Loading...
HomeMy WebLinkAboutContract 39046COMMUNITY FACII,ITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, the undersigned Independent School District, "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, ahome-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: Name: Dr. Jerri Pfeifer Title: Superintendent • � �l�T � i= 'UL1S f N �S Company: Evennan Independent School District Project Name: Water &Sanitary Sewer Improvements to Serve Everman Junior High School #2 Addition Paving &Drainage hnprovements to Serve Everman Junior High School #2 Addition Project Location: Streets: SW Corner of Shelby Road & Rendon Road Mapsco: 106Q Council District: 8 CFA: DOE: 6192 & 6260 D�fi�C��L RECORD City Project No. 01312 & 01383'RETAR�f ��t �.� J uo-�o-��'; i'12:09 IN 4 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: General Requirements A. The Policy for the Installation of Community Facilities ("Policy") dated March 20015 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 it 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 Sewer (A4);Paving (B) t,-� ;Storm Drain (B4) V' ;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 2 administered in conformance with paragraph 8, Section II, of the Policy. F. For all infrastructure included m this Agreement for which the Developer 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%) of the contract price of the infrastructure for a period of two (2) 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 commenceA and to meet the requirements of Chapter 2253, Texas Government Code. iii. To require the contractors) it hires to perform the construction work contemplated herein to provide 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. 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 3 submittal should occur no less than 10 working days prior to the desired 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. I1. City is requiring the widening and/or straightening of the City road(s) contemplated herein. City shall not be responsible for any costs that may be incurred for the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. I. Developer agrees that the City shall not be responsible for any inadequacies in the preliminary plans, specifications and cost estimates supplied by the Developer for this Agreement and hereby releases the City from same. J. 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. K. Developer will 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 iniuries, death or damages are caused, in whole or in part, by the alleged neelizence of the Citv of Fort Worth, its officers, servants, or employees. 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. L. 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. M. Inspection and material testing fees are required as follows: i. Developer shall pay in cash water and wastewater inspection fees and mateIal 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 (401^) and material testing fees equal to two percent (20/n) for a totaI of 6% of the developer's share of the total construction cost as stated in the construction contract. Developer shall pay in cash the total cost of streetlights or if the city is 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. Developer shall pay in cash the total cost of street signs. 5 COST SUMMARY TABLE Items Developer's Cost A. Water and Sewer Construction 1. Water $2011105.00 2. Sewer $46,313000 Water/Sewer Construction Cost Sub -Total $247,418.00 B. TPW Construction 1. Street $222,750.00 2. Storm Drain $95,562000 3. Street Lights $61310.00 4. Street Name Signs TPW Construction Cost Sub -Total $324,622,00 Total Construction Cost (excluding fees): $572,040.00 Construction Fees: C. Water Inspection Fee (2%) $4,948.36 D. Water Material Testing Fee (2%) $4,948.36 Sub -Total for Water/Sewer Construction Fees $9,896.72 E. TPW Inspection Fee (4%) F. TPW Material Testing (2%) Sub -Total for TPW Construction Fees Total Construction Fees: $12, 984.88 $6,366.24 $19,351.12 $19,351.12 The Checked Must be Included as Attachments to this Agreement Included Attachment [sl/ Location Map Exhibit A: Water Improvements Water Estimate [� Exhibit A4: Sewer Improvements [� Sewer Estimate Exhibit B: Paving Improvements Paving Estimate [� Exhibit 13-1: Storm Drain Improvements [� Storm Drain Estimate [� Exhibit C: Street Lights and Signs Improvements [� Street Lights and Signs Estimate (Remainder of Page Intentionally Left Blank) 7 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 3" of day of /v lvsr , 2009. CITY OF FORT WORTH Fernando Costa Assistant City Manager Recommended by: Transportation &Public Works Department William A. Verkest, P.E. Director Water Department Wendy Chi ��bulal, EMBA, P.E. Water Deve ment Engineering Manager Approved as to Form &Legality: Ainy J. Ramsey � Assistant City Attorney ATTEST: City Secretary DEVELOPER Everman Independent School District Joee Gaine Assistant rZ- dent for Business/Finance perinten OFFICIAL RECOR® CITY SECRETARY -;T, WORTH, TX �verrnan Independent School District JERI PFEIFER, Ed.D. July 31, 2009 Superintendent of Schools The City of Fort Worth 1000 Throckmorton Street Fort Worth, Texas 76102 Attn: Katherine Davidson Reference: Charles Baxter Junior High School Everman Independent School District SUBJECT: Letter of Financial Obligation Community Facilities Agreement Ms. Davidson: We are forwarding this information to meet the requirements of the Community Facilities Agreement to be executed between the City of Fort Worth and Everman Independent School District for the above referenced project located at the southwest corner of Shelby Road and Rendon Road. In May 2007 eligible voters In Everman ISD approved a $45,000,000 bond election for additional multiple construction projects over two phases. The final vote tally was 4OZkYes and 181-No. The results of the Bond Election were ratified by the Board of Trustees for the Everman ISD in the School Board Meeting held on May 21, 2007 (copy of Board Meeting Minutes are attached). Included among the projects approved in the phase two of the construction was a new junior high campus, as referenced in the attached May 12, 2007 Bond Election Information Brochure. In accordance with the Bond Election, Funds have been set aside and committed for the construction of the new junior high campus, as referenced in the May 12, 2007 Bond Election Information Brochure. Further, on June 15, 2009, the Board of Trustees for Everman ISD approved the Initial Guaranteed Maximum Price and issued a Notice to Proceed to SEDALCO, Inc. to proceed with the construction of the new junior high campus, as referenced in the May 12, 2007 Bond Election Information Brochure. (copy of the meeting minutes are attached). Submitted to meet the requirements of Financial Obligation as it pertains to the Community Facilities Agreement. Sincerely,. Joee Gainer Assistant Superintendent for Business and Finance Everman Independent School District 608 Townley Drive •Everman, Texas 76140 • (817) 568-3500 •FAX (817) 568-3508 cc. File An Equal Opportunity Employer 20 35W TO 135W PROJECT N� VICINITY MAP M EVERMAN I.S.D. 2008.355 EVERMAN JUNIOR HIGH SCHOOL ADDITION NO. 2 - 08I i i /2009 © Copyright 2009, Adams Engineering F a7c ilia T It IT EtiTVI It 19 VI I IN IN IIIIIN I I �3 y� 5E X aep¢`G xa yxyss C1' 3 E O O 'Cy U Ej 3�s5' ,€ Ern ' Q 'r ! Cot) •� ¢ € TI TI ` 3 2 Nil Mgr � 4:� � � 2a�� IE G INIV It &&Eg°� aIV q3 # 65c12 Is or� 3 8 aIt AI trM Zg k *E3 g# x#IN :f'' u p Nod i #IVtI NV gn z ws L *y 4 t; `� € g a It In TV TV 14 $.� xtF9ctI " a y: if GPx� i 6 s "� `SS � �„ 6 � e 5 43 3INto gg4g 3f i < zHe : p it €< #_#':. a i E1 �j sr. gg� � s3I s # 3£k 35£ €p NL rpF 3 �' a» Ay IN z ;a nG € `� s ` Stsr �+3 YjyYp kY`33 ! `"YS �3 f i r £ Y siiz Egi 5. Ek F Fr�fr �Ft. q'3 yg&5 i3S €s§ Aa ik ".. ,, _VA s F'1 #F ; £ of '€ A ! _ €�„ x a gi,. }kk §ax ¢€# I .ter. 'aj g a rc as a � $ { t", 9 &y €gnuI fit k.E --- f ;'fir r tt CC � i tt ggINa It s5yo `cia 'E EK v5.tm 71 IN It NIL It 161- id s 1F___ ._ Pn`Hi yx,i� _. _,— -- .__.4-1 1.—_ - --LITV fir I IT a�E.=4,F f s{ '1MITINIL is y. It Nj Ix I- ii3 f s II�3y t / eIt uTo I( /IN ITT No /�#a IT e II /VON iNrf1f 1% II T r { ,N µ H �. IN 02 It vo l Its IT o i EI H 4 XF c c IV III 1 Not4 i p R i INN # � S S 2 "lr $w 3- 1a NI It ttk Vp IV It Ir Iv Tv Lb E 4+p Ii 3 P, tg°dya 4{{gyp '"z t�' X�4 n F5 IT II % r77x �� r sIt it f U r.n 3 t '?Up It[_ IV lVV r,.— y�YIt r gIN s ,. ,. ,i 3 cn a32 IN w IN I[[ s�l6lglnAT ,fv n i ma's@ s" RE��S v £# l 63P t€��Prt v4�_i Ile 1-STUB OUT AND PLUG 1-16" VALVE ' AND BLOW OFF 1-FIRE HYDRANT AND 16" VALVE 1-16" VALVE AND SAMPLING STATION CITY OF EVERMAN 1-16" VALVE 1-1" AIR RELEASE AND VACUUM VALVE AND VAULT CONNECT TO EX. 16" WATER . a4611, � G� �4P a°�� nb. QQ' / i 13 LF 8" WATER STUB I / 13 LF 2" IRR STUB 1-16"X8" TEE 1-16"X2" TAPPING SADDLE i 14' DOM METER 1-2" IRR METER i 3: 13 LF 8" WATER STUB 1-16"X8" TEE 1-8" DOM METER CITY OF ' i FORT WORTH i UNINCORPORATED z AREA � I i GRAPHIC SCALE CFW MAP NO. 2066-348 WATER EXHIBIT A EVERMAN JUNIOR NIGH SCHOOL FORT WORTH, TEXAS © Copyright 2009, Adams Engineering _ I - STUB OUT AND PLUG I - 4' MAN HOLE I - 4' MAN HOLE I - 4' MAN HOLE INSTALL ROCK RIP -_-RAP_1N_CKANN_EL CONNECT TO EX MAN HOLE GRAPHIC SCALE 300 ASS 600 FEET CFW SEWER MAP-2066-334 EX SANITARY SEWER © Copyright 2009, Adams Engineering PART B — PROPOSAL DEVELOPER AWARDED CONTRACTS Tlus proposal must not be removed from this book of Contract Documents, TO: Everman I.S.D. PROPOSAL FOR; PROJECT NAME Water and Sanitary Sewer Iznt�rovements to Serve Everman Junior High School #2 Addition WATER PROJECT NO. 1`265-608140131283 PILE NO, X-20930 X NO. 20930 Includes the furnishing of ali materials, except materials specified to be furnished by the City, equipment and labor for the installation of water improvements and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: Water and Sanitaz-v Sewer Improvements o_ Serve Everman Junior High School #2 Addition Pursuant to the foregoing 'Notice to Bidders', the undersigned Bidder, having thoroughly examined the Contract Documents, including plans, special contract documents, end 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 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 E 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 05I16/20Q5 UNIT I: WATER ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE TOTAL AMOUNT (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:) Item Approx Unit Item Description Unit Price Total No. Quantity Measurement "D" Item reference Amount 1 4609 L.F. Install 16-inch C-900 PVC pipe, e�� . complete in place, per Part D-52 s�I $ Item Approx Unit Item Description Unit Price Total No. Quantity Measurement "D" Item reference Amount 2 22 L.F. Install 8-inch C-900 PVC pipe, complete in Part D-52 place, per Item Approx Unit Item Description Unit Price Total No. Quantity Measurement "D" Item reference Amount 3 15 L.F. Install 6-inch C-900 PVC pipe, complete in place, per Part D-52 $ l tlo $_i_ Item Approx Unit Item Description Unit Price Total No. Quantity Measurement "D" Item reference Amount 4 11 L.F. Install 2-inch Copper pipe, complete in place, per Part D-52 $_ , , �)Q $110� Item Approx. Unit Item Description Unit Price Total No. Quantity Measurement "D" Item reference Amount 5 2 Each 8-inch gate valve with cast iron box lid, Part D-52 $219 $ 7 and per Updated 05/16/2005 Item Approx Unit Item Description Unit Price Total No. Quantity Measurement "D" Item reference Amount 6 4 Each 16-inch gate valve with vault and appurtenances, per Part D-52 $ $cI 3 to Item Approx. Unit Item Description Unit Price Total No. Quantity Measurement "D" Item reference Amount 7 1 Each 6-inch gate valve with cast iron box lid, Part D-52 'I and per $ $ 1 _ Item Approx. Unit Item Description Unit Price Total No. Quantity Measurement "D" Item reference Amount 8 1 Each Sample point, per CFW detail WTR-025 Item Approx. Unit Item Description Unit Price Total No. Quantity Measurement "D" Item reference Amount 9 1 Each Standard fire hydrant assembly with 6" gate valve and anchor tee $-2,51. $f and related appurtenances per Part D-52 Item Approx, Unit Item Description Unit Price Total No, Quantity Measurement "D" Item reference Amount 10 1 Each 2-inch meter box for irrigation service per Part D-52 $ s_ $, f_ Item Approx. Unit Item Description Unit Price Total No. Quantity Measurement "D" Item reference Amount 11 2 Each 8-inch combination meter in vault 50 9 and related appurtenances per Part $ 41 $ ` D-52 Updated 05116/2t)05 Item Approx. Unit Item Description Unit Price Total No. Quantity Measurement "D" Item reference Amount 12 l .5 Tons Ductile iron fittings and specials for 16-inch PVC water pipe, $ 2,0W rrjj $ �t Furnish and install, complete in place, with concrete blocking and accessories per Part D-52 Item Approx, Unit Item Description Unit Price Total No. Quantity Measurement "D" Item reference Amount 13 0.1 Tons Ductile iron fittings and specials for the other sizes (not 16-inch) of $ $ PVC water pipe, furnish and install, complete in place, with concrete blocking and accessories, per Part D-52 Item Approx, Unit Item Description Unit Price Total No. Quantity Measurement "D" Item reference Amount 14 1 Each Remove existing 16-inch plug R connect Part D-52 per Item Approx, Unit Item Description Unit Price Total No. Quantity Measurement "D" Item reference Amount 15 4609 L.F. Trench Safety pert Part D-26 $ $ Item Approx, Unit Item Description Unit Price Total No. Quantity Measurement "D" Item reference Amount 16 1 EA. 16" plug per CFW detail WTR-008 Item Approx, Unit Item Description Unit Price Total No, Quantity Measurement "D" Item reference Amount 17 1 EA. 16" reaction ring per CFW [2% Standard Detail WTR-010 $ $ Item Approx. Unit Item Description Unit Price Total No. Quantity Measurement "D" Item reference Amount 18 62 S.F. Asphalt Pavement Cut/Repair per Part D-25 1 0 $ $ Updated 05/16/2005 Item MON Approx. Unit Item Description Unit Price Total No. Quantity Measurement "D" Item reference Amount 19 765 S.F. Drive Repair (not asphalt) match in $ a $ -kind Item Approx. Unit Item Description Unit Price Total No. Quantity Measurement "D" Item reference Amount 20 1 EA. Air and Vacuum Release Valve per CFW Standard detail WTR-013 S2 P(O $ Item Approx. Unit Item Description Unit Price Total No. Quantity Measurement "D" Item reference Amount 21 1 EA. Blowoff Valve and Sump Manhole CFW Detail per Standard WTR- $ $% 015 Item Approx, Unit Item Description Unit Price Total No. Quantity Measurement "D" Item reference Amount 22 1332 LF Sanitary Sewer Testing (TV, Air, Mandrel) Part D-52 $ I $ 1 per Item Approx. Unit Item Description Unit Price Total No. Quantity Measurement "D" Item reference Amount 23 206 LF 8" D.I. (Gravity) Main / $ (0 $ iZ�36 Item Approx, Unit Item Description Unit Price Total No. Quantity Measurement "D" Item reference Amount 24 25 LF 8" SDR-26 PVC (Gravity) Main - ~' $ $ •J' Item Approx. Unit Item Description Unit Price Total No. Quantity Measurement "D" Item reference Amount 25 1100 LF 8" SDR,35PVC (Gravity) Main Item Approx, Unit Item Description Unit Price Total No. Quantity Measurement "D" Item reference Amount 26 4 Each Standard 4' DIA. Sewer Manhole (to 6' depth) $ Q ''�� $0 per Part D-27 Updated 05J16/2005 Item Approx. Unit Item Description Unit Price Total No. Quantity Measurement "D" Item reference Amount 27 1 Each Connect to existing manhole Item Approx. Unit Item Description Unit Price Total No. Quantity Measurement "D" Item reference Amount 28 13 VF Extra depth for 441 diameter 'q 3 sanitary sewer manhole Item Approx. Unit Item Description Unit Price Total No. Quantity Measurement "D" Item reference Amount 29 4 Each Watertight manhole insert per Part tt��� `I 0 D-27 $ $ Item Approx. Unit Item Description Unit Price Total No. Quantity Measurement "D" Item reference Amount 30 5 Each Vacuum test sanitary sewer manhole per Part D-36 $DO$ Item Approx. Unit Item Description Unit Price Total No. Quantity Measurement "D" Item reference Amount 31 1 Each 81 LF 8" Stubout with plug Item Approx. Unit Item Description Unit Price Total No, Quantity Measurement "D" Item reference Amount 32 1332 LF Testing and Trench Safety bo / 6 Per Item D-26 $ f $ Item Approx. Unit Item Description Unit Price Total No, Quantity Measurement "D" Item reference Amount 33 1332 LF Staking from benchmarks - Item Approx. Unit Item Description Unit Price Total No. Quantity Measurement "D" Item reference Amount 34 2 EA Install Clay Dam per Part D-50 + Item Approx. Unit Item Description Unit Price Total No. Quantity Measurement "D" Item reference Amount 35 119 CY Rock Rip Rap with D50 per ISWM Item 432 Updated 05/16/2005 TOTAL AMOUNT BID WATER $ 4} 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. 74oa. 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 Updated 05/16/2005 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. 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) (Seal) Date: � Respectfully submitted, Bye Tit Address 1LOD1.� 1 Telephone.(i� Updated 05116/2005 Everman ISD - Offsite Infrastructure Improvments Opinion of Probable Cost )Adams ENGINEERING Off -Site Drainage 5'x3' RCB 40 LF $ 300.00 $ 12,000,00 30" RCP 211 LF $ 85.00 $ 17,935.00 Precast 5'x3' sloped end headwall 2 EA $ 41500,00 $ 9,000.00 Precast 30" sloped end headwall 1 EA $ 2,500.00 $ 21500,00 CFW standard cast -in -place 5'x5' drop inlet 1 EA $ 41000000 $ 4/000000 Trench Safety per part D-26 255 1.50 $ 382.50 Concrete weir outlet structure 37$ 600.00 $ 21,900,00 Parkway stabilization per part D-45 118,130$ 0.15 $ 17,719,50 Rock Rip Rap 45$ dLF$ 225.00 $ 10,125,00 Off -Site Paving 2" Type D HMAC surface course 21240 SY $ 15.00 $ 33,600.00 9" Type B HMAC 29240 SY $ 35.00 $ 78,400,00 6" Flexible Base TxDOT Item 247 2,430 SY $ 10.00 $ 24,300,00 Type 2-AA4 reflective pavement marker 625 EA $ 5.00 $ 3,125.00 Type W4 reflective pavement marker 21025 EA $ 5.00 $ 10,125.00 Traffic control per CFW standard details. 2 EA $ 51000,00 $ 10,000,00 5' Sidewalk 21860 LF $ 20.00 $ 57,200,00 CFW sidewalk ADA ramps 6 EA $ 11000,00 $ 6,000.00 Street Lighting 20OW HPS Lamp on 8' arms 12 EA $ 150,00 $ 11800,00 30' Class IV Utility Pole 8 EA $ 200.00 $ 11600000 #4 Triplex 13940 LF $ 1.50 $ 2,910.00 Off=Site Paving andDrainage 15% Contingency Total •- $ 48,693 ** These quantities do not include rock removal ** ** Quantities are provided to the owner for informational purposes only ** ** Contractor shall not rely on this information for bidding purposes ** **Contractor shall be responsible for verifying quantities and unit costs** **The costs presented above only represent an opinion of cost by Adams Engineering. Adams has no control over actual material pricing or costs of labor to construct these items and should not be construed as an actual bid for work. Additionally, Adams makes no guarantees or warranties as to the actual cost of construction for these items** **Quantities are based on Engineers evaluation of information available at the time of calculation. All quantities are subject to change based on final engineering design and governing agencies comments and changes** Adams Consulting Engineers, Inc. Page 1 8/11/2009 0 608 LF TRAFFIC BUTTONS PER CFW ------ Shelbv Road 160 LF TRAFFIC BUTTONS PER CFW R. No. 1097) � _ _ 170 LF RANSITION � 195 LF TRANSITION / 195 LF TRANSITION 185 LF OF 12' 210 LF LEFT TURN LANE RIGHT TURN LANE 1 1 GRAPHIC SCALE �� .�� n —ii� —iu i 165 LF TRANSITION � 100 LF TRANSITION 95 LF RT TURN LAN E � 135 LF LEFT TURN LANE 175 LF TRANSITION CFW MAP NO. 2066-348 �� J Q 0 00 z0 �H �� H p C� Q - C� �z a U � W U �w �� �� oZ �O d- H m U� v_ W Q U � � H W LL a' J Z 0 m0 I- m © Copyright 2009, Adams Engineering 2 -PRECAST 5'X3' SLOPED END HEADWALS ROC�`�-----1�--�---�- DCK:`� ,, � ' RIP._ ;, 38 LF X3' RCB� �,, RAP', CFW STANDARD CAST IN PLACE DROP INLET CAST IN PLACE CONCRETE WEIR OUTLET STRUCTURE ���Shelby Road (C.R. No. 109 �1` ' � � `� 1 ���� PRECAST 30" SLO}?ED � �l i� � i � ,;� 4 _ �€'END HEACSWAL .. \', x: ;, i � � -� � _:- _ , � ��� .-. , � __ � � _ I i � � � ";� „, __ � _; ;� ' o t =/j , i � � , - � '�. ' i � `�� I i __. \ \ �\� '� � �) ,. \, \ �,,; � \�`�. GRAPHIC SCALE �� .�� n —u� —i � i CFW MAP NO. 2066-348 © Copyright 2009, Adams Engineering INSTALL 200W HPS LAMPS ON 30' CLASS IV UTILITY POLES - (SPACED 200LF O.C.) ------�--r :�.- e� IROfOtID JONIOANNiI i[NOOI if[.{q.00 1' INSTALL 200W HPS LAMPS ON EXISTING UTILITY POLES .�. � � li -Ili -IU I r � � � O ��• O 0 O O O O O O �000 0 ,o o O O '�O��O �',000 ,o , ��,�� �� ,, ,� fN I i` EXHIBIT C EVERMAN JUNIOR HIGH SCHOOL FORT WORTH, TEXAS