Loading...
HomeMy WebLinkAboutContract 48449 CITY SECRETA Got O 4TUCT I110. Developer and Project Information Cover Sheet: Developer Company Name: Hillwood Alliance Services,LLC Address, State,Zip Code: 13600 Heritage Pkwy, Suite 200,Fort Worth,TX 76177 Phone&Email: 817-224-6000 Authorized Signatory, Title: L.Russell Laughlin, Senior Vice President Properties Division Project Name and Brief Alliance Town Center Dalton Description: Project Location: Intersection of North Riverside Drive and Dalton St. Plat Case Number: None Plat Name: None Mapsco: 21Y Council District: 7 City Project Number: 100381 CFA Number: 2016-075 DOE Number: None To be completed b staff Received by: Date: r City of Fort Worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement CITY SECRETARY CFA Official Release Date: 10.07.2015 Page 1 of 11 FT.{NORTH,TX STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, Hillwood Alliance Services, LLC , ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Alliance Town Center-Dalton ("Project") within the City or the extraterritorial jurisdiction of Fort Worth, Texas ("City"); and WHEREAS, the City has no obligation to participate in the cost of the Improvements or Project; and WHEREAS, any future City participation in this CFA is subject to the availability of City funds and approval by the Fort Worth City Council and shall be memorialized as an amendment to this Agreement; and WHEREAS, the Developer and the City desire to enter into this Community Facilities Agreement ("CFA" or "Agreement") in connection with the collective Improvements for the Project. NOW, THEREFORE, 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, as amended, is hereby incorporated into this 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 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 Improvements. Developer further acknowledges that said acceptance process requires the Developer's contractor(s) City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 2 of 11 to submit a signed affidavit of bills paid and consent of Surety signed by its surety to ensure the contractor has paid any sub-contractor(s) and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full by Developer 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 describe the Improvements and are incorporated herein: Water (A) (�, Sewer (A-1) Q, Paving (B) 10, Storm Drain (B-1) 10`, Street Lights & Signs (C) 10,. E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section II, paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section II, of the Policy. Developer shall ensure its contractor(s)pays the then-current City-established wage rates. F. For all Improvements 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 prequalified, insured, licensed and bonded to do work in public ways and/or prequalified to perform water/wastewater 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 from the date of final acceptance insuring the maintenance and repair of the constructed infrastructure during the term of the City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 3 of 11 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 Certificate of Insurance (ACORD or other state- approved form) supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours advance notice of intent to commence construction to the City's Construction Services Division so that City inspection personnel will be available; to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces, to not 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 in order to schedule a Pre-Construction Meeting. The 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, if any, until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. G. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the improvements under 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. City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 4 of 11 I. City shall not be responsible for payment of 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, its 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, its contractors, sub-contractors, officers, agents or employees, whether or not such injuries, death or damages are caused, in whole or in part, by the allezed ne-li-ence of the City of 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 alle-ed nezUkence 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 City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 5 of 11 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. N. Upon completion of all work associated with the construction of the 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 (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. 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. Developer shall complete the Improvements within two (2) years, provided, however, if construction of the Improvements has started within the two year period, the developer may request that the CFA be extended for one additional year. 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 Improvements if at City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 6 of 11 the end of two (2) years from the date of this Agreement (and any extension period) the Improvements 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 Improvements 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. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 7 of 11 Cost Summary Sheet Project Name: Alliance Town Center Dalton CFA No.: 2016-075 CP No.: 100381 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 Developer's Cost A. Water and Sewer Construction 1. Water Construction $ 2.Sewer Construction $ - Water and Sewer Construction Total $ - B. TPW Construction 1.Street $ 36,323.75 2.Storm Drain $ - 3.Street Lights Installed by Developer $ - 4. Signals $ 291,466.75 TPW Construction Cost Total $ 327,790.50 Total Construction Cost(excluding the fees): $ 327,790.50 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ - D. Water/Sewer Material Testing Fee(2%) $ - Sub-Total for Water Construction Fees $ - E. TPW Inspection Fee(4%) $ 1,452.95 F. TPW Material Testing(2%) $ 726.48 G. Street Light Inspsection Cost $ - H. Signals Inspection Cost $ 11,658.67 H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 13,838.10 Total Construction Fees: $ 13,838.10 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 327,790.50 Completion Agreement=100%/Holds Plat $ 327,790.50 Cash Escrow Water/Sanitary Sewer=125% $ - Cash Escrow Paving/Storm Drain=125% $ 409,738.13 Letter of Credit= 125%w/2yr expiration period 1 $ 409,738.13 1 x City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 8 of 11 ACCORDINGLY,the City of Fort Worth and Developer have each caused this instrument to be executed in quadruplicate in each entity's respective name by its duly authorized signatories effective as of the date executed by the City's City Manager or his/her designee. CITY OF FORT WORTH DEVELOPER Hillwood Alliance Services,LLC Jesus J. Chapa Assistant City Manager Nam : L.ksse / Title: Senior Vice President Properties Division Date: 1a '� lP Data Reconnnended by: ATTEST: (Only if required by Developer) [�j Wendy EMBA, P.E. Development Engineering Manager Signature Water Department Name: R-M?jj 2 OStIED WS -1- u. j, Z DouglaOX. Wiersig, P.E. OF it Director Transportation &Public Works Department09 0 00 Approved as to Form &Legality: ATTEST: o� Richard A. McCracken #aryT—Kayser Assistant City Attorney City Secretary M&C No. ri L4 Date: (t/I Ar Fo'C 12g,g AJ/,4 City of Fort Worth,Texas � Standard Community Facilities Agreement I M y 'G= SUETit�q 5y CFA Official Release Date: 10.07.2015 72 11VOR STH, ICY Page 9 of 11 Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment E© Attachment 1 - Changes to Standard Community Facilities Agreement rLocation Map Exhibit A: Water Improvments Water Cost Estimate [E] Exhibit A-1: Sewer Improvements Sewer Cost Estimate Exhibit B: Paving Improvements E©= Paving Cost Estimate Exhibit B-1: Storm Drain Improvements Storm Drain Cost Estimate Exhibit C: Street Lights and Signs Improvements "Cl Street Lights and Signs Cost Estimate (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No.None None City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 11 of 11 J GOLDEN TRIANGLE BLVD 0 0 O pw F O Z a (to U WZ _ �W W 0f p m H� Z AMADDROR �O HERITAG E z TRACE PI 377 PRA IE VIS T „DAL ON ST D 287 SITE NOPARKWARyANT x m ® z BAS OOD BLVD ....................................................................................................: ENGINEER: pp OWNER/ DEVELOPER: ,,, NORTH ALLIANCE TOWN HILLWOOD ALLIANCE PELSOTON LATER SERVICES, L.P. 5751 KROGER DRIVE NOT TO SCALE DALTON INTERSECTION 13600 HERITAGE PARKWAY,SUITE 200 SUITE 185 FORT WORTH,TEXAS 76177 KELLER,TX 76244 DATE:JUNE,2016 PHONE: (817) 224-6000 PHONE:817-562-3350 Z G N \ m IL �\R\EVISTADR Gv.�, 2� _ i m N O m LEGEND Q H.C. RAMPS BY DEVELOPER EXHIBIT B - PAVING :....................................................................................... ................................................ ALLIANCE TOWN OWNER/ DEVELOPER: !Ill! PELOTON 0 NORTH 2O0' HILLWOOD ALLIANCE LAND ..L.T.... CENTER SERVICES, L.P. 5751 KROGER DRIVE 13600 HERITAGE PARKWAY,SUITE 200 KELLER,TX7 DSUITE ALTON INTERSECTION FORT WORTH,TEXAS 76177 6244 GRAPHIC SCALE DATE:JUNE,2016 PHONE: (817) 224-6000 PHONE:817-562-3350 NW CORNER DETAIL s NE CORNER DETAIL G IL m N 1 A _ � pA�TpN SZ I T`;� , m yrs i � I � i�♦•� TP ���. i SW CORNER DETAIL SE CORNER DETAIL EXHIBIT C1 - TRAFFIC SIGNAL ........�.j------------------------------------------------ .-- .--- .----.....__.._...: o NORTH 200 ALLIANCE TOWN OWNER/ DEVELOPER: !i ij P E L 0 T 0 N ILLWOOD ALLIANCE jqq LAND SOLUTIONS CENTER SERVICES, L.P. 5751 KROGER DRIVE 13600 HERITAGE PARKWAY,SUITE 200 SUITE 185 DALTON INTERSECTION FORT WORTH,TEXAS 76177 KELLER,TX 76244 GRAPHIC SCALE DATE:JUNE,2016 PHONE: (817) 224-6000 PHONE:817-562-3350 Z G 1 \ N 1 1 O o TON ST GD 00- G i Li t4 1x A :7 Ea STAOR 1f} F PRA�R�E V� Iii L� C m 0 C � m 0 LEFT TURN /A\ RIGHT LANE O YIELD C ON GREEN R10-12 MUST R3-7R ® (24"x30") TURN RIGHT (30"X30") SCHOOL 12o"— —I SPEED 3s"— LIMIT O N 2 R vers de LlF! ^ G 9300 9400y O WHEN FLASHING �--- 120" YOUR 31- 6 SPEED N Rlversde Ll" JJQ 20 L ♦9400 9300 ► CELLPHONE 36"—+ 120 PROHIBITED UP TO S200 FINE X3400 Prairie Vista Dr o D 04Dalton St 3500 ► O L 120" 36"— X3500 Dalton St j Prairie Vista Dr 3400-0-11 EXHIBIT Cl. - TRAFFIC SIGNAL SIGNS ....................................................................................................................................... o NORTH $o HILL ALLIANCE TOWN ER/ DEVELOPER: '1�j PELOTON WOOD ALLIANCE plq LAND SOLUTION: CENTER SERVICES, L.P. 5751 KROGER DRIVE DALTON INTERSECTION 13600 HERITAGE PARKWAY,SUITE 200 SUITE 185 FORT WORTH,TEXAS 76177 KELLER,TX 76244 GRAPHIC SCALE DATE:JUNE,2016 PHONE: (817) 224-6000 PHONE:817-562-3350 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application ALLIANCE TOWN CENTER DALTON rNTERSECTION PAVINGIMPROVF71-1IN15': ' ``. °' ' Project Item Information Bidder's Proposal Bidlist Item Specification Unit of No. Description Section No. Measure Bid Quantity Unit Price Bid Value 1 0241.1000 Remove Conc Pvmt 02 41 15 SY 78 $60.00 $4,680.00 2 3213.0506 Barrer Free Ramp,Type P-1 32 13 20 EA 8 $1,500.00 $12,000.00 3 9999.0000 Brick Paters(Median) 00 00 00 SY 29 $140.00 $4,060.00 4 3305.0107 Manhole Adjustment,Minor 33 05 14 EA 1 $1,000.00 $1,000.00 5 3471.0001 Traffic Control 3471 13 MO 1 $4,500.00 $4,500.00 6 0170.0100 Mobilization 01 70 00 LS 1 $2,500.00 $2,500.00 7 0241.0900 Remove Misc Conc Structure 0241 13 LS 1 $1,000.00 $1,000.00 8 9999.0001 Misc.(Landscaping,Irrigation,Sidewalk Modifications) 00 00 00 LS 1 $3,500.00 $3,500.00 Total Paving Improvements $33,240.00 PAVII11aHTMARTCCNC>R'SIGNAGETINPI20VLME7V75 '' {..r. Project Item Information Bidders Proposal Bidlist Item Specification Unit of No. Description Section No. Measure Bid Quantity Unit Price Bid Value 9 3217.0002 4"SLD Pvmt Marking HAS(Y) 32 17 23 LF 360 $1.50 $540.00 10 3217.0201 8"SLD Pvmt Marking HAS(W) 32 17 23 LF 125 $3.00 $375.00 11 3217.0501 24"SLD Pvmt Marking HAE(W) 321723 LF 80 $18.00 $1,440.00 12 3217.1002 Lane Legend Arrow 321723 EA 1 $250.00 $250.00 13 3217.1004 Lane Legend Only 32 17 23 EA 1 $325.00 $325.00 14 3217.2102 REFL Raised Marker TY I-C 321723 EA 6 $6.25 $37.50 15 3217.2103 REFL Raised Marker TY II-A-A 32 17 23 EA 5 $6.25 $31.25 16 3217.4403 Remove Lane Legend DBL Arrow 331723 EA 1 $85.00 $85.00 Total Pavement Markings&Signage Improvements $3,083.75 Page 2 of 7 SIGNAL LWPROVISil4 TS', Project Item In format ion Bidders Proposal Bid list Item Specification Unit of No. Description Section No. Measure Bid Quantity Unit Price Bid Value 17 9999.0002 Remove and Replace Ground Box 00 00 00 EA 3 $1,050.00 $3,150.00 18 2605.0111 Fumish/Install Elec SeryPedestal 26 05 00 EA 1 $7,000.00 $7,000.00 19 2605.3015 2"CONDT PVC SCH 80 M 26 05 33 LF 21 $12.00 $252.00 20 2605.3016 2"CONDT PVC SCH 80(B) 26 05 33 LF 59 $28.00 $1,652.00 21 2605.3025 3"CONDT PVC SCH 80 M 26 05 33 LF 87 $16.00 $1,392.00 22 2605.3026 3"CONDT PVC SCH 80(B) 26 05 33 LF 397 $30.00 $11,910.00 23 3441.1001 3-Sect Signal Head Assmbly 3441 10 EA 8 $1,750.00 $14,000.00 24 3441.1002 4-Sect Signal Head Assmbly 3441 10 EA 2 $2,300.00 $4,600.00 25 3441.1011 Ped Signal Head Assmbly 3441 10 EA 8 $1,100.00 $8,800.00 26 3441.1031 Audible Pedestrian Pushbutton Station 3441 10 EA 8 $1,600.00 $12,800.00 27 3441.1209 Furnish/Install BBU System EXT Mounted 3441 10 EA 1 $8,000.00 $8,000.00 28 3441.1215 Furnish/Install Hybrid Detection System 3441 10 APR/EA 4 $7,000.00 $28,000.00 29 3441.1217 Furnish/Install Hybrid Detection Cable 3441 10 LF 863 $3.25 $2,804.75 30 3441.1220 Furnish/Install Model 711 Preemption Detector 3441 10 EA 2 $2,100.00 $4,200.00 31 3441.1224 Furnish/Install Preemption Cable 3441 10 LF 726 $2.25 $1,633.50 32 3441.1310 4/C 14 AWG Multi-Conductor Cable 3441 10 LF 80 $1.25 $100.00 33 3441.1311 5/C 14 AWG Multi-Conductor Cable 34 41 10 LF 401 $1.75 $701.75 34 3441.1312 7/C 14 AWG Multi-Conductor Cable 3441 10 LF 147 $2.25 $330.75 35 3441.1314 10/C 14 AWG Multi-Conductor Cable 3441 10 LF 1,532 $3.25 $4,979.00 36 3441.1315 20/C 14 AWG Multi-Conductor Cable 3441 10 LF 302 $4.50 $1,359.00 37 3441.1322 3/C 14 AWG Multi-Conductor Cable 3441 10 LF 1,235 $1.25 $1,543.75 38 3441.1408 NO 6 Insulated Elec Condr 3441 10 LF 42 $2.25 $94.50 39 3441.1409 NO 8 Insulated Elec Condr 3441 10 LF 1,702 $1.25 $2,127.50 40 3441.1413 NO 6 Bare Elec Condr SLD 3441 10 LF 21 $2.50 $52.50 41 3441.1414 NO 8 Bare Elec Condr 3441 10 LF 827 $1.25 $1,033.75 42 3441.1503 Ground Box Type D,w/Apron 3441 10 EA 1 $1,000.00 $1,000.00 43 3441.1603 Furnish/install 10'-1,V Ped Pole Assmbly 3441 10 EA 8 $1,200.00 $9,600.00 44 3441.1611 Furnish/Install Type 41 Signal Pole 3441 10 EA 1 $5,200.00 $5,200.00 Page 3 of 7 45 3441.1613 Fumish/Install Type 43 Signal Pole 34 41 10 EA 1 $6,200.00 $6,200.00 46 3441.1615 Furnish/Install Type 45 Signal Pole 3441 10 EA 2 $7,000.00 $14,000.00 47 3441.1623 Furnish/Install Mast Arm 16'-36 344110 EA 1 $3,500.00 $3,500.00 F 8 3441.1624 Fumish/Install Mast Ann 40'-48' 344110 EA 1 $4,600.00 $4,600.00 9 3441.1625 Furnish/Install Mast Arm 52'-60' 3441 10 EA 2 $7,000.00 $14,000.00 0 3441.1645 Furnish/Install Type 33A Arm 34 41 20 EA 4 $2,500.00 $10,000.00 51 3441.1701 TY 1 Signal Foundation 3441 10 EA 8 $1,000.00 $8,000.00 52 3441.1703 TY 3 Signal Foundation 3441 10 EA 1 $3,400.00 $3,400.00 53 3441.1704 TY 4 Signal Foundation 3441 10 EA 1 $3,800.00 $3,800.00 54 3441.1705 TY 5 Signal Foundation 3441 10 EA 2 $4,000.00 $8,000.00 55 3441.1715 Signal Cabinet Foundation-352i&BBU 3441 10 EA 1 $3,400.00 $3,400.00 56 3441.1724 Install Signal Cabinet,Ground MNT 3441 10 EA 1 $1,750.00 $1,750.00 57 3441.1725 Furnish/Install ATC Signal Controller/2070 3441 10 EA 1 $5,000.00 $5,000.00 58 3441.1741 Fumish/Install 3521 Controller Cabinet Assembly 3441 10 EA 1 $20,000.00 $20,000.00 59 3441.1771 Fumish/Install 120.240 Volt Single Phase Metered Pedestal 34 41 20 EA 1 $4,000.00 $4,000.00 60 3441.1831 School Zone Flasher Assembly(Solar) 3441 10 EA 1 $10,000.00 $10,000.00 61 3441.1901 Powder Coat Sig Pole and MA 16'-36(Black) 3441 10 EA 1 $1,000.00 $1,000.00 62 3441.1902 Powder Coat Sig Pole and MA 40'-48'(Black) 3441 10 EA 1 $1,600.00 $1,600.00 63 3441.1903 Powder Coat Sig Pole and MA 52'-60'(Black) 3441 10 EA 2 $3,000.00 $6,000.00 64 3441.1904 Powder Coat Ped Pole(Black) 3441 10 EA 8 $500.00 $4,000.00 65 3441.2001 Sahge Traffic Signal 34 41 13 EA 1 $3,500.00 $3,500.00 (School Flasher Traffic Signal Assembly) 66 3441.3051 Furnish/Install LED Lighting Fixture(Painted Black) (137 watt ATB2 Cobra Head) 3441 20 EA 4 $800.00 $3,200.00 67 3441.3501 Salvage Street Light Pole 34 41 20 EA 1 $350.00 $350.00 68 3441.4001 Furnish/Install Alum Sign Mast Ann Mount 34 41 30 EA 6 $500.00 $3,000.00 69 3441.4002 Fumish/Install Alum Sign Ground Mount(ATC std.) 34 41 30 EA 2 $1,350.00 $2,700.00 70 3441.4108 Remove Sign Panel and Post 344130 EA 2 $200.00 $400.00 71 3441.4109 Remove Sign Panel 34 41 30 EA 2 $125.00 $250.00 72 9999.0003 MISC.(Signal Testing,Etc.) 00 00 00 LS 1 $7,500.00 $7,500.00 Total Signal Lnprowments $291,466.75 Page 4 of 7 -,>iie"summary, Paling Improiements Pae e nt Marking 9&Signage eimprovements � $3ffl,240.00Signal Improements .083.75 $291,466.751 Total Bid $327,790,50 Page 5 of 7 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 examined the current City of Fort Worth Technical Specifications and that he has read and thoroughly understands all the requirements and conditions of those Specifications and the specific Contract Documents and appurtenant plans. The successful bidder shall be required to perform the work in accord the City of Fort Worth Technical Specifications,which are incorporated herein and made a part hereof for all purposes, and which may be accessed at: hitps://proiectpoint.buzzsaw.com/ bz rest/Web/Home/Index?folder=97563#/ bz rest/Web/Item/ Items?folder=180863&count=50&start=0&ownership=Home 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. Page 6 of 7 The Bidder agrees to begin construction within �_) calendar days after issue of the work order, and to complete the contract within (_, calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. I(we) acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration on preparation of the foregoing bid: Addendum No. 1 (Initials) Addendum No. 3 (Initials) Addendum No.2 (Initials) Addendum No.4 (Initials) Respectfully submitted, Name of Contractor By: (Signature) (Printed Name) Title: Company Name: Address: Email: Telephone: Page 7 of 7