Loading...
HomeMy WebLinkAboutContract 52063 Received Date: 03/19/19 Received Time:1:32 PM Developer and Project Information Cover Sheet: Developer Company Name: Texas Christian University Address, State,Zip Code: P O Box 297041,Fort Worth,TX 76129 Phone&Email: 817-257-7000,brian.gutierrez@tcu.edu Authorized Signatory, Title: Brian Gutierrez ,Vice Chancellor for Finance&Administration Project Name: TCU South Core Improvements Brief Description: Paving, Storm Drain, Signals Project Location: West Berry St and Bellaire Dr. Corridor between Stadium Dr. Plat Case Number: :FS-18-044 Plat Name: Lot 1R,Block 18R TCU Addition Mapsco: TAR-067W Council District: 3 CFA Number: CFA18-0161 City Project Number: 101724 City of Fort Worth,Texas Standard Community Facilities Agreement-TCU South Core Improvements UFMCAL RECURD CFA Official Release Date:02.20.2017 CIT'SECRETARY Page 1 of 11 FT WORTH,7 STANDARD COMMUNITY FACILITIE- AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 52063 WHEREAS, Texas Christian University, ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto("Improvements")related to a project generally described as TCU South Core Improvements ("Project") within the City or the extraterritorial jurisdiction of Fort Worth, Texas ("City"); an d 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 require s the Developer's contractor(s) City of Fort Worth,Texas Standard Community Facilities Agreement-TCU South Core Improvements CFA Official Release Date:02.20.2017 OFFICIAL RECORD Page 2 of 11 CITY SECRETARY FT WORTH,TX 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) -i.. Sewer(A-1) 1 I. Paving(B) , Storm Drain(B-1) ;, Signals (C) 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 Il, 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 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 of Fort Worth,Texas Standard Community Facilities Agreement-TCU South Core Improvements CFA Official Release Date:02.20.2017 Page 3 of 11 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-iysued 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. L 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. City of Fort Worth,Texas Standard Community Facilities Agreement-TCU South Core Improvements CFA Official Release Date: 02.20.2017 Page 4 of 11 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 dama,-es are caused, in whole or in part, bV the alleged ne,-1i,-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, bV the alleged nealiZence 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. 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 City of Fort Worth,Texas Standard Community Facilities Agreement-TCU South Core Improvements CFA Official Release Date:02.20.2017 Page 5 of 11 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 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 'ails 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 City of Fort Worth,Texas Standard Community Facilities Agreement-TCU South Core Improvements CFA Official Release Date:02.20.2017 Page 6 of 11 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. Q. Developer acknowledges that in accordance with Chapter 2270 of the Texas Government Code,the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. IMMIGRATION AND NATIONALITY ACT R. Developer shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form(I-9). Upon request by City, Developer shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Developer shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Developer employee who is not legally eligible to perform such services. DEVELOPER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY DEVELOPER, DEVELOPER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Developer, shall have the right to immediately terminate this Agreement for violations of this provision by Developer. City of Fort Worth,Texas Standard Community Facilities Agreement-TCU South Core Improvements CFA Official Release Date:02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name: TCU South Core Improvements CFA No.: CFA18-0161 City Project No.: 101724 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 $ 200,970.30 2.Storm Drain $ 397,899.90 3.Street Lights Installed by Developer 4. Signals $ 254,947.80 TPW Construction Cost Total $ 853,818.00 Total Construction Cost(excluding the fees): $ 853,818.00 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%) $ 23,954.81 F. TPW Material Testing(2%) $ 11,977.41 G. Street Light Inspsection Cost $ - H. Signals Inspection Cost $ 10,197.91 H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 46,130.13 Total Construction Fees: $ 46,130.13 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 853,8118.00 Completion Agreement=100%/Holds Plat $ 853,818.00 Cash Escrow Water/Sanitary Sewer-125% $ Cash Escrow Paving/Storm Drain=125% $ 1,067,2 2.50 Letter of Credit=125%w/2yr expiration period $ 1,067,2 2.50 x City of Fort Worth,Texas Standard Community Facilities Agreement-TCU South Core Improvements CFA Official Release Date: 02.20.2017 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 Texas Christian University Jesus J.Chapr019) Jesus J. Chapa Assistant City Manager 8�iarz C,cclze��ez Date: Mar 14,2019 Brian Gutierrez(Mar 14,2019) Name: Brian Gutierrez Recommended by: Title: Vice Chancellor for Finance & Administration Evelyn s(Mar 14,2019) Date: Mar 14,2019 Evelyn Roberts/Jennifer Ezernack Project Assistant Planning and Development Contract Compliance Manager: By signing, I acknowledge that I am the Approved as to Form &Legality: person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting Richard A.McCracken(Mar 14,2019) requirements. Richard A. McCracken Assistant City Attorney I-aari&I-ewison bohahloaralas M&C 1V X o. N/A Laurie Lewis on behalf of Janie Morales(Mar 14,2019) Date: Name: Janie Morales Title: Development Manager Form 1295: NSA .�:��- e, o `l4v ATTEST: MaryJ. ayser(Marl,2019) Mary J. Kayser/Ronald Gonzales. City Secretary/Assistant City Seer e TE)( r City of Fort Worth,Texas Standard Community Facilities Agreement-TCU South Core Improvements OFFICIAL RECORD CFA official Release Date: 02.20.2017 CITY SECRETARY Page 9 of 11 FT. WORTH,TX Check items associated with the project being undertaken: checked items must be included as Attachments to this Agreement Included Attachment 1� Attachment 1 -Changes to Standard Community Facilities Agreement ® Location Map Cl Exhibit A: Water Improvements Exhibit A-1: Sewer Improvements a Water and Sewer Cost Estimates Exhibit B: Paving Improvements ® Paving Cost Estimate ® Exhibit 13-1: Storm Drain Improvements l� Storm Drain Cost Estimate ® Exhibit C: Signal Improvements ® Signals Cost Estimate (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement-TCU South Core Improvements CFA Official Release Date:02.20.2017 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 101724 None. City of Fort Worth,Texas Standard Community Facilities Agreement-TCU South Core Improvements CFA Official Release Date:02.20.2017 Page 11 of 11 no 42 43 DAP-em PROPOSAL Pap 10ri SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlistitem Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Aid Value UNIT III:DRAINAGE I&OTHER LITILITIESI IMPROVEMENTS 1 0241.0900 Remove Misc Conc Structure 0241 13 LS 1 $750.00 $750.00 2 0241.1012 Remove 6"Water Line 0241 14 LF 155 $16.00 $2,480.00 3 0241.1000 Remove Conc Pvmt 0241 15 SY 404 $30.00 $12,120.00 4 0241.1100 Remove Asphalt Pvmt 0241 15 SY 1063 $12.30 $13,074.90 5 0241.1200 Remove Brick Pvmt 0241 15 SY 66 $240.00 $15,840.00 6 0241.1218 4"-12"Water Abandonment Plug 0241 14 EA 3 $1,300.00 $3,900.00 7 0241.1300 Remove Conc Curb&Gutter 0241 15 LF 50 $13.00 $650.00 8 10241.1511 Salvage 3/4"Water Meter 0241 14 EA 4 $500.00 $2,000.00 9 0241.3013 Remove 18"Storm Line 0241 14 LF 30 $29.00 $870.00 10 0241.3102 18"Storm Abandonment Plug 0241 14 EA 1 $1,300.00 $1,300.00 11 0241.3402 Remove 5'Storm Juntion Box 0241 14 EA 2 $750.00 $1,500.00 12 0241.4001 Remove 10'Curb Inlet 0241 14 EA 1 $750.00 $750.00 13 3110.0104 18"-24" Tree Removal 31 1000 IEA 2 $1,500.00 $3,000.00 14 3305.0109 Trench Safety 33 05 10 ILF 1216 $1.00 $1,216.00 15 3305.0112 Concrete Collar 33 05 17 EA 1 $675.00 $675.00 16 13341.0201 21"RCP,Class III 3341 10 LF 242 $249.00 $60,258.00 17 13341.0208 27"RCP,Class III 3341 10 LF 372 $240.00 $89,280.00 18 3341.0309 36"RCP,Class III 3341 10 LF 602 $218.00 $131,236.00 19 3349.0001 4'Storm Junction Box 33 49 10 EA 1 8 000.00 $8.000.00 20 3349.0002 5'Storm Junction Box 33 49 10 EA 2 $6,700.00 $13,400.00 21 3349.5001 10'Curb Inlet 1334920 EA 1 $5,000.00 $5,000.00 22 3349.5003 20'Curb Inlet 1334920 1EA 2 $8,300.00 $16,600.00 23 3471.0001 Traffic Control 13471 13 Imo 2 $7,000.00 $14,000.00 TOTAL UNIT 111:DRAINAGE IMPROVEMENTS $397,899.90 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION Ix)CU\1FNTS•DFM OPER AIVARDPp PROJECTS F-V-1-Fd,e 16.1019 Rid P.M-LDAP.)ts @r 4243 DAP-Rm PROPOSAI. Pape 2 ar3 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit or Bid No. DescriptionSpecification No. I Measure Quantity unit Pnce Bid Value UNIT IV:PAVING IMP R VEMENTS 1 0241.0100 Remove Sidewalk 0241 13 SF 2726 $4.25 $11,585.50 2 0241.0300 Remove ADA Ramp 0241 13 EA 3 $1,800.00 $5 400.00 3 0241.0401 Remove Concrete Drive 0241 13 SF 462 $4.80 $2,217.60 4 0241.0600 Remove Wall<4' 0241 13 LF 113 $152.00 $17,176.00 5 0241.1000 Remove Conc Pvmt 0241 15 SY 406 $30.00 $12,180.00 6 0241.1100 Remove Asphalt Pvmt 0241 15 SY 586 $12.30 $7,207.80 7 10241.1200 Remove Brick Pvmt 0241 15 SY 74 $240.00 $17,760.00 8 0241.1300 Remove Conc Curb&Gutter 0241 15 LF 518 $13.00 $6,734.001 9 3211.0400 Hydrated Lime 32 11 29 TN 11.6 $215.00 $2,494.001 10 3211.0501 6"Lime Treatment 3211 29 SY 5721 $7.20 $4 118.40 11 3213.0102 7"Conc Pvmt 32 13 13 SY 544 $126.00 $68,544.001 12 3213.0301 4"Conc Sidewalk 32 13 20 SF 736 $12.00 $8,832.001 13 3213.0401 6"Concrete Driveway 32 13 20 SF 130 $10.00 $1,300.001 14 3213.0501 Barrier Free Rarnl2,Type R-1 32 13 20 EA 2 $3,150.00 $6,300.00 15 3213.0506 Barrier Free Ramp,Type P-1 32 13 20 EA 1 $1,010.00 $1,010.00 16 3214.0100 Brick Pvmt 32 14 16 SY 28 $360.00 $10,080.00 17 3216.0101 6"Conc Curb and Gutter 32 16 13 LF 96 $45.50 $4,368.00 18 3217.0002 4"SLD Pvmt Marking HAS Y 32 17 23 LF 462 $1.00 $462.00 19 3217.0003 4"DOT Pvmt Markin HAS 33 17 23 LF 36 $1.25 $45.00 20 3217.0102 6"SLD Pvmt Markin HAS Y 32 17 23 LF 75 $2.00 $150.00 21 3217.0201 8"SLD Pvmt Markin HAS 32 17 23 LF 75 $2.00 $150.00 22 3217.0501 24"SLD Pvmt Markin HAE W 32 17 23 LF 4381 $8.00 $3,504.00 23 3217.1002 Lane Legend Arrow 32 17 23 EA 2 205.00 $410.00 24 3217.1003 Lane Legend DBL Arrow 32 17 23 EA 1 $375.00 $375.00 25 3217.1004 Lane Legend Only 32 17 23 EA 3 $215.00 $645.00 26 3217.2103REFREFL Raised Marker TY 11-A-A 72-17-2§--EA 27 3217.4307Rmv Raised Marker A 28 3232.0100 Conc Ret Wall Ad'acent to Sidewalk 32 32 13 SF 140 $43.20 $6,048.00 29 3441.4003 Furnish/Install Alum Sign Ground Mount City Std. 34 4130 lEA 2 $560.00 $1,120.00 30 3441.4108 Remove Sin Panel and Post 13441 30 JEA 1 $156.00 $156.00 31 9999.0000 4"Mountable Curb 32 16 13 LF 7 $W00 $420.00 TOTAL UNIT IV:PAVING IMPRAMENTS $200,970.30 CrTY OF FORT WORTH STANDARD Co\',mucrION SPF:CIFtCA no,4 DOCU\TENTS•DEVELOPER AW ANDPD PROJECTS F-Vmwm Fdvurr K 101% Bid Pnw�DAP."[" W4243 DAP-BN PROPOS AT, PW 3 ur3 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Ridd.es Proposal Ridlist hem Specification Unit or Bid No. DescriptionSpecification No. Measure Quantity Unit Price Rid Valet UNIT VI:TRAFFIC SIGNAL i MPROVEMEN 1 2605.0111 Furnish/Install Elec Sery Pedestal 26 05 00 EA 1 $7,350.00 $7,350.00 2 2605.3014 2"CONDT RM(Riser) 26 05 33 LF 25 $22.00 $550.00 3 2605.3015 2"CONDT PVC SCH 80(T) 26 05 33 LF 270 $16.00 $4,320.00 4 2605.3025 3'CONDT PVC SCH 80(T) 26 05 33 LF 90 $18.00 $1,620.00 5 2605.3026 3"CONDT PVC SCH 80(B) 26 05 33 LF 310 $34.00 $10,540.00 6 2605.3303 4"CONDT PVC SCH 80(T) 26 05 33 LF 55 $20.00 $1,100.00 7 3441.1001 3-Sect Signal Head Assmbly 3441 10 EA 10 $2,200A0 $22,000.00 8 3441.1003 5-Sect Signal Head Assmbly 3441 10 EA 2 $2,900.00 $5,800.00 9 3441.1011 Ped Signal Head Assmbly 3441 10 EA 6 $1,250.00 $7,500.00 16 3441.1021 2'Ped Push BTN Station W/Sign 3441 10 EA 4 $495.00 $1,980.00 11 3441.1031 Audible Pedestrian Pushbutton Station 3441 10 EA 2 $1,955.00 $3,910.00 12 3441.1209 Furnish/Install BBU System EXT Mounted 3441 10 EA 1 $7,130.00 $7,130.00 13 3441.1215 Furnish/Install Hybrid Detection System 3441 10 APR 4 $9,650.00 $38,600.00 14 3441.1217 Furnish/Install Hybrid Detection Cable 3441 10 LF 900 $4.00 $3,600.00 15 3441.1311 5/C 14 AWG Mutti-Conductor Cable 3441 10 LF 615 $2.00 $1,230.00 16 3441.1312 7/C 14 AWG Multi-Conductor Cable 3441 10 LF 255 $2.00 $510.00 17 3441.1315 20/C 14 AWG Multi-Conductor Cable 3441 10 LF 640 $5.52 $3,532.80 18 3441.1322 3/C 14 AWG Multi-Conductor Cable 3441 10 LF 930 $2.00 $1,860.00 19 3441.1408 NO 6 Insulated Elec Condr 344110 LF 590 $2.00 $1,180.00 20 3441.1409 NO 8 Insulated Elec Condr 3441 10 LF 1390 $2.00 $2,780.00 21 3441.1413 NO 6 Bare Elec Condr SLD 3441 10 LF 300 $2.00 $600.00 22 3441.1503 Ground Box Type D,w/Apron 3441 10 EA 6 $1,400.00 $8,400.00 23 3441.1601 Furnish/Install 5'Pedestrian Push Button Pole 3441 10 EA 1 $1,080.00 $1,080.00 24 3441.1603 Furnish/Install 10'-14'Ped Pole Assmbly 3441 10 EA_ 2 $1,410.00 $2,820.00 25 3441.1612 Furnish/Install Type 42 Signal Pole 3441 10 EA 2 $7,610.00 $15,220.00 26 3441.1615 Furnish/Install Type 45 Signal Pole 3441 10 EA 2 $8,815.00 $17,630.00 27 3441.1623 Furnish/Install Mast Arm 16'-36' 3441 10 EA 2 $4,140.00 $8,280.00 28 3441.1625 Furnish/Install Mast Arm 52'-60' 3441 10 EA 2 $5,825.00 $11,650.00 29 3441.1701 TY 1 Signal Foundation 3441 10 EA 2 $1,655.00 $3,310.00 30 3441.1703 TY 3 Signal Foundation 3441 10 EA 2 $4,400.00 $8,800.00 31 3441.1705 TY 5 Signal Foundation 3441 10 EA 2 $5,900.00 $11,800.00 32 3441.1715 Signal Cabinet Foundation-352i&BBU 3441 10 EA 1 $4,115.00 $4,115.00 33 3441.1741 FumishAnstall 3521 Controller Cabinet Assembly 34 41 10 EA 1 $18,950.00 $18,950.00 34 3441.3201 LED Lighting Fixture 34 41 20 EA 5 $1,205.00 $6,025.00 35 3441.3501 Salvage Street Light Pole 34 41 20 EA 1 $410.00 $410.00 36 3441.4001 Furnish/Install Alum Sign Mast Arm Mount 34 41 30 EA 8 $635.00 $5,080.00 37 9999.0001 4G LTE Communications Unit 3441 10 EA 1 $2,885.00 $2,885.00 38 9999.0002 Communications Cable 34 41 10 LF 160 $5.00 $800.00 39 40 41 42 43 44 45 46 TOTAL UNIT VI:TRAFFIC SIGNAL IILPROVEMENTSI $254,947.80 Bid Summary UNIT III:DRAINAGE &OTHER UTILITIES IMPROVEMENTS $397,899.90 UNIT IV:PAVING IMPROVEMENTS $200,970.30 UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS $254,947.80 Total Construction Rid $853,818.001 This Bid is submitted by the entity named below: BIDDER: BY:L Thoma laughn J.T.Vaughn Construction,LLC �'- 10355 Westpark Drive TITLE:C.EU Houston,TX 77012 DATE: 713-243-8300 calendar daps after the date when the Contractor a[rees to complete yF'URK for FI NAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. CFTY OF FORT WORTH STANnARD CONSTRUM Nd SPECIFICATION DOCU1tFNTS-DFVEMPER AW ARDF.D PROJECTS Fom,V-1-Pdt y16±018 Bid PmPossl DAP.�h o�a _ J PROJECT LOCATION 3 � a a B TCU . n I R, B Z o = 1 LL U d C a _ ah t - 0 0 o' o m M 0 o _ o ' 0 VICINITY MAP a NOT TO SCALE w STORM DRAIN PAVING & TRAFFIC SIGNAL f d IMPROVEMENTS TO SERVE TCU SOUTH CORE a 0 N m O CITY PROJECT # 101724 z DUNAWA y U 550 Bailey Avenue•Suite 400•Fat Worth,Texas 76107 Tel:817.335.1121 o (TX REG F-1114) w J d n I _ O = V 'Dj / �00� YF ~U LL p jaN� \ : III, : F—Z O a.O Ln 0o0'. -1 �z \ H mLLJ O j I U '�s LIJ \�/Q S Ln /\O. V) w wL W Ib Cj:� Ifj V m I ,- . :�i i - I Fa mOfwAFW ( O --"F- 2 Npw m�0 Y"U O (n L Oaa� ` oa 1 Oce Q Yoa;. ro¢- I (�j � W 1 -0, J J mix 10'121'd nia�a ran -O Z O m<o� ca I� 6 3 tld w \ w d __.._tom a_. W a� rOl 3 f110 oW� V) Q r-r �a oys )1?Jtld 1532103 w O k ,< O m Q w w NOLLIOOtl p o \ O r: p > \ >o � Q Ili O � Z w> 6 )10019 '4 101 ...._._..._4 > _Za o III �Fa Q YpLW� o 3 (0-.-NL li UQa� 0� I., mY U - mYaU ujcn I^aY1K wa CL Q Owe _ I 0W� Jho W011 _ o� Q ZCL u z w I LU LU uj 0 w w D LI-I- -O _ O � _ u u u LU - - Z I op o o m O u z u u F j ~ C7 _� no LD a u Z O — Wo �'a o f o W 3 J C7 W a ~ 03 ° 3 a a we l� ,,nn z > W _ n J V a3 a0 a — a a LL w ZDo J � F � i ' . I,Z, a 6MP'9NIAVd\sl!q!4x3\NIVNO WNO-S-E Vd7\WUapuodsa'J00\100\OKE\006£00\OOSuO.qpnPwd\:5:H1Vd3IId WV OI:11:1V 610Z'b1 keNgaJ'AePsj^41:NO JaneaM MN!a:A9 031101d 0 0 fit_ ...�____ - - lit — M o LL Ln i Ln LU °C 1 3AV HSd9VM LU u LU W o E 30 E ANS 33S 3NIl HJIVVM W I oo s / ? cso, Lom�� No C�> = I IW (o ❑ 1 N3n3SI d3 ..'Z Nlb2l0 MOLLS —sc (73SOdOVd, I W H it � WC)� V � ca o � C � Lo � Lo 0 2 o�o� jl 3 I II Zcn Lu o �l II I I m l z io Z z o 3 Loo w �„ w I - 0 z z z it I I W# "► — L V` X XLn w I�N� W W d LU w LU l 11 I Z "II II I I 3 J II wIII I � w II I ' i i I a' III�I! d III bmp- lO.LS\S7!q!4x3\NIVdCl W'dO-S-£tljJ\@Ou8puOd5mO:)\T00\Ob6£\006£00\OOSuo.ipnpad\;9:HiVd3lld Wd T£:£UV 61OZ 180 tienuer'Aepsanl:NO PueNDIAS SP40:AS 031101d Uf 1�I ...,- ! \........ � `\ / W �F O ' , INI �' W � J I \ ~gym ILU °° I�'��r,,� W a n o n Q O - I I 3 N U p p J y I v I � l I � Q 0uj (D z o o - I I Iw z � oN X Q. 0 Lu Q w w a s I rn ®.. --- -- -- V ( � 0) I elM Yoo��� opa a�a~ 3 Fa w `MIr ZaF�Qo,_W W W I I I 0 CL 11I�.,, mK0 I a I N a w �O O cia20. Q \own 4ac 09 — � 4p0 � CLV 1=. ._.. - - — 'COOL O W.�II_._..... LO Z O m Q — _�_ -- _.._........_...______i_......_ ----1_.:. - . W � - 46M Lu � o 0 J — � ' z -- 0 w_ X LLIW � Ww N W - _ 7: CA W cn W --- CA -- LUUJ Z 2 NJ Z 00 oQ � z o � OC) o m -1-1_ 1111 l _l__ Z L L _ 1 , 7 Ln Ln UF2m�~j' di m< NN Q p U O� Z N J 6MP-Wa01S\s4IQI4xANMG Wa0L5-£tld:)\-uapuod-00\T00\066£\006£00\OOSu04pnPad\:9:H-LVd3lId Wd Tl:[:-LV 6TOZ'80 kenuer'Aep-nl:NO Puew)i ns spo:A9 aga Id JJ, I ( Z ••� �n �� 7 Z_ Q H \ CC W Z CO "" s CABLE ...._... � ." 3 u o 0 C) O O cn N O O Z (7 p n z Q (wa s ) w 2L- (i N Q J z LO loci), t I�� a c�c .... . 4 N O OE.4,-3 v, -.- I I I a moaci m o � � � a• �� a, a IL € I a rn w Fa Uw € Ila Iui a. _ a he m r, € in i - CL CILM LL, Cl 0 1 N3n3SV3 30VN/dcl0 ,Sl 1 _ 4 Xa 03SOd02/d Wci II �- _ 03AV HS°d8LU `dN1 N -- -- LU 0 LLI W 6 0 £ 10 t 133HS 33S 3N11 H:).LV 01 Z Ln Q _ - o .— ..--- S.a-X3 6MP'WbO-LS\�lgl4x3\NltlilO W'dOJ.S-£tl3J\@OuapuodsaLoO\100\Ob6£\006£00\OOSuoNnpad\9:H1tld3lIj Wd T£:£:ltl 6102'80 Aienu�-'AePsanl-NO Pupil:)!-QS SPUD:A9 O3l101d WI 1--�4cn x Q cw D Q J O J W w O0. m � _ 1W -j z� p Z a- O o Q 7W H Z) LUZ _...__..._r._ N�i;�,o } Z O p Z O U Q —g 0 Q N C�7 a- OU J W z 0 2 0 0 O ?w NO z O rti Z = p a a a LL, aa a w � Q rnLLJ F= Q aQaaaaUa2 a Vn I,� W oa _ J oo oYaU O = O I — 1 D ® n madam .-aWa Q Q III ! I I k � O Jf �1 LU HSdgvmra, Q 1� "l< \ � CL � � J � � 03 L6 ! Tr- � C) a— C C) kLok H _ w W\J O --i W C/) O W C) O � o B LAJ � O --i TWO Z m \ U N� Lo O � O�Or rl�QZK p.� moWo O OO W "�N W �O W m-o� o O (n All C) WJWP D 11L '`$ J I o "^ ji Q � - OOO LU Z u� N '1'O.1' -d ,I 64 3JVd 'OL 3Wf110A ' NOLLIOOV H d 1S38O.A 101 6Mp'IVN91S\sl!q!4x3\NIVNO W21O1S-E tljO\-uapuodsaijo3\T00\Ob6E\006£00\OOSua.ipnpad\:g'FLVd3l=J WV ZZ:B:IV 6TOZ'OZ tierugaj'AepsaupaM:NO JaneaM rM!d:AS 0311O1d