hickory Upland Dr 1 Timber Fall Tr & Timber Fall Ct 1 Timber Fall Tr & Fallwood Tr 1 Darlington Tr & Mountain Cedar Dr 1 Darlington Tr & Black Sumac Dr 1 Mossy Oak Tr & Black Sumac Dr 1 Mossy Oak Tr & Mountain Cedar Dr 1 Mossy Oak Tr & Hickory Upland Dr 1 MID - BLOCK: Timber Fall Tr 5 Hickory Upland Dr 1 Mountain Cedar Dr 3 Black Sumac Dr 2 Mossy Oak Tr 2 Darlington Tr 3 CHANGE — OF — DIRECTION: Timber Fall Ct 1 CFA CODE # 2006106 Creekwood Addition, Phase III PAGE 3 OF EXHIBIT "C" IV STREET NAME SIGNS 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 ten (10) intersections at a cost to the Developer of $1,000.00: Timber Fall Tr & Darlington Tr Timber Fall Tr & Hickory Upland Dr Timber Fall Tr & Timber Fall Ct Timber Fall Tr & Fallwood Tr Darlington Tr & Mountain Cedar Dr Darlington Tr & Black Sumac Dr Mossy Oak Tr & Black Sumac Dr Mossy Oak Tr & Mountain Cedar Dr Mossy Oak Tr & Hickory Upland Dr Darlington Tr & Black Sumac Dr Note: Signs fabricated by TPW Traffice Services Sign Shop, then installed by private contractor; Identitec. Creekwood Addition, Phase III CFA code: 2006106 August 28, 2006