Loading...
HomeMy WebLinkAboutContract 31441 r COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No..,-3) ) rf 1 WHEREAS, Centex Homes, a Nevada General Partnership, hereinafter called "Developer", desires to make certain improvements to Harriett Creek Ranch, Phase IV, D.O.E. #4681 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 Centex Homes Real Estate Corporation, A Nevada Corporation its duly authorized Managing�Partner, and acting through Bred Pedigo, its duly authorized Vice President, 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. 03-02-05A08 : 11 RCVD '� !'�,�s'�l10? hw''Ci New CFA 4% and Utilities 02 02 05.doc 1 ((11II1I771I i�r:�; iRUI R LS, �Ui •M,.��vY YY� Y� D. The Developer shall award all contracts for the construction of community facilities in accordance with Section II, paragraph 7 of the Policy. E. The contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section H, 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 damazes are caused, in whole or in part, by the alleged ne�ziiKence 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). New CFA 4% and Utilities 12 27 04.doc 2 - 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 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, BI, 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 $1,491,129.20. �� New CFA 4% and Utilities 12 27 04 3 SUMMARY OF COST Harriet Creek Ranch Phase IV Item Developer City Cost Total Cost Cost A. Construction $ - 1. Streets $609,932.60 $ 609,932.60 2. Storm Drainage $771,922.40 $ 771,922.40 3. Street Lights $52,800.00 $ 52,800.00 4. Street Name Signs $1,200.00 $ 1,200.00 B. Engineering Design $ - C. Construction Engineering and Mana ement b DOE (4%) $ 55,274.20 55,274.20 TOTALS $ 1,491,129.20 $ — 7- $ 1,491,129.20 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. 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 day of 200 Approval Recommended: Transportation and Public Works Department I ef/"� Rob rt Goode, P. E. Director r„ Cit Fo V�.� h E Marc Ott Assistant City Manager ATTEST: New CFA 4% and Utilities 12 27 04.doc 4 DEVELOPER Marty Hen ix Centex Homes City Secretary A Nevada General Partnership By: Centex Homes Real Estate Corp. Approved as to Form: A Nevada Corporation Managing Partner By:_ /l/V4 Assistant City Attorney Bret Ped' o, Vice President ATTEST: Corporate Secretary Contract Author. izatio-., Date New CFA 4% and Utilities 02 02 05.doc 5 Aa N N N o o � z m m m Q M W G o�c 8 03AI333a Z W oVIL OF w �rsFNi LLJ U "' ti ' o z Z 1 ' W Y crg f fir . F- V O = y Z � CL fWQJy N rW cn b W b f� O xt 4d" 17 ''' ''' Q H P- '0 30NV8 S 08 ( O o z J 9sr� e o U z o � s H O< O N I I I I v� m16 Z LU w w o I o w ca vs s m m � Z - LU z OA u N`d7 ~ W w V Cp J Al J ) dM a CTHOTI VJt'f131Cicib'S ^ r z w ` c� J x— Y0 ' J 0 J tr J W = O ma 30 LU 3tr O mm WJ WW T- Q3 SQ M ` I \, mO 0— 0 C Il u I Ln N, Nm NJ LL w } v Q 'T v>I Li I LU O N ` s ¢ 3 O W V) C 2 C0 F- C) -- i OQ �0 O} O} :2m0 �[n 0:10 0-m � CLT CL J N to L N Z p . _ . o Ln I J r♦� � p N O S MLI W n O N s U S h e n + a ry + e N w a ry J k a. h� (1 W - ^ O w 3 w S w A W 4 ti N ...-•.3,7t'baai J H p ...- C.7 � H 2 n n n w cc � N P zo [I'D S avrA -x*.')vll',nG(lvs co +�A6 " S N _. . •'La i4• X n f3 a n o In a w 1 t n Q w w c LLI ^ � w Z �, s QC) LLJ Q U cr J Q g c c h IQ QI,QO M o m F- O 0 a H N s 0 J Z Q LL r " n Z Q W V) 0 a In V) jPJ..:A ?C LL LL N W 0 0 0LLI —J 7 N - V) Q g eco iso I o LU = *• =s U 7 7p, T--17 Lu C/_ W W a 3 HNYI MO oHOd n s c ti i a �= N h � 9 N 0 N � h o �—{ a - 19 .� W m m a Q N 3y dar O N v) a e ,CtlM isuotu(JNIM L_� 7' UVOTI MIMIKICKrys f?Y m s is • O t Gl Ar- =:w -moo J I_w J V)= 4 F- w=a ` 0 LU w�-~ — Z �—�- z c� z w M F-3 a (D 0 Ld V) V) LLJ HARIQ 34TS000M w J Z F- O W Lu -10 C, F- w M 'a w ^ n -I J 0 Z�In w M � r _ .� to N w O N O V) 1 V)V) 'S'yA.s O —Z o O — n CL w—Q d w _1 n� PART B - PROPOSAL This proposal must not be removed from this book of Contract Documents. TO: CENTEX HOMES Fort Worth,Texas DEVELOPER DECEMBER 2004 c/o CARTER & BURGESS, INC. PROPOSAL FOR: STREET IMPROVEMENTS FOR HARRIENT CREEK RANCH, PHASE IV DEPARTMENT OF ENGINEERING NO. 4681 Includes the furnishing of all materials, except materials specified to be furnished by the City, equipment and labor for the installation of street improvement and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: ii Pursuant to the foregoing 'Notice to Bidders', the undersigned Bidder, having thoroughly examined the Contract Documents, 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 i 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 work as provided in the Plans and Contract Documents and subject to the inspection and approval of the Director of the City Engineering 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: ! SPECPAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID b STREE 1,MP,,ROVEMENTS r 210 .1. 30,717 S.Y. 6" Lime Stabilized Subgrade (Includes Preparation of Subgrade), complete in place for the sum of i One Dollar& { Five Cents per Square Yard $1.05 $32,252.85 I i � WIP]1 1111 % N:UOB\013488\Spec\013488.00A.doc P-2 i SPEC PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID , 212 2.7", 461 Tons Lime for Subgrade (30#/S.Y.) complete in place for the sum of 1 Eighty-Seven Dollars & Zero Cents per Ton $87.00 $40,107.00 li314 :�Z3:7 29,785 S.Y. 6" Reinforced Concrete Pavement r (Includes Joint Sealer, and 7"STD Attached Concrete Curb), complete in place for the sum of Seventeen Dollars & Fifeteen Cents per Square Yard $17.15 $510,812.75 4. 24 EA. ADA Sidewalk Ramps, complete in place for the sum of Five Hundred Dollars & Zero Cents per Each $500.00 $12,000.00 1 5. 2,420 S.F. 4' Sidewalks, complete in place for the sum of i Three Dollars & Zero Cents per Square Foot $3.00 $7,260.00 5 EA. End of Road Barricade, complete in place for the sum of One Thousand r Five Hundred Dollars & l Zero Cents per Each $1,500.00 $7,500.00 1 N:U0B1013488\Spec\013488.00A.doc P-3 SPEC PAY APPROXIMATEDESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 1 L.S. Payment, Performance and Maintenance Bonds Eight Thousand - Five Hundred Dollars & Zero Cents per Lump Sum $8,500.00 $8,500.00 TOTAL STREET IMPROVEMENTS -- $618,432.60 — City of Fort Worth requires a minimum of 30#/S.Y. The Paving Contractor will be responsible for a lime series test as directed by the City of Fort Worth Construction Inspection Department. &OD 43 (aT, T a. M � i ; l 1�JU N:\JOB10134881Spec1013488.00A.doc P-4 1. PART B - PROPOSAL (Cont.) 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 attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the j f contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certified that he has been furnished 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 I. 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. a 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 I 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. yThe Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete the contract within 45 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 V by state law. A copy of the statute is attached. �i Non resident bidders in the State of , our principal place of business, are not required to underbid resident bidders. _ B. The principal place of business of our company or our parent company or Ir majority owner is in the State of Texas. i �1 Ij N:\JOB\013488\Spec\013488.00A.doc P-5 1 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) Respectfully submitted, i ��•V[o Co NT2�►�rIJJCx� �1.1C. By: l12A L 91�,IrH. Tit e PRG-SIErsNT Address zoo 5_ k{QLEN i I'=ORr Woerµ 'Tex A5 i Telephone: 917 735— I 1�00 (Seal) _12 ag,o Date: I � 1 N:UOB\013488\Spec\013488.00A.doc P-6 i i { SPEC PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID SECTION C- STORM DRAIN SYSTEM 440 1. 286 L.F. 8'x 5' R.C. Box Culvert Including 402 Trench Excavation and Backfill, complete in place for the sum of Two Hundred Seventy-Eight Dollars & r No Cents per Linear Foot $278.00 $79,508.00 440 2. 25 L.F. 7'x 5' R.C. Box Culvert Including 402 Trench Excavation and Backfiil, ' complete in place for the sum of Two Hundred Sixty One Dollars & No Cents per Linear Foot $261.00 $6,525.00 440 3. 558 L.F. 7' x 4' R.C. Box Culvert Including 402 Trench Excavation and Backfill, complete in place for the sum of Two Hundred Thirty-Nine Dollars & No Cents per Linear Foot $239.00 $133,362.00 440 4. 225 L.F. 6' x 4' R.C.Box Culvert Including 402 Trench Excavation and Backfill, complete in place for the sum of Two Hundred Two Dollars & No Cents per Linear Foot $202.00 $45,450.00 013488.00B.doc P-11 L � �(:i,1 jti SPECPAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 440 5. 275 L.F. 66" Class III R.C. Pipe Including 402 Trench Excavation and Backfill, complete in place for the sum of i Two Hundred Five Dollars & No Cents per Linear Foot $205.00 $56,375.00 440 6. 270 L.F. 60"Class 111 R.C. Pipe Including C 402 Trench Excavation and Backfill, } complete in place for the sum of ` One Hundred Sixty-Nine Dollars& i No Cents ver Linear Foot $169.00 $45,630.00 I 1440 7. 599 L.F. 54' Class III R.C. Pipe Including 402 Trench Excavation and Backfill, } complete in place for the sum of One Hundred , Forty-Four Dollars & No Cents per Linear Foot $144.00 $86,256.00 440 8. 678 L.F. 48" Class 111 R.C. Pipe Including 402 Trench Excavation and Backfill, complete in place for the sum of One Hundred Eleven Dollars & No Cents per Linear Foot 1 $111.00 1 $75,258.00 i 013488.00B.doc P-12 SPEC PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT REM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 440 9. 487 L.F. 42"Class III R.C. Pipe Including 402 Trench Excavation and Backfill, complete in place for the sum of i i i Ninety-Four Dollars 8 i No Cents per Linear Foot $94.00 $45,778.00 440 10. 583 L.F. 36"Class III R.C. Pipe Including 402 Trench Excavation and Backfill, t complete in place for the sum of Seventy-One e Dollars & No Cents per Linear Foot $71.00 $41,393.00 440 11. 3'(� 128 L.F. 30" Class III R.C. Pipe Including i 402 Trench Excavation and Backfill, ` complete in place for the sum of i Fifty-Five Dollars & No Cents per Linear Foot $55.00 $7,040.00 440 12. 204 L.F. 27"Class III R.C. Pipe Including 402 Trench Excavation and Backfill, complete in place for the sum of Forty-Eight Dollars & No Cents per Linear Foot $48.00 $9,792.00 a , 0134WDOB.doc P-13 L - -- SPEC PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 440 13. 895 L.F. 24" Class III R.C. Pipe Including 402 Trench Excavation and Backfill, ' complete in place for the sum of FocbtTwo Dollars & No Cents per Linear Foot $42.00 $37,590.00 440 14. 366 L.F. 21" Class III R.C. Pipe, including 402 trench excavation and backfill, [ complete in place for the sum of 1 Thirty-Seven Dollars & No Cents Der Linear Foot $37.00 $13,542.00 444 15. 16 Ea. 10' Standard Curb Inlet, complete in 1 place for the sum of I I Two Thousand Dollars & No Cents per Each $2,000.00 $32,000.00 jR 444 16. 6 Ea. 15'Standard Curb Inlet, complete in place for the sum of Two Thousand t Eight Hundred Dollars & ` No Cents per Each $2,800.00 $16,800.00 444 17. 1 Ea. 4' Square Standard Drop Inlet, complete in place for the sum of Two Thousand Four Hundred Dollars & ` No Cents per Each $2,400.00 $2,400.00 i 0134W.006.doc P-14 t. n U �qn SPEC PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 410 18. 1 Ea. 6' Square Storm Drain Manhole, Icomplete in place for the sum of [ Three Thousand Dollars & R No Cents per Each $3,000.00 $3,000.00 410 19. 4 Ea. 5' Square Storm Drain Manhole, complete in place for the sum of Two Thousand Six Hundred Dollars R INo Cents per Each $2,600.00 $10,400.00 410 20. 1 Ea. 7' Square Storm Drain Manhole, complete in place for the sum of Three Thousand Four Hundred Dollars & No Cents per Each $3,400.00 $3,400.00 410 21. 2 Ea. Manhole Riser, complete in place for the sum of Seven Hundred Fifty Dollars & No Cents per Each $750.00 $1,500.00 410 22. 1 Ea. 54' R.C. Pipe Sloping Headwall, complete in place for the sum of f Three Thousand ' One Hundred Dollars & No Cents per Each $3,100.00 $3,100.00 0134M.00B.doc P-15 SPEC PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT - AMOUNT ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 410 23. 1 Ea. 30"R.C. Pipe Sloping Headwall, complete in place for the sum of One Thousand Seven Hundred Dollars & No Cents per Each $1,700.00 $1,700.00 410 24. 3 Ea. 24' R.C. Pipe Sloping Headwall, complete in place for the sum of One Thousand Five Hundred Dollars & No Cents per Each $1,500.00 $4,500.00 410 25. 122 S.Y. Rock Rubble Rip Rap, complete in i place for the sum of I Thirt/Eight Dollars & No Cents per Square Yard $38.00 $4,636.00 26. 1 EA. Field Connection to Existing 8'x 6' R.C. B., complete in place for the sum of Five Hundred Dollars & No Cents per Each $500.00 $500.00 27. 1 EA. Field Connection to Existing 48' RCP, complete in place for the sum of Two Hundred i Forty_ Dollars& No Cents per Each $240.00 $240.00 I 013488.008.doc P-16 i '� SPEC PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 525 28. 5,579 L.F. Trench Safety No Dollar& SiLdy Cents.per Linear Foot $0.60 $3,347.40 II29. 1 L.S_ Storm Water Management Nine Hundred Dollars & No Cents Ler LumpSum $900.00 $900.00 P SECTION C --- STORM DRAIN SYSTEM: $771,922.40 SUMMARY Section A Water System $ 292.258.40 Section B Sanitary Sewer System $ 285,300.00 Section C Storm Drain System $ 771.922.40 Total Amount of Bid $ 51.349.480.8 � r i 1`J rr,� 47' 7 Gip �i,fG�a 013488-0oa.doc P'1� CA �,KI�UpD i�X1':`:'1!': Is PART B - PROPOSAL(Cont.) 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 attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certified that he has been furnished 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 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 p Y 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 10 calendar days after issue of the work order, and to complete the contract within 65 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. X B. The principal place of business of our company or our parent company or majority owner is.in the State of Texas. M3488.00B.doc P-18 t 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) r Addendum No. 2 (initials) Addendum No. 4 (Initials) 1 Respectfully submitted, l Burnsco Construction, Inc. By: Title President i Address f Burnsco Construction, Inc. 4200 S. Hulen St. Suite 513 Fort Worth, Texas 76109 y Telephone: 817-738=3200 I i (Seal) Date: I P-18 013488.008.doc I. STREET LIGHT COST ESTIMATE QUANTITY UNIT COST TOTAL COST INTERSECTIONS 10 EA $ 2, 000 $20, 000 . 00 MID-BLOCK RESIDENTIAL 12 EA $ 2, 000 $24, 000 . 00 CHANGE OF DIRECTION RESIDENTIAL 2 EA $ 2, 000 $4, 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 $48 ,000.00 City's Cost $00,000.00 Developer's Subtotal $48,000.00 10% Contingencies $4,800.00 Project Total $52,800.00 Adjacent Developer' s Cost $00,000 .00 Developer's Cost $52,800 .00 2% Inspection Fee $00,000.00 CFA CODE #2004173 DEVELOPER' S COST: #52,800.00 HARRIET CREEK RANCH, PHASE IV January 31, 2005 Fort Worth, Texas February 1, 2005 PAGE I OF Exhibit C w n 19 IN U611 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: $52,800.00 HARRIET CREEK RANCH, PHASE IV January 31, 2005 FORT WORTH, TEXAS CFA CODE #2004173 Page II of Exhibit C V�VlL�i4j�'C'1', III . "STREETLIGHTS" INTERSECTIONS SHASTA VIEW DR & WINDTHORST WAY 1 WOODHAVEN WAY & WINDTHORST WAY 1 KITTREDGE WAY & WINDTHORST WAY 1 J. CHESHIER RD & WINDTHORST WAY 1 WOLFRIDGE LANE & WINDTHORST WAY 1 WOLFRIDGE LANE & WOODSIDE DR 1 WOLFRIDGE LANE & THORNTREE IN 1 FORD OAKS LANE & WOODHAVEN WAY 1 FORD OAKS LANE & KITTREDGE WAY 1 FORD OAKS LANE & J.CHESHIER RD 1 MID- BLOCK WOLFRIDGE LANE 3 SHASTA VIEW DR 3 WODHAVEN WAY 2 KITTREDGE WAY 2 J. CHESHIER RD 2 CHANGE OF DIRECTIONS WOODSIDE DR 1 SHASTA VIEW DR 1 HARRIET CREEK RANCH, PHASE IV Page I I I of Exhibit C pw 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 twelve (12) intersections at a cost to the Developer of$1,200.00: Woodside Dr & Wolfridge Lane Thorntree Lane & Wolfridge Lane Windthorst Way & Wolfridge Lane Windthorst Way & J Cheshier Rd Windthorst Way & Kittredge Way Windthorst Way & Woodhaven Way Windthorst Way & Shasta View Dr Windthorst Way & Fleetwing Way Ford Oaks Lane & J Cheshier Rd Ford Oaks Lane & Kittredge Way Ford Oaks Lane & Woodhaven Way Ford Oaks Lane & Shasta View Dr Harriet Creek Ranch, Phase IV CFA code: 2004173 January 7, 2005