Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 40722
COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § 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: Tarrant Nephrology Associates Authorized Signatory: Mr. Ponniah Sankar Title: CEO Project Name: Tarrant Dialysis Center Paving, Storm Drain + Street Light Improvements Project Location: 501 College Street Additional Streets: West Tucker Street & West Peter Smith Plat Case No.: Plat Name: Jennings South Mapsco: 76H Council District: 8 City Project No: 01541 To be completed by staff: Received by: \k: ==s yL CFA: 2010=042 DOE: 6496 Date: AL RECortt ('!YY SECRETARY FT. WORTh9 TX 1 • 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 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. The following checked exhibits are made a part hereof Watef `(A 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 8, Section II, of the Policy. Combined CFA final Sept 12, 2008 2 F. For all infrastructure included in 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 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 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. 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 whole or in part, by the alleged negligence of the City of Combined CFA final Sept 12, 2008 4 Fort Worth, its officers, servants, or employees. M. 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 damages are caused, in whole or in part, by the alleged negligence of the City 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. N. Upon completion of all work associated with the construction of the infrastructure and improvements, Developer will assign to the C'ty 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 (4%) 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. 5 iii. 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. 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: Tarrant Dialysis Center Paving, Storm Drain & Street Light Improvements CFA No.: 2010-042 DOE No.: 6496 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. Items A. Water and Sewer Construction 1. Water Construction 2. Sewer Construction Water and Sewer Construction Total B. TPW Construction 1. Street 2. Storm Drain 3. Street Lights - Installed by Developer TPW Construction Cost Sub -Total Total Construction Cost (excluding the fees): Construction Fees: C. Water/Sewer Inspection Fee (2%) D. Water/Sewer Material Testing Fee (2%) Sub -Total for Water Construction Fees Developer's Cost 32 25 158 00= 32:,32 131,922.57 $ 131,922.57 E. TPW Inspection Fee (4%) $ 2,935.61 F. TPW Material Testing (2%) $ 1,467.81 G. Street Light Inspsection Cost $ 2,341.29 H. Street Signs Installation Cost Sub -Total for TPW Construction Fees Total Construction Fees: $ 6,744.71 $ 6,744.71 Choice (ck one) Financial Guarantee Options, choose one • ••-•-- .- = 100% $ 131,922.57 Bond Completion Agreement = 100% / Holds Plat $ 131,922.57 Cash Escrow Water/Sanitary Sewer= 125% $ Cash Escrow Paving/Storm Drain r- 125° /o $ 164,903.21 Letter Credit = 125% wl2yr expiration period $ 164,903.21 of 7 IN TESTIMONY WHEREOF', the Cityof Fort Worth has caused this instrument to be by its Assistant City Manager, attested name and on its behalf executed in quadruplicate in its by its City Secretary, with the corporate seal of the City affixed, and said Develo er has rp execut i this instrument in quadr uplicate, licate at Fort Worth, Texas this day ,20/V . CITY OF FORT WORTH - Recomtnended by: Water Department Wendy Chi-Babulal, EMBA, P.E. Development Engineering Manager Approved as to Form & Legality. A y . Ramsey Assistant City Attorney ATTEST: ATTEST Sign: ture (Print) Name: Tra sportation & Public Works Department Diretor erkest, P.E. Approved by City Manager's Office tawas•4 Fernando Costa '�,o^o'pk�s'City Manager a.*_�°�iVia. 1:::94 pi� "0 00o0 trA •l r' ._ Nephrology Associates o°0 % O A a n C:14 0 P- 4 a na re:e21 -- .- er-vcr ,22 =cZ�ra - .Zr. Tr=ate: _ ynn REQUIRE r-_ • Signature Print Name: Mr. Ponniah Sanka Title: CEO =�rata.-_it- OFFICIAL RECORDI CITYSECRETARY I FT. WORTH,'fX 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 C C n rs Location Map Exhibit A: Water Improvements Water Estimate Exhibit A-1: Sewer Improvements Sewer Estimate Exhibit B: Paving Improvements Paving Estimate Exhibit B-1: Storm Drain Improvements Storm Dram Estimate Exhibit C: Street Lights and Signs Improvements Street Lights and Signs Estimate (Remainder of Page Intentionally Left Blank) PULASKI ERBEN,C LOCATION MAP N.T.S. MAPSCO PAGE NO. 76H COUNCIL DISTRICT 9 EXISTING ASPHALT PAVEMENT W W, ted, tu 0us I 0 0 z 0 23 • • fr-t 0 z JDJR • • • 0' ,. WEST PETER SMITH STREET (40' 1540E PUBLIC R.D.W.) «le 20.5' R.O.W. EASEMENT PY SEPARATE 4STRUMEP T' MIO Ole PROPOSED TWO STORY BUILDIN J.0 ST 19B. 1<I' Lil *Se MIN LOT 13R BLOCK 39 • • EXISTING ASPHALT PAVEMENT CONSTRUCT 7" CONCRETE STREET WIDENING PAVEMENT, DRIVE APPROACHES AND CONCRETE WALKS AS SHOWN SHADED .11.11•111rIMOw • ST 146.00' 0 J 1 • L EAST 7' , WEST TUCKER STREET 40' 11111111111111111 SCALE: 1" = 40' 1 (50' AIDE PUBLIC R.O.W.) ENGINEERS & CONSULTANTS, INC. ENGMEERS • LAND PLANNERS • SURVEYORS 2500 Texas Drive Suite 100 Irving, Texas 75082 Tel 972-252-JDJR 163571 Fax 072-2521958 • I 0 WEST EXISTING ASPHALT PAVEMENT • NSTALL ASP c EXHIBIT "B" PAVING EXHIBIT LOT 9RAND 13R BLOCK 39 HYDE JENNINGS SUBDIVISION OF BLOCK 38, JENNINGS SOUTH FORT WORTH, TARRANT COUNTY, TEXAS JULY 2010 JDJR PROJECT NO. 467-3-09 PORTION OF LOT 4 810CK 34 HYDE JENNINGS SUBDIVISION VOL 63. PG. 134, P.R.T.C.T. i n f EX. 6 WRIER Ni?) 0''�V' EX. 8' SEWER CONC. *MX r, —T0' PRIVATE DRAINAGE EASEMENT NOTE: DRAINAGE FROM LOT 9R TO BE COLLECTED IN AN UNDERGROUND STORY DRAIN SYSTEM THAT CONNECTS TO 18" WYE (AT TO& OF DEVELOPMENT OF LOT 9R) JDJR LOT 9R BLOCK 39 II TEL 1 IR Tres m ENGINEERS & CONSULTANTS, INC. ENGINEERS • LAND PLANNERS • SLHVEYORS 2500 Texas Drive Suite 100 Irving, Texas 75082 Tel 972-252-IAJR (5357) Fax 972-25211958 I 0' WIDE PUBLIC RA.W.) LOT 6A BLOCK 35 JENNING'S SOUTH ADDITION VOL 388-61, PC. 14, P.R.T.C.T. NOTE: EXISTING BOX CULVERT IS ADEQUATE OUTVALL THE DRAINAGE AREA FOR THE EXISTING BOX CULVERT IS GREATER THAN 20 ACRES. USING THE TOIL RULE, ZONE Of INFLUENCE ENDS AT EXISTING BOX CULVERT EX. CURB INLET STA. 0+00 UNE SD-1 BEGIN 21• RCP AT EXISTING 5x 8' BOX CLVT. REMOVE & REPLACE EX. PAVEMENT AND CURB 8 GUTTER AS NECESSARY. REPLACE PER CITY STANDARDS. INSTALL 21• RCP STORYDRAIN (PUBLIC) STA. 0+17.95 LINE SD-1 INSTALL 21•x 18• x 45' WYE PLUG SOUTHM£ST END. BEGIN 18• NDPE WEST. LOT 2. BLOCK 38 JENNINGS SOUTH VOL. 63 PG. 134, P.R. T.C.T. o' 30' SCALE: 1" = 30' EXHIBIT "B1" STORM DRAINAGE EXHIBIT LOT 9RAND 13R, BLOCK 39 HYDE JENNINGS SUBDIVISION OF BLOCK 38, JENNINGS SOUTH FORT WORTH, TARRANT COUNTY, TEXAS JULY 2010 JOJR PROJECT NO. 467- 3-00 Alb %sort tine JDJR 0 4` tuz • • WOOS 3< • S HIDE JELPIT 9ACIK401 VOl. SI PO. ih PRTG,. EASE 9Y 6 SCUM 50'OT WIJ INSTALL STREET LIGHT t • WEST PETER swim STREET Eb' WOE PUBLIC RLLK) -.••- At/ • • L(0,11IJ1 or ILT. • to 7 REMO EMT 111 10. seams an in arapapIt4 EAST 400.60' INSTALL STREET UGHT INSTALL STREET LIGHT PROPOSED Trio STORY BUILDING INSTALL STREET UGHT INSTALL STREET UGHT i • SI INSTALL STREET LIGHT TEST I 1 INSTALL STREET LIGHT J. T1�:—ter L W I .,. 1 INSTALL ELECTRIC SERVICE PANEL • • • WEST TUCKER STREET (5C WOE PUIMC RO.Y.) ENGINEERS & CONSULTANTS, INC. ENGINEERS • LAND PLANNERS • SURVEYORS 2500 Texas Drive Suite 100 rving, Texas 75062 Tel 972-252-JDJR (5357) Fax 972-252-8958 • z z o 0 = z 0' 50' SCALE: 1" = 50' WEST 400.60' WT51 I: EXHIBIT "C" STREET LIGHT EXHIBIT LOT 9RAND 13R. BLOCK 39 HYDE JENNINGS SUBDIVISION OF BLOCK 38, JENNINGS SOUTH FORT WORTH, TARRANT COUNTY, TEXAS JULY 2010 JDJR PROJECT NO. 467-3-09 PART B PROPOSAL This proposal must not be removed from this book of Contract Documents. TO: Tarrant Nephrology Associates 1000 W Cannon Street Fort Worth, Texas 76104 Attention: Benny Manolo Tel: 972-594-0550 PROPOSAL FOR: TARRANT DIALYSIS CENTER West Peter Smith Street at College Avenue DOE NO. 6496 FILE NO. K-2126 CITY PROJECT NO, 01541 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, and storm drainage facilities and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as• 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 Depai tment 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 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: UNIT 1: STORM DRAIN ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRILThN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) • 1. 1 EA. Connec 21 RCP to exist concrete Box culvert 5zxH 146D-1 t and Z Dollars Cents 2. 18 LF \21' CLIII RCP ONg -r' :t=p,tu otge Eutlt[50 {7f:eollars and et try Cents 3. 8 LF Remove and replace concrete curb and gutter: D and E'j r k 0(2_t-:;_ci Dollars R-0 Cents 4. " 50 SF Remove and replace asphalt street pavement j72 wl:J Dr;. L) Dollars and tett.° Cents • 0 TOTAL AMOUNT BID STORM DRAIN $ 13 • UNIT 11: PAVING (STREETS AND SIDEWALKS) 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, items) 1. 6,000 SF Remove existing concrete curb and gutter, asphalt pavement, concrete sidewalk and concrete drive approaches and 1) Dollars •7_,-ie.0, ' Cents 2. 157 CY Crushed limestone flex base the following Th os;+nle S'cii Ilugst2coTeL Dollars and 2-ego Cents $ jp°e $ 11710 895 SY 7" (3,000 psi) Reinforced Concrete Pavement (includes joint sealer), complete and in place 4. 575 ��rr erui&Nil/ Id, ILIA r ,;¢Dollars and .-'�� Cents LF 7" Monolithic integral curb tip CCo6s1w S'Ets fu.et Fvi Dollars and Cents 5. 88 LF Concrete curb and gutter, complete and in place I f f iZE �� Dollars and / -rw Cents B-3 05 $ '3yc $ 172-crt $ 3.70 $ 3 l /i, 70 80 SY Asphalt street repair 'rtoo lRoc5hrip SMd'uu'-May S ►.X Dollars and zao Cents 707 SY 4" Reinforced concrete sidewalk, complete and in place including 2" sand cushion $3Lf:'�' $ 273Tt � !+ll me -reed iftotEs�nJo Ct4tt7 iJ J d) 'r Dollars $ 7 $ (7, e and Wu) Cents 2 EA Sidewalk ramps at street intersection (accessible ramps) St x I witJ t N t tJc� Dollars and ze- O Cents $ 43q Scrt't $ ,o' 9. 1 LS Pavement striping FO, U2 51 Cell Dollars � and Zezo Cents $ao $S© 10. 1 LS Traffic Control E courreersilijAge Dollars and ego Cents 11. 1 LS Erosion control rue ouSkjja yk;c cafe -Any FIVE- Dollars . and 7 r7,,cis Cents $ 117S.ir $ 22-7s"� 12. 1 EA Adjust water meter box to grade W edlut€D Dollars and 7 re-o Cents $ 1eotp $ /cow B-4 13. 17 EA Adjust manhole rim to grade OA%e [hated Dollars and z ce-o Cents $ /00 TOTAL AMOUNT BID PAVEMENT $ -7 / B-5 UNIT III: STREET LIGHTING ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) 1. 13 EA Street Light per City of fort Worth standards and specifications, complete and in place "1-tal7 SeireferthewoF(6rerSk ry Six Dollars $ a( 11 $ 77 &/ b17O and '-t-LU 2t-y Cents 2. 13 EA Concrete Base per City of fort Worth standards and specifications, complete and in place 602 Theo Fi F7F and Dollars Cents 3. 3 EA Utility Pull box per City of fort Worth standards and specifications, complete and in place Ave:-odspt$p FRU6 tFitz; f K Dollars andt/i Cents 4. 1 EA Electrical Service Panel per City of fort Worth standards and specifications, complete and in place 16(412-TiocCAND L(6t11/4"-- g160-TeiJDollars and th z7 n4-gefCents 5. 760 LF 2-inch Schedule 40 PVC Conduit, complete and in place S 1)( Tfaclskpio 7VS tdtN and prey pa B-6 $ $ c,5s-6 �o g3 $ 1481g Dollars Cents $ g $aSZ 6. 2,475 LF #4 Gauge Wire, XHHW, CU kenal9Q Ttt and &✓@ inrJ Dollars 7. 120 LF #1 Gauge Wire, XHHW, CU Cents $ $ 4-2‘1t7 OAt { %Q/2D F Any 06&rr Dollars and Ai t N G Cents $ 8. 890 LF #8 Gauge Wire, CU ground gnfc MWOQO'7 NgCDollars and -tt iEhAf t cvai Cents $ $ ?/7 • Z% 9. 40 LF #6 Gauge Wire, CU ground 1(19, $ I4g,ac> V'EW-CE LJ Dollars and s{ k a N E Cents $ i $ 7. TOTAL AMOUNT BID STREET LIGHTING $ CO r 5 3 GRAND TOTAL AMOUNT BID $ /31 )s7cae5 :claw 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) (Seal) Title: 5 i Oil F'y`. „02/A 0J D 42 (taRrftNtG4 t, DAv< o eatC-C 1703 leose.U2y CT-4 c, i�ofcA Qom c2e-rC Gikei 2.2.0 -i S P 2f sart Lewis VI Let-C k 7S 67 1t if'')j0 C,Frs mei,JG n i r 10/ 8 T on-n12r 0 o E ,4k&yte, -1-X. y6112-6, B-8 cofiNG- `j -2COT Addendum No. 4 (Initials) Respectfully submitted, By: I ., NSrwer d !�'(nn�� 6t 1-AitiPfla /gt4/m&eo Address: 257O Fin z10 7 STC, 204 1�f6H-c.AtLL0 Vrt,LA(or1 "iX- 7S677 Telephone: (72 - 3 (7 - - 8 Z 22,, Date: 24 3 //o 2-.1/00S Q72 43(- 9520 Lio -q4) ono