Loading...
HomeMy WebLinkAboutContract 42572 r COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TAR.RANT § Contract No. WHEREAS,the undersigned"Developer"desires to make certain improvements(refer to the name of the project at the bottom of the page)an addition to the City of Fort Worth, Texas; and WHEREAS,the said Developer has requested the City of Fort Worth, a home-rule municipal corporation situated in Tarrant, Denton,Parker,and Wise Counties,Texas,hereinafter called"City".to do certain work in connection with said improvements. Developer Information: Developer Company Name: Hillwood Monterra,L.P. Authorized Signatory: Joe Schneider Title: Vice-President,Land Development Project Name: Monterra Village Phase 2(TPw) Project Location: Monterra Boulevard South of North Tarrant Parkway Additional Streets: Plat Case No.: FP-011-025 Plat Name: Monterra By Hillwood Mapsco: 35-G Council District: 2 City Project No: 01792 To be completed by staff Received by: Date: CFA: 2011-046 DOE: 6735 i-! NOW, THEREFORE, KNOW ALL BY THESE PRESENTS: d For and in consideration of the covenants and conditions contained herein,the City and the Developer do hereby agree as follows: 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 from time to time via a Mayor and Council Communication adopted by the City Council of the City of Fort Worth, is hereby incorporated into this Community Facilities Agreement ("CFA") as if copied herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. B. Developer shall provide financial security in conformance with paragraph 6, Section II, of the Policy and recognizes that there shall be no reduction in the collateral until the Project has been completed and the City has officially accepted the infrastructure. Developer further acknowledges that said process requires the contractor to submit an Affidavit of Bills paid signed by its contractor and Consent of Surety signed by its surety to ensure the contractor has paid the sub-contractor and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full for all the services provided under this contract. C. Developer agrees to cause the construction of the improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City-approved construction plans, specifications and cost estimates provided for the Project and the exhibits attached hereto. D. The following checked exhibits are made a part hereof: Water (Al„.., Sewer (A-1) , Paving (B) Storm Drain (B-1) Vii, Street Lights& Signs(C) E. The Developer shall award all contracts for the construction of community facilities in accordance with Section II, paragraph 7 of the Policy and the contracts for the construction of the public infrastructure shall be administered in conformance with paragraph S, Section II, of the Policy. F. For all infrastructure included in this Agreement for which the Developer Combined CFA final Sept 12,2008 2 awards construction contract(s), Developer agrees to the following: i. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to meet City's requirements for being insured, licensed and bonded to do work in public streets and/or prequalified to perform water/waste water construction as the case may be. ii. To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent (100%) of the contract price of the infrastructure, and a maintenance bond in the name of the City for one hundred percent (100/0) of the contract price of the infrastructure for a period of two (Z) years insuring the maintenance and repair of the constructed infrastructure during the term of the maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253, Texas Government Code. iii. To require the contractor(s) it hires to perform the construction work contemplated herein to provide insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer-awarded infrastructure construction contracts. The City shall be named as additional insured on all insurance required by said documents and same will be evidenced on the ACORD Certificate of Insurance supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours notice to the City's Construction Services Division of intent to commence construction so that City inspection personnel will be available; and to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces, and not to install or relocate any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. v. To require its contractor to have fully executed contract documents submitted to the City to schedule a Pre-Construction Meeting. The submittal should occur no less than 10 working days prior to the desired 3 date of the meeting. No construction will commence without a City- issued Notice to Proceed to the Developer's contractor. vi. To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. G. Developer agrees to provide, at its expense, all engineering drawings and documents necessary to construct the improvements required by this Agreement. H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the improvements required herein. I. 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. J. Developer hereby releases and agrees to indemnify, defend and hold the City harmless for any inadequacies in the preliminary plans, specifications and cost estimates supplied by the Developer for this Agreement. K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer and required for the construction of the current and future improvements provided for by this Agreement. L. 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 whale or in part, big the alle ed ne li ence of the Ci ? o Fort Worth, its officers, servants, or employees. Combined CFA final Sept 12,2008 4 A Developer will further require its contractors to indemnify, defend and hold harmless the City, its officers, agents and employees from and against any and all claims, suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from, or in any way connected with, the construction of the infrastructure contemplated herein, whether or not such injuries, death or dams es are caused in whole or in..P_arts,. by the allezed nejel&ence of the City of Fort Worth its o fflcers servants or em to ees. Further, Developer will require its contractors to indemnify, and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and construct the improvements in a good and workmanlike manner, free from defects, in conformance with the Policy, and in accordance with all plans and specifications and shall cause to be executed and delivered to the City an indemnity agreement from such contractors on a form to be promulgated by the City. N. Upon completion of all work associated with the construction of the infrastructure and improvements, Developer will assign to the City a non- exclusive right to enforce the contracts entered into by the Developer with its contractor along with an assignment of all warranties given by the contractor, whether express or implied. Further, Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. o. Inspection and material testing fees are required as follows: i. Developer shall pay in cash water and wastewater inspection fees and material testing fees equal to two percent (2%) for a total of 4% of the developer's share of the total construction cost as stated in the construction contract. ii. Developer shall pay in cash paving and storm drain inspection fees equal to four percent ON and material testing fees equal to two percent (2%) for a total of 6% of the developer's share of the total construction cost as stated in the construction contract. iii. Developer shall pay in cash the total cost of streetlights or if the city is 5 not installing the streetlights, inspection fees equal to four percent (4%) of the developer's share of the streetlight construction cost as stated in the construction contract. iv. Developer shall pay in cash the total cost of street signs. P. COMPLETION WITHIN 2 YEARS i. The City's obligation to participate (exclusive of front foot charges) in the cost of the community facilities shall terminate if the facilities are not completed within two (2) years; provided, however, if construction of the community facilities has started within the two year period, the developer may request that the CFA be extended for one year. If the community facilities are not completed within such extension period, there will be no further obligation of the City to participate. City participation in a CFA shall be subject to the availability of City funds and approval by the Fort worth City Council. ii. Nothing contained herein is intended to limit the Developer's obligations under the Policy, this Agreement, its financial guarantee, its agreement with its contractor or other related agreements. iii. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the construction of the community facilities if at the end of two (2) years from the date of this Agreement the community facilities have not been completed and accepted. iv. The City may utilize the Developer's financial guarantee to cause the completion of the construction of the community facilities or to cause the payment of costs for construction of same before the expiration of two (2) years if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction, the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement. Combined CFA final Sept 12,2008 6 Cost Summary Sheet Project Name: Monterra Village Phase 2(TPW) CFA No.: 2011-046 DOE No.:6735 An Engineer's Estimate of Probable Cost is acceptable. However, the construction contract price will ultimately determine the amount of CFA fees and financial guarantee. The bid price and any additional CFA payments will be required prior to scheduling a pre-construction meeting. An itemized estimate corresponding to each project-specific exhibit is required to support the following information. E. TPW Inspection Fee(4%) $ 517.12 F. TPW Material Testing(2%) $ 258.56 G. Street Light Inspsection Cost $ 139-60 H. Street Signs Installation Cost $ _ Sub-Total for TPW Construction Fees $ 915.28 Total Construction Fees: $ 915.28 Choke Financial Guarantee Options,,choose one Amount ck one Bond=100% $ 243,540.00 Completion Agreement=100%/Holds Plat $ 243,540.00 Cash Escrow Water/Sanitary Sewer-125% $ _ Cash Escrow Pain /Storm Drain r-125% $ 304,800.00 Letter of Credit=125%w/2yr expiration period $ 304,800.00 7 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 quadruplicate,at Fort Worth,Texas this day of N '' 20 • CITY OF FORT WORTH-Recommended by: Water Department Transportation & Public Works Department Wendy Chi-Babulal,EMBA,P.E. (-00-j Development Engineering Manager Dougl W Wiersig, P.E. Director Approved as to Form &Legality: Approved by City Manager's office Fernando Costa Douglas W Black Assistant City Manager Assistant City Attorney von r �.�► ATTEST: 0o �► 0 Iwo e d Marty Hendrix 0� 0 City Secretary 00 as NO M& iJID 0000000° 4/ so— ATTEST HLL WOOD Monterra, L.P., a Texas limited partnership `'�'i- By: Hillwood Alliance Management, L.P., g ,i ature a Texas limited partnership, its general partner (Print)Name: Joe C. Schneider By: Hillwood Alliance GP, LLC, a Texas limited liability company, its general partner L. ussell fWAhrin Y f it-Senior Vice President { s ..y. ., r...• . r i •'F f .f`rte.�i.+ w A Y i Combined CFA final Sept 12,2008 8 Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment X Location Map ❑ Exhibit A: Water Improvements ❑ Water Estimate ❑ Exhibit A-1: Sewer Improvements F-1 Sewer Estimate X Exhibit B: Paving Improvements X Paving Estimate X Exhibit B-1: Storm Drain Improvements X Storm Drain Estimate X Exhibit C: Street Lights and Signs Improvements X Street Lights and Signs Estimate (Remainder of Page Intentionally Left Blank) 9 N TA RRA N T PKIlY �S� M0N TERRA BL VD �► 287 BASSWOOD BLVD 0 35W D KITES TERN CE-N TEA? BL VD. SCALE: N.T.S. DRAW RGH VICINITY MAP Bury+Partners DATE: 10/10/11 MONTE R RA PHASE II BY HILLWOOD 5310 Harvest Hill Road, Suite 100 SHEET v0. CITY OF FT. WO RTH Dallas, Texas 75230 X TAR RANT COUNTY, TEXAS Tel. (972)$91-0011 Fix (972)891-0278 E TBPE Registration Number F-1048 MAPSCO GRID 35G COUNCIL DISTRICT j Bury+Partners—UFW, Inc.C)Copyright 2011 f:\0108004-30001\ccdd\exnibits\public exhibits\108004pub—exh.dwq ct Oct 10, 2011 — 03:31 PM CV 0 0 0 o . CONNECT TO EXISTING\ SIDEWALK ° �J .•.. 4 a REMOVE 120 LF • •.r..• .. 4 OF EXISTING CURB 3 0"R \ 100 LF EXISTING SIDEWALK TO BE REMOVED & DISPOSED ' CONTRACTOR TO RAISE Z-' EXISTING WATER VALVE BOXES TO PROPOSED -' GRADES AS NEEDED CONNECT TO EXISTING SIDEWALK S Cf r r� t 1 i 0 10 0 30 40 1 1„—201 SCALE: 1"=20' EXHIBIT B DRAWN: RGH PUBLIC PAVING u + artners DATES 0914/11 IMP ROVEMENTS 5310 Harvest Hill goad' Suite 104 SHEET NO, Dallas. Texas 75230 MONTE R RA PHASE 11 BY HILLWDDD Tel. (972)991-0011 Fax (972)991-0278 E X CITY OF FT. WO RTH TBPE Registration Number F-1048 TAR RANT COUNTY, TEXAS Bury+Partners-M, inc.c Copyright 2011 f:10108004-30001 lcadclexhibitsloublic exhibits\108004oub—exh.dwa at Oct 10. 2011 — 03:31 PM 0 0 � �o o � Q'PJ �C 1 RELOCATE \ EXISTING LIGHTPOLE � O NEW LIGHT POLE LOCATION 20 30 4 =20' SCALE: 1"=20' DRAWN: RGH EXHIBIT C � Bum+partners DATE- 09,14,11 STREET LIGHTS 5310 9aneet Hill Road, Suite 100 SHEET No. MONTERRA PHASE II BY HILLWOOD Dallas, Texas 75230 EX CITY OF FT. WORTH TeL (972)A91-0011 Fax (¢72)N1-027e TARRANT COUNTY, TEXAS 7'BPE Registration Number F-1048 Bury+Partners-DFIf, Inc.m Copyright 2011 f 08004-30001\codd\exhibits\public exhibits\108004pub—exh.dwq at Oct 10, 2011 — C3:31 PM /> L, I .. - { �� 1 M I a Z rn M CA V4 Oba. -21 0 M I ,1 Ea ~ 4Q � � � ._._ Lei •• '� � u±Ln IN 0 SM —; m -IPAS Lij CD X 0~� r- JA rw Q + v QI �C 1� 0 M Q � C] y rl N m 0 2611 0 nY w SCALE: 1"=100' EXHIBIT B1 DRAWN: RGH PUBLIC ST� �M � RAIN DA-T: 09/1411 Ln IMP ROVEMENTS 531 D Harvest Hill Road, Suite 100 nauas, Texas 75230 T MONTE R RA PHASE II BY HILLWOOD Tel. (972)991--0011 Fax (972)991-0278 z CITY OF FT. WORTH TBPE Registration Number F--1048 TAR RANT COUNTY, TEXAS Bury+Partners-WW, Inc.®Copyri`ht 2011 f:\0108004-30001\codd\exhlblts\public exhibits\I 08004pub-exh.dwg at Oct 10, 2011 - 03:31 PM rym �ado 40 r f- VOL. 14315,PCB S5 01R.T,C.7. E*STING'CA"ZONING _ n � _ � 1 � 1 �! Z U) x � � I 1 [ 1 G1 INAS-T rwMAIL ;- -RTI Tu- i 60 p E l �l E 1 m Cn Q r-- r '. I'll, M M K K: I " - I f ------------- 0 rE 01 , z IL_-�__ _ rn a I � z tR a Q E , T ■ a F-9 Fq ` 1 ' SCALE: i"-1 00' EXHIBIT B 1 DRAWN: RGH ury+Partners PUBLIC STORM DR DA TES 09/14/11 IMPROVEMENTS 5310 Harvest Hill Road, Suite 144 am am Dallas, Texas 75230 T� MONTERRA PHASE II BY HILLWOOD Tel. (972)991-4011 Fax (972)991--0278 ][ o CITY OF FT. WORTH TBPE Registration Number F-1048 TAR RANT COUNTY, TEXAS Bury+Partners—DFW, Inc.c copyright 2011 t_\0108004-300011coddtexhibitstpubiic exhibits\108004pub-exh.dwq Qt Oct 10, 2011 - 03:31 PM r LI j am�o'NO'[ A Ir 1 1 ; 1 1 I I I �•nor � �_ » r ! =OWN, law ! ''r ix 1 I1 0 L L6 `gym E I I I f :4° z l I �! M o Z o I I � Y o 4 z ;-t o I I I zz 0, n in :�� !� ;tI� ! 1 � �7� � � �+ +� � -►III. re ! fn - �; x 4 PASM TRAIaL — ZI Fn N` t TIL4W LI �4 -- ...0 to go o° I � ` I I REMAINDER TRACT HILLWOOD MON UM L.P. ji, INSTRUMENT NO. D21018"92, ' —7-5j.. 't D.R.T.C.T. 1 SCALE: N.T.S. DRAWN: RGH PLAT Bury+Partners DATE: 09/'4/11 MONTE R RA PHASE 11 BY HILLWOOD 5310 Hargarst ei11 Road, Suite 100 Ln CITY OF FT. WORTH Daallm, Texas 75230 rn TAR RANT COUNTY, TEXAS Tel. (972)991-4011 Fax (972)991-0278 o TBPE Registratioti Number F-1048 Bury+Partners—DFT, Inc.O Copyright 2011 f:10108004 -30001 lcaddlexhibitslpublic exhibits\108004Dub—ee.dwq at Oct 10, 2011 — 03:31 PM ' e PART B—PROPOSAL DEVELOPER AWARDED CONTRACTS This proposal must not be removed from this book of Contract Documents, TO: HlLLWOOD MONT'ERRA, L.P. PROPOSAL FOR: PROJECT DAME: MONTERRA BY HILLWOOD PHASE 2 FILE NO.W-2192 CITY PROJECT NO.0 1792 D.O.E.NO. 6735 Includes the furnishing of all materials, except materials specified to be furnished p by the City, equipment and labor for the installation of STORM DRAIN PAVING & STREET LIGHT IMPROVEMENTS and all necessary appurtenances and incidental work to pro a and serviceable p complete project designated as: MONTERItA BY IILLWOOD PHASE 2 Pursuant to the foregoing 'Notice to Bidders', the undersigned Bidder, havin g thoroughly examined the Contract Documents, including plans, special contract documents the 3 General Contract Documents and General Specifications for Water Department Projects, the General Contract Documents and General specifications for Transportation and Public works P Projects, the site of the project and understanding the amount of work to be done and the prevailing . . a preva�l�ng conditions, hereby proposes to do all the work, furnish all labor, equipment and material except as speclfied to be f1umished by the City, which is necessary Y to 'fully complete the work as provided in the Plans and Contract Documents and subject to the inspection and approval. a p ppro al of the Director of the Department of Transportation & Public Works of the City f Fort Y Worth, Texas, and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved pp oVed Performance Bond, Payment Bond, Maintenance Bond, and such other bonds if required b the � any, as may be re q y e Contract Documents for the performing and completin g of the said work. Contractor proposes to do the work within the time stated and for the following sums: B-i R r UNIT III: STORM DRAIN IMPROVEMENTS (Furnish and install,including all appurtenant work,complete in place,the following items) CPMS Approx. Unit CPMS Name Unit Price Total Amount RECORD quantity Measur (Bid Item Description) Number ement (Bid Item) 00081 195 LF 21''CL III Reinf. Concrete Pipe Per Linear Foot 9PLZ:--01 Dollars& Cents 00082 15 LF 24"'CL III Reinf. Concrete Pipe Per Linear Foot Dollars& A00 Cents 4 o v 7S'. 00087 842 LF 48"CL III Reinf. Concrete Pipe er Linear Foot Dollars& A* Cents 1 190.f 00088 84 LF 54"CL III Reinf. Concrete Pipe 1UA~Per Linear Foot -AWDollars& .AQ Cents imo 00089 157 LF 60"CL III Reinf. Concrete Pipe Per Linear Foot IL ice- ollars& 3. Cents 41fat . 00884 264 LF 7' x 4' Reinf. Concrete Box �.W o Culvert po -Per Linear Foot ` -r voe Dollars& AV Cents 00069. 1 EA Std. TxDOT 7' x 4' RCB Type ory (P 7 S.E.T. Headwall (No Pipe Runners) Per Each Al VS rtkMS+A Dollars& A00 Cents SAG . S GY�D. are B_2 00117 i EA Std.6' Square Manhole (60 99 x54"' RCP) Per Each fivArr" 491VAb Dollars& Cents ._,. ,., S0.2000 ,a� 00117 1 EA Std. 5' Square Manhole (48$9 x48""RCP) Per Each �� AU Dollars& Aoo Cents 00115 I EA Std, Type 7 Manhole (7' x 4' RCB x 54".RCP x 24"RCP) Per Each Dollars& Cents 00096 40 SY Rock Rip Rap Dutfall Per Square Yard i Dollars& AV Cents 00062 640 CY Cutfall Channel Grading ev 000. Per Cubic yard i"o 0x Dollars& Amb Cents 00372 1557 LF Trench Safety Per Linear Foot 99A X.- Dollars& Cents TOTAL AMOUNT BID STORM DRAIN .2.17 B-3 t r r UNIT IV: PAVING IMPROVEMENTS (Furnish and install, including all appurtenant work, complete in lace, dze following items p � ) CPMS Approx, Unit CPMS Name Unit Price Total Amount RECORD quantity Measur (Bid Item Description) Number ement (Bid Item) 00424 122 LF Sawcut&Remove Concrete Curb Per Linear Foot 7'e/v� Dollars& wo Gents gyp, /I2,zo. 00529 617 SF Remove Existing Sidewalk Per Square Foot 7'myv Dollars& Cents .�.a•o 1 ���. o� 00500 l LS Grading&Compaction Per Lump Sum O#X ;rh ArA Dollars& Cents �Ij 0-0 00401 178 SY 10"3600 psi Reinf. Concrete Drive Approach Per Square Yard A19 FiVa Dollars& AAP Cents � 4j?Flo, � 00528 2z4 SF Construct 4"3000 psi Reinf. Concrete Sidewalk Per Square Foot :51x Do l cars& Cents co TOTAL AMOUNT BID PAVING- S 1.x.8. 00 B-4 UNIT V : STREET LIGHT RELOCATIONS (Furnish and install, including all appurtenant work,complete in place,the following items) CPMS FApprox Unit CPMS Name Unit Price Total Amount RECORD quantity Measu (Bid Item Dmeription) Number rement (Bid Item) 40387 135 LF 2"Seh 40 PVC Conduit-Open Cut Per Linear Foot VW01-v5- Dollars& Cents 441 0 00 40376 135 LF Cable-Num 5 Insul. Stranded THHW Per Linear Foot r Dollars& A�b Cents 04967 l EA Concrete Light Pole Foundation Type I Per Each 64�� rN 0 Dollars& Alp Cents � 4000. a,p NOS rev 00973 l EA Demo Exist.Light Pole Foundation Each,,,,Per Q 3 Dollars& A0 Cents 40404 l EA Relocate Ex. Light Pole& 4300, 9'3W 00 Lurninaire Per Each .# +� Do !� liars& Cents SVC,any TOTAL AMOUNT BID-STREET LIGHTS $ 3 vv B-5 SUMMARY TOTAL AMOUNT BID-STORM DRAIN $ , qz�• TOTAL AMOUNT BID-PAVING $ /Z,'Ze• n''D TOTAL AMOUNT BID -STREET LIGHTS $ 3 4O•� GRAND TOTAL AMOUNT SID $ Z"_3 fl/o. 01' B-6 PART B-PROPOSAL,(Cont.) Auer acceptance of this Proposal, the undersigned Nvill 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 hid 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 /0 (I&J calendar days after issLie 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 famished by the Owner. (Complete A or B below:as applicable:) .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. B-7 (we) acknowledge receipt of the following addenda to the puns andspecifications, ail of t he provisions and requirements of which have been taken into consideration on re aration of the foregoing bid: p p Addendum No. 1 (Initials) Addendum No.3 initials Addendum No. 2 (Initials) Addendum No.4(Initials) Respectfully submitted, CoNATSFR CONSTRUCTION TX LP By. Printed Name: Brock Huggins,Vice President of Conatser Management Group Inc,G.P. Titic: Address P.O Box 15448 Fort Worth,TX 76119 Telephone:_ Phone:817-534-1743 Fax:81 7-534-4556 F:%01U9W4-300011ENGINEERING\CFA Doc umentsWonterra Con vacLskDmj nagc&PAvinglF_DcvcIopmcnt_Pon 13_1'rWsal-Montcrra.Storm do Paving-I 0-06.doc B-8