Loading...
HomeMy WebLinkAboutContract 36062 n COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No.c �Q� WHEREAS. Centreport Venture, Inc, hereinafter called "Developer", desires to make certain improvements to Centreport Area I Phase Il, 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. Centreport Phase II CFA 2007081 09 05 07 ' j a E. The Developer shall award all contracts for the construction of community facilities in accordance with Section 11, paragraph 7 of the Policy. F. The contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section II, of the Policy. G. 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 damames are caused, in whole or in part, by the alleged nealimence of the City of Fort Worth, its officers, servants, or employees. H. Developer shall install or adjust all of the required utilities to serve the development or to construct the improvements required herein. I. 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). J. 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). Centreport Phase It 2 CFA 2007081 09 05 07 e K. eveloper hereby releases and agrees to indemnify and hold the City armless for any inadequacies in the preliminary plans, specifications nd cost estimates supplied by the Developer for this contract. L. eveloper 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. 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 $ 1,911,486.09. Centreport Phase 11 3 CFA 2007081 09 05 07 SUMMARY OF COST CENTREPORT PHASE 2 Item Developer City Cost Total Cost Cost A. Construction $ - 1. Streets $1,209,711.20 $ 1,209,711.20 2. Storm Drainage $495,587.00 $ 495,587.00 3. Street Lights $102,400.00 $ 102,400.00 4. Street Name Signs $1,470.00 $ 1,470.00 B. Engineering Design $ - C. Construction Engineering and Management by DOE (4%) $ 68,211.93 $ 68,211.93 D. Materials Testing by DOE (2%) $ 34,105.96 $ 34,105.96 TOTALS $ 1,911,486.09 $ - $ 1,911,486.09 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. Centreport Phase 11 4 CFA 2007081 09 05 07 { 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, an aid D elo er ha executed this instrument in triplicate,at Fort Worth,Texas this the ay of 72007. Approval Recommended: Transportation and Public Works Department �i Robert Goodc, P. E. Director cityOL EiNOM&C REQUIRED Marc Ott Assistant City Manager J ATTEST- Marty Hendrix City Secret ar Apptov as to Form: �ss ist t ty Attorney ATTEST: DEVELOPER By. Corporate Secretary (�vJfD►� 11 �acec•.4c�%✓c. Y�C��icsj4¢vtf' Centreport llh-,iw 11 s RECEIVED CFA 2007081 � 3 09 05 07 . 7 PART B—PROPOSAL DEVELOPER AWARDED CONTRACTS This proposal must not be removed from this book of Contract Documents. TO: Centreport Venture Inc. PROPOSAL FOR: Centreport Phase II WATER PROJECT NO. P264-605150079383 SEWER PROJECT NO. P274-705130079383 FILE NO. W-1960 X NO. 20032 DOE NO. 5692 Includes the furnishing of all materials, except materials specified to be furnished by the City, equipment and labor for the installation of water, sanitary sewer, paving and drainage improvements and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: Centreport Phase II Pursuant to the foregoing 'Notice to Bidders', the undersigned Bidder, having thoroughly examined the Contract Documents, including plans, special contract documents, the General Contract Documents and General Specifications for Water Department Projects, the General Contract Documents and General specifications for Transportation and Public works Projects, the site of the project and understanding the amount of work to be done, and the I 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 work as provided in the Plans and Contract Documents and subject to the inspection and approval of the Director of the Department of Engineering 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: B-1 Updated 05/16/2005 UNIT I: WATER IMPROVEMENTS ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN PRICE AMOUNT _ WORDS (Furnish and install, including all appurtenant work, complete in place, the following items) (D-No. refers to related items in the Part D Special Conditions:) 1. 8-Inch Water Pipe*, See Sheet C3-1, D-52; Per Linear Foot: 520 L.F. Twenty-One Dollars And No Cents $21.00 $10,920.00 2. 12-Inch Water Pipe*, See Sheet C3- 1, D-52; Per Linear Foot: 4,194 L.F. Twenty-Seven Dollars And Fifty $27.50 $115,335.00 Cents 3. 16-Inch Water Pipe*, See Sheet C3- 1, D-52; Per Linear Foot: 2,737 L.F. Fifty-Six Dollars And No Cents $56.00 $153,272.00 4. 8-Inch Gate Valve w/Cast Iron Box and Lid, See Sheet C3-1, D-52; Per Each: 6 EA. Eight Hundred Fifty Dollars And No $850.00 $5,100.00 Cents 5. 12-Inch Gate Valve w/Cast Iron Box and Lid, See Sheet C3-1, D-52; Per Each: 12 EA. One Thousand Five Hundred Dollars $1,500.00 $18,000.00 And No Cents 6. 16-Inch Gate Valve w/Vault, See Sheet C3-1, D-52; Per Each: 8 EA. Six Thousand Five Hundred Dollars $6,500.00 $52,000.00 And No Cents 7. Cast Iron/Ductile Iron Fittings including plugs, See Sheet C3-1, D- 52; Per Ton: 17.09 TON Two Thousand Eight Hundred Fifty $2,850.00 $48,706.50 Dollars And No Cents B-2 Updated 05/16/2005 8. Standard Fire Hydrant Assembly including gate valves &tees at Y-6" Bury Depth, See Sheet C3-1; Per Each: 13 EA. Three Thousand Two Hundred Dollars $3,200.00 $41,600.00 And No Cents 9. Relocate Ex. Fire Hydrant including gate valves &tees at Y-6"Bury Depth, See Sheet C3-1, D-29;Per Each: 1 EA. Three Thousand Two Hundred Dollars $3,200.00 $3,200.00 And No Cents 10. 1"Air Release Valves; See Sheet C3- 1, Per Each: 1 EA. Two Thousand Six Hundred Dollars $2,600.00 $2,600.00 And No Cents 11. 12"x 8" Tapping Sleeve and Valve; See Sheet C3-1, Per Each: 1 EA. Four Thousand Seven Hundred Fifty $4,750.00 $4,750.00 Dollars And No Cents 12. 24"x 16" Tapping Sleeve and Valve; See Sheet C3-1, D-52; Per Each: 1 EA. Eleven Thousand Five Hundred $11,500.00 $11,500.00 Dollars And No Cents 13. Connect to Existing Water Line, See Sheet C3-1; Per Each: 5 EA. One Thousand Dollars $1,000.00 $5,000.00 And No Cents 14. Trench Safety System, See Sheet C3- 1, D-24; Per Linear Foot: 7,451 L.F. No Dollars And Fifty Cents $0.50 $3,725.50 TOTAL AMOUNT BID UNIT I: WATER $475,709.00 *Type of Pipe Used PVC DR-14 4,714 LF DI Class 51 2,737 LF B-3 Updated 05/16/2005 UNIT II: SANITARY SEWER IMPROVEMENTS ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN PRICE AMOUNT WORDS (Furnish and install, including all appurtenant work, complete in place, the following items) (D-No. refers to related items in the Part D Special Conditions:) 1. 8-Inch SDR-35 P.V.C. Sanitary Sewer Pipe*, Variable Trench Depth, See Sheet C4.1; Per Linear Foot: 1,549 L.F. Thirty Dollars And Fifty Cents $30.50 $47,244.50 2. 8-Inch SDR-26 P.V.C. Sanitary Sewer Pipe*, Variable Trench Depth, See Sheet C4.1;Per Linear Foot: 2,793 L.F. Thirty-One Dollars And Fifty Cents $31.50 $87,979.50 3. 10-Inch SDR-26 P.V.C. Sanitary Sewer Pipe*, Variable Trench Depth, See Sheet C4.1; Per Linear Foot: 1,495 L.F. Thirty-Three Dollars And Fifty $33.50 $50,082.50 Cents 4. Standard 4-Foot Diameter Manhole, All Depths, See Sheet C4.1, D-27; Per Each: 16 EA Three Thousand Seven Hundred $3,700.00 $59,200.00 Dollars And No Cents 5. Standard 5-Foot Diameter Manhole, All Depths, See Sheet C4.1, D-27; Per Each: 1 EA Six Thousand Dollars And No $6,000.00 $6,000.00 Cents 6. 8" Plug, See Sheet C4.1, D-29; Per Each: 19 EA Thirty-Five Dollars And No Cents $35.00 $665.00 B-4 Updated 05/16/2005 7. Connect to Existing SS Line, See Sheet C4.1; Per Each: 3 EA. One Thousand Dollars And No $1,000.00 $3,000.00 Cents 8. Cement Stabilized Backfill, See Sheet C4.1, D-49; Per Linear Foot: 394 L.F. Thirty Dollars And No Cents $30.00 $11,820.00 9. Clay Dam, See Sheet C4.1, D-50; Per Each: 12 EA. Five Hundred Dollars And No $500.00 $6,000.00 Cents 10. Post-Construction Television Inspection of Sanitary Sewer Lines, See Sheet C4.1, D-38; Per Linear Foot: 5837 L.F. One Dollar And No Cents $1.00 $5,837.00 IL Trench Safety System, See Sheet C4.1, D-24; Per Linear Foot: 5837 L.F. One Dollar And No Cents $1.00 $5,837.00 Additional Trench Excavation (10'- 12. 12'), See Sheet C4.1, D-24; Per Linear Foot: 1351 L.F. Two Dollars And Twenty Cents $2.20 $2,972.20 Additional Trench Excavation (12'- 13. 14'), See Sheet C4.1, D-24; Per Linear Foot: 131 L.F. Four Dollars And Forty Cents $4.40 $576.40 TOTAL AMOUNT BID UNIT II: SEWER $287,214.10 * Type of Pipe Used: PVC Pipe (SDR-35) 1,549 LF PVC Pipe (SDR-26) 4,288 LF B-5 Updated 05/16/2005 UNIT III: STORM DRAIN IMPROVEMENTS ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN PRICE AMOUNT WORDS (Furnish and install, including all appurtenant work, complete in place, the following items) (D-No. refers to related items in the Part D Special Conditions:) 1. Install: 18"Class III R.C.P., See Sheets C 13.1-C 13.8; Per Linear Foot: 152 L.F. Forty-Five Dollars And No Cents $45.00 $6,840.00 2. Install: 2 1" Class III R.C.P., See Sheets C 13.1-C 13.8; Per Linear Foot: 189 L.F. Fifty-One Dollars And No Cents $51.00 $9,639.00 3. Install: 24" Class III R.C.P., See Sheets C13.1-C13.8; Per Linear Foot: 95 L.F. Fifty-Eight Dollars And No Cents $58.00 $5,510.00 4. Install: 33"Class III R.C.P., See Sheets C 13.1-C 13.8; Per Linear Foot: 120 L.F. Eighty-Six Dollars And No Cents $86.00 $10,320.00 5. Install: 36" Class III R.C.P., See Sheets C 13.1-C 13.8; Per Linear Foot: 665 L.F. Ninety-Eight Dollars And No Cents $98.00 $65,170.00 6. Install: 39" Class III R.C.P., See Sheets C 13.1-C 13.8; Per Linear Foot: 11 L.F. One Hundred Sixteen Dollars And $116,00 $1,276.00 No Cents 7. Install: 42" Class III R.C.P., See Sheets C 13.1-C 13.8; Per Linear Foot: 381 L.F. One Hundred Thirty Four Dollars $134.00 $51,054.00 And No Cents 8. Install: 45" Class III R.C.P., See Sheets C 13.1-C 13.8; Per Linear Foot: 310 L.F. One Hundred Forty Four Dollars $144.00 $44,640.00 And No Cents B-6 Updated 0511612005 9. Install: 48" Class III R.C.P., See Sheets C 13.1-C 13.8; Per Linear Foot: 117 L.F. One Hundred Thirty One Dollars $131.00 $15,327.00 And No Cents 10. Install: 54" Class III R.C.P., See Sheets C13.1-C13.8; Per Linear Foot: 75 L.F. One Hundred Fifty Eight Dollars $158.00 $11,850.00 And No Cents 11. Install: 5'x4' Class III R.C.B., See Sheets C 13.1-C 13.8; Per Linear Foot: 270 L.F. One Hundred Sixty Three Dollars $163.00 $44,010.00 And No Cents 12. Install: Double 9'x4' Class III R.C.B., See Sheets C13.1-C13.8; Per Linear Foot: 36 L.F. Six Hundred Ninety Dollars $690.00 $24,840.00 And No Cents 13. Standard 10' Curb Inlet, See Sheets C13.1-C13.8; Per Each: 6 EA Two Thousand Three Hundred Fifty $2,350.00 $14,100.00 Dollars And No Cents 14. Standard 15' Curb Inlet, See Sheets C13.1-C13.8; Per Each: 4 EA Three Thousand One Hundred Fifty $3,150.00 $12,600.00 Dollars And No Cents 15. Standard 5' Drop Inlet with Concrete Apron, See Sheets C 13.1-C 13.8; Per Linear Foot: 2 EA Two Thousand Fifty Dollars And No $2,050.00 $4,100.00 Cents 16. 33" Plug, See Sheets C 13.1-C 13.8; Per Each: 3 EA One Hundred Sixty Dollars $160.00 $480.00 And No Cents 17. 36"Plug, See Sheets C13.1-C13.8; Per Each: 1 EA One Hundred Eighty Dollars $180.00 $180.00 And No Cents B-7 Updated 05/16/2005 18. 48" Plug, See Sheets C13.1-C13.8; Per Each: 1 EA Two Hundred Twenty Five Dollars $225.00 $225.00 And No Cents 19. 54"Plug, See Sheets C 13.1-C 13.8; Per Each: 1 EA Two Hundred Sixty Five Dollars $265.00 $265.00 And No Cents 20. Convert Existing 5'x5' Drop Inlet into Storm Manhole, See Sheets C13.1-C13.8; Per Each: 1 EA Seven Thousand Five Hundred $7,500.00 $7,500.00 Dollars And No Cents 21. Connect to Existing Storm Drain, See Sheets C 13.1-C 13.8; Per Each 4 EA One Thousand Five Hundred Dollars $1,500.00 $6,000.00 And No Cents 22. 18" Headwall, See Sheets C13.1- C13.8; Per Each: 1 EA. One Thousand Seven Hundred Fifty $1,750.00 $1,750.00 Dollars And No Cents 23. 2 1" Headwall, See Sheets C13.1- C 13.8; Per Each: 2 EA. One Thousand Eight Hundred Fifty $1,850.00 $3,700.00 Dollars And No Cents 24. 24"Headwall, See Sheets C13.1- C13.8; Per Each: 1 EA. One Thousand Nine Hundred Fifty $1,950.00 $1,950.00 Dollars And No Cents 25, 48" Headwall, See Sheets C 13.1- C 13.8; Per Each: 1 EA. Three Thousand Six Hundred Dollars $3,600.00 $3,600.00 And No Cents 26. 54" Headwall, See Sheets C13.1- C 13.8; Per Each: 1 EA. Four Thousand Dollars And No $4,000.00 $4,000.00 Cents B-8 Updated 05/16/2005 27. 5'x4' Headwall, See Sheets C13.1- C 13.8;Per Each: 4 EA. Nine Thousand Five Hundred Dollars $9,500.00 $38,000.00 And No Cents 28. Double 9'x4' Headwall, See Sheets C 13.1-C 13.8; Per Each: 2 EA. Twenty Three Thousand Eight $23,835.00 $47.670.00 Hundred Thirty Five Dollars And No Cents 29. 7" - 24" Rock Rip Rap, including 2' Excavation, See Sheets C 13.1-C 13.8; Per Square Yard: 378 S.Y. Sixty-Five Dollars $65.00 $24,570.00 And No Cents 30. 54" Bore, See Sheets C 13.1-C 13.8; Per Linear Foot: 40 L.F. Eight Hundred Dollars And No Cents $800.00 $32,000.00 31. Trench Safety System(Deeper than 5 feet), See Sheets C 13.1-C 13.8, D-24; Per Linear Foot: 2421 L.F. One Dollar And No Cents $1.00 $2,421.00 TOTAL AMOUNT BID UNIT III: STORM DRAIN $495,587.00 B-9 Updated 05/16/2005 UNIT IV: PAVING IMPROVEMENTS ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN PRICE AMOUNT WORDS (Furnish and install, including all appurtenant work, complete in place, the following items) (D-No. refers]to related items in the Part D Special Conditions:) 1. 6" Reinforced Concrete Pavement, See Sheets C 12.1-C 12.11 and Sheets C 14.1-C 14.5; Per Square Yard: 179 S.Y. Thirty-Five Dollars And No Cents $35.00 $6,265.00 2. 7.5" Reinforced Concrete Pavement w/7" Curb, See Sheets C 12.1- C 12.11 and Sheets C 14.1-C 14.5; Per Square Yard: 4,097 S.Y. Thirty Dollars And No Cents $30.00 $122,910.00 3. 9" Reinforced Concrete Pavement w/7" Curb, See Sheets C12.1- C 12.11 and Sheets C 14.1-C 14.5; Per Square Yard: 28,615 S.Y. Thirty-One Dollars And Fifty Cents $31.50 $901,372.50 4. 6" Moisturized and Compacted Lime Subgrade, See Sheets C12.1- C 12.11 and Sheets C 14.1-C 14.5; Per Square Yard: 35,522 S.Y. One Dollar And Sixty Cents $1.60 $56,835.20 5. Hydrated Lime, See Sheets C 12.1- C12.11 and Sheets C14.1-C14.5; Per Ton: 533 Ton Ninety-Five Dollars And No Cents $95.00 $50,635.00 6. Pavement Header, See Sheets C 12.1-C 12.11 and Sheets C 14.1- C 14.5; Per Linear Foot 103 L.F. Ten Dollars And No Cents $10.00 $1030.00 B-10 Updated 05/16/2005 7. Std. 6"Reinforced Concrete Barrier Free Ramp, See Sheets C12.1- C12.11 and Sheets C14.1-C14.5; Per Each: 26 EA. Six Hundred Dollars And No Cents $600.00 $15,600.00 8. 4-Inch Thick Reinforced Concrete Sidewalk, See Sheets C 12.1-C 12.11 and Sheets C14.1-C14.5; Per Square Yard: 213 S.Y. Thirty-Two Dollars And No Cents $32.00 $6,816.00 9. Street Barricade, See Sheets C12.1- C 12.11 and Sheets C 14.1-C 14.5; Per Each: 3 Ea. Five Hundred Dollars And No $500.00 $1,500.00 Cents 10. Bomanite Concrete, See Sheets C12.1-C12.11 and Sheets C14.1- C 14.5; Per Square Yard: 533 S.Y. Seventy Dollars And No Cents $70.00 $37,310.00 11. Non-Reflective Traffic Buttons, See Sheets C 12.1-C 12.11 and Sheets C 14.1-C 14.5; Per Each: 1,210 Ea. Two Dollars And Twenty Five $2.25 $2,722.50 Cents 12 Reflective Traffic Buttons, See Sheets C 12.1-C 12.11 and Sheets C 14.1-C 14.5; Per Each 305 Ea. Three Dollars And No Cents $3.00 $915.00 13. Right Turn Only Pavement Markings, See Sheets C 12.1-C 12.11 and Sheets C14.1-C14.5; Per Each: 2 Ea. Three Hundred Dollars And No $300.00 $600.00 Cents 14. Connect to Existing Pavement Header, See Sheets C 12.1-C 12.11 and Sheets C14.1-C14.5; Per Each: 4 Ea. Three Hundred Dollars And No $300.00 $1,200.00 Cents B-11 Updated 05/16/2005 15. Stop Sign and Bar, See Sheets C12.1-C12.11 and Sheets C14.I- C 14.5; Per Each: 8 Ea. Five Hundred Dollars $500.00 $4,000.00 And No Cents TOTAL AMOUNT BID UNIT IV: PAVING $1,209,711.20 IMPROVEMENTS TOTAL AMOUNT BID WATER $475,709.00 TOTAL AMOUNT BID SEWER $287,214.10 TOTAL AMOUNT BID STORM DRAIN $495,587.00 TOTAL AMOUNT BID PAVING $1,209,711.20 GRAND TOTAL AMOUNT BID $2,468,221.30 B-12 Updated 05/16/2005 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 calendar days after issue of the work order, and to complete the contract within _ 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. B-13 Updated 05/16/2005 f X B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. 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. I (Initials) Addendum No. 3 (Initials) Addendum No. 2 (Initials) Addendum No. 4 (Initials) Respectfully submitted, } Mario SY4 a So xcavatin Inc. itl r. S\inn . nt A �ress 10950 Research Road Frisco, TX 75034 Telephone: (214) 387-3900 (Seal) Date: July 31, 2007 1 B-14 Updated 05/16/2005 a k" III STREETLIGHTS I. STREETLIGHTS COST ESTIMATE: QUANTITY UNIT COST TOTAL COST INTERSECTIONS 0 EA $ 2,600 $00,000.00 MID-BLOCK RESIDENTIAL 0 EA $ 2,600 $00,000.00 CHANGE OF DIRECTION RESIDENTIAL 0 EA $ 2,600 $00,000.00 MID-BLOCK COLLECTOR 0 EA $ 2,600 $00,000.00 MID-BLOCK ARTERIAL 32 EA $ 3,200 $102,400.00 MID-BLOCK ARTERIAL MEDIAN 0 EA $ 3,200 $00,000.00 RELOCATE EXISTING LIGHT 0 EA $ 1,650 $00,000.00 Subtotal $00,000.00 City's Cost $00,000.00 Developer's Subtotal $102,400.00 4% Inspection fee $0,000.00 Project Total $00,000.00 Adjacent Developer's Cost $00.000.00 Developer's Cost $102,400.00 DEVELOPERS COST: $102,400.00 CFA CODE # 2007081 Centreport Area 1, Phase It Fort Worth,Texas August 21, 2007 PAGE 1 OF EXHIBIT "C" f 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: $102,400.00 August 21, 2007 CFA CODE # 2007081 Centreport Area 1, Phase II PAGE 2 OF EXHIBIT . III. STREETLIGHTS LOCATIONS: MID-BLOCK ARTERIAL: Soverign Rd & Hwy 360 1 Soverign Rd & Reggis Dr 1 Soverign Rd & Centreport Blvd 2 Centreport Blvd 13 Reggis Dr 5 Soverign Rd 10 CFA CODE # 2007081 Centreport Area 1, Phase II PAGE 3 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 $245.00 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 six (6) intersections at a cost to the Developer of$1,470.00: Sovereign Rd & Hwy 360 Sovereign Rd & Reggis Dr Sovereign Rd & Centreport Blvd Centre Station Dr & Hwy 360 Centre Station Dr & Reggis Dr Centre Station Dr & Centreport Blvd Centreport Area I, Phase II CFA code: 2007081 August 21, 2007 LLJ BF�� 3 i w J y � j CITY SH SH CIF F� N FAA BLVD w PROJECT i KOEN SITE SGVE EIGN Ld LIMIT C3 w o Zce Y d 3 f- J p i TRINITY B . % L w z r Z p W 2 VILLA E WAY S\P�� FERR S POST OAK RAILTRAN J LIMIT �tTY FORT PR`�NGt�N £o 7D ��ll LOCATION MAP 1 l TS FORT WORTH MAPSCO 56Q � m L-u � � = m c Z j 1 , =zZZ cw w Q � = w o � � z � z w W N a LL- W O Q (.D a Z v+ LJ r w TH CENTR�pORT 13 VD (No13 R 13OUNn1 � Ss (SO�f $1,VD, I - I I 0 0 z 14 w U 0 3AI2/Q SIJ`JJ2I n n p W o z W 0 ELI) w n a p ,�rnrn W �n�nn „ Z f/ \ o,�aa J ���•\ In Ln Q N o ¢a a ro 0 0 r - a a m 0 z m m r ' aj m W lam' Z oCL o � m 0 W -I- U Z J Z Z ?< J � Q Cm U CL C p V V LI) V 2 CL ' cr- cV 1 gLVD STOP t it BLVn N cc_ Q u � ¢I m m V Z QmW W W d J Lo V 1-0 z U Lu �� Z m.. Q � X o aye CO) W LU O J—aS 3NI I17 cc, U t rl � o 0-Iwo 0 � j j � V VIA ZLo CO Cm ma4�v�i� Q (i � `r � �� s a s Zd—aS lb'7 ld—aS IV-7 0. _ _ L �_ u � O cj:� Q 3 Z W z Ci:: Lv C�- W 4 Q cr- cr- Z a LIJ _ �_ Q Q � � � � Lu r� U L'i �- ZW Q � rcnU) � W o w Q � F— F— Z Lv o J Q ct� CC U� U� Q �I� 1 O W F ZW (NDR�x B0UNO r CENTREpORT gLVD d DDU BIND ND) DSO UT CENTREPDRT r r� _ ct :�j Q I Z � J CcZ W / O Z �- c C) W W k- Q ZW Q � ZW Q O J o J W Q W DW OW ti L� v Z L-i W z Q Z � Z � i( vn v-) Ln Ln F- anruo srooiu o O T W o 11 w w Z Q Z LLI > ��o o �mm // LU f i✓ o J - \ .�.�. m�Q[Vw x Q d< W o aZ m 0 CASE NUMBERt FP-007-050 PRELIMINARY PLAT CASE NUMBER: PP-06-022 FINAL PLAT LOT 1, BLOCK 106, LOT 1, BLOCK 107 CENTREPQRT BEING 41. 269 ACRES LOCATED IN THE VINCENT J. HUTTON SURVEY, ABSTRACT NO. 681 AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS. PATE ENGINEERS 8150 BROOKRIVER DRIVE, SUITE S-700, DALLAS, TEXAS 75247 TEL: (214)357-2981 FAX (214) 357-2985 JOB NO. 093200202 SHEET 1 OF 2 DATE: JUNE, 2007 THIS PLAT IS FILED IN CABINET SLIDE DATE: