Loading...
HomeMy WebLinkAboutContract 53849 Received Date: Apr 28,2020 Received Time: 10:25 AM Developer and Project Information Cover Sheet: Developer Company Name: Texas Health Resources Address, State,Zip Code: 6100 Harris Pkwy.Fort Worth,Texas 76132 Phone&Email: Clint Sanders 1 817-433-6565 Authorized Signatory,Title: Brian Holmes, Senior Vice President Project Name: Texas Health Resources Brief Description: Paving, Signals Project Location: 6100 Harris Pkwy.,Fort Worth,Texas 76132 Plat Case Number: FS-12-160 Plat Name: Hams Parkway Medical Mapsco: Council District: CFA Number: CFA19-0047 City Project Number: IPRC19-0092 1 CPN 102081 OFFICIAL RECORD City of Fort Worth,Texas CITY SECRETARY Standard Community Facilities Agreement-Texas Health Resources F,I, ®RT.�f T � CFA Official Release Date:02.20.2017 Page 1 of 11 -- =_. STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 53849 WHEREAS, Texas Health Resources, ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements")related to a project generally described as Texas Health Resources ("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 Proj ect. 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-Texas Health Resources CFA Official Release Date:02.20.2017 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) ❑, Paving (B) ®, Storm Drain(B-1) ❑, Street Lights & Signs (C) ❑, Signals (C2) X. 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 maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253, Texas Government Code. City of Fort Worth,Texas Standard Community Facilities Agreement-Texas Health Resources CFA Official Release Date: 02.20.2017 Page 3 of 11 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. 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. City of Fort Worth,Texas Standard Community Facilities Agreement-Texas Health Resources CFA Official Release Date: 02.20.2017 Page 4 of 11 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 alleged negligence 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 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. City of Fort Worth,Texas Standard Community Facilities Agreement-Texas Health Resources CFA Official Release Date: 02.20.2017 Page 5 of 11 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 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 City of Fort Worth,Texas Standard Community Facilities Agreement-Texas Health Resources CFA Official Release Date: 02.20.2017 Page 6 of 11 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. 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-Texas Health Resources CFA Official Release Date: 02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name: Texas Health Resources CFA No.: CFA19-0047 City Project No.: H'RC19-0092 I CPN 102081 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 $ 32,695.00 2.Storm Drain $ - 3.Street Lights Installed by Developer $ - 4. Signals $ 297,006.00 TPW Construction Cost Total $ 329,701.00 Total Construction Cost(excluding the fees): $ 329,701.00 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%) $ 1,307.80 F. TPW Material Testing(2%) $ 653.90 G. Street Light Inspsection Cost $ - H. Signals Inspection Cost $ 11,880.24 H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 13,841.94 Total Construction Fees: $ 13,841.94 Choice Financial Guarantee Options,choose one Amount Mark one Bond= 100% $ 329,701.00 Completion Agreement=100%/Holds Plat $ 329,701.00 Cash Escrow Water/Sanity Sewer-125% $ - Cash Escrow Paving/Storm Drain=125% $ 412,126.25 Letter of Credit=125%w/2 r expiration period $ 412,126.25 X City of Fort Worth,Texas Standard Community Facilities Agreement-Texas Health Resources 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 Health Resources Dana Burghdoff(Apr 28,20 Dana Burghdoff Interim Assistant City Manager src4�Hdotwl Date: Brian Holmes(Apr 27,2020) Name: Brian Holmes Recommended by: Title: Senior Vice President Date: Apr 27,2020 � Evelyn Roberts/Jennifer Ezernack Project Assistant Planning and Development Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and Approved as to Form &Legality: administration of this contract, including ensuring all performance and reporting requirements. Richard A.McCracken(Apr 27,2020) Richard A. McCracken e✓eiyn Robo&s on bobaifof Evelyn Roberts on behalf of(Apr 27,2020) Assistant City Attorney M&C No. Name: Janie Morales Date: Apr 27,2020 Title: Development Manager Form 1295: � ATTEST: Mary J. Kayser/Ronald Gonzales` City Secretary/Assistant City Secretary City of Fort Worth,Texas fFT. TY SECRETAR,;' Standard Community Facilities Agreement-Texas Health Resources WORTH 7X CFA Official Release Date:02.20.2017 Page 9 of 11 - -,--. Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment ® Attachment 1 - Changes to Standard Community Facilities Agreement ® Location Map ❑ Exhibit A: Water Improvements ❑ Exhibit A-1: Sewer Improvements ® Exhibit B: Paving Improvements ❑ Exhibit B-1: Storm Drain Improvements ❑ Exhibit C: Street Lights and Signs Improvements ® Exhibit C-2: Street Signal Improvements ® Signed Construction Cost Estimates (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement-Texas Health Resources CFA Official Release Date: 02.20.2017 Page 10 of 11 ATTACIEMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. IPRC19-0092 1 CPN 102081 None. City of Fort Worth,Texas Standard Community Facilities Agreement-Texas Health Resources CFA Official Release Date: 02.20.2017 Page 11 of 11 R :. Ilia �'•1 PRIM �a dr ��}-- No �gL k F s * do i � . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . �o \ 70 Zn 1' WIDE 2cn CONC Crepe Myrtle \ �� PL NTER \ Crepe Myrtle \ \ Crepe Myrtle lip METAL TEXAS HEALTH HOSPITAL \ SIGN ON CONIC BASE Crepe Myrtle— Crepe Myrtle Crepe Myrtle .\ Crepe Myrtle HEART p\ \ WALK SIGN \ Crepe Myrtle Vv y`1 Crepe Myrtle • �epe Myrtle_ PLC W 1' WIDE FLAGPOLE ON PLM ER 24" CON P-1 CURB RAMP DOUBLE YELLOW PAINT PAINT STRIPE CON- STRIPES DETECTABLE WARNING(TYP) PAVING X '�' vJPvK 5'SIDEWALK(TYP) Cps SAWCUT(TYP) DE COIS PLAN ER 0 Z n r 0Z e- 6" Pecan \ LEGEND: CONCRETE SIDEWALK CFA EXHIBIT - B PAVING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Texas Health Traffic Signal teague nail & perkins Resources Improvements to Serve 5237 N. Riverside Drive,Suite 100 Fort Worth,Texas 76137 251 Westpork Way,Suite 200 Texas Health Harris 817.336.5773 ph 817.336.2813 fx N Euless,TX 76040 TBPE Registration No.F-230 Methodist Hospital www.tnpinc.com o 3o Southwest CPN: 102081 (SHEET 2 OF 3) a I: : 5 11111111 A<xhbits A- avbg.A�g at Jon I, -I: DATE: MAY 16, 2019 m by ogbson input:9LNOLS nets X10-BASEAg.Ey . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . �o \ 70 Zn 1' WIDE 2cn CONC Crepe Myrtle \ �� PL NTER \ Crepe Myrtle \ \ Crepe Myrtle METAL TEXAS \ HEALTH HOSPITAL \ SIGN ON CONC BASE coroouir(rrP) � Crepe Myrtle— Crepe Myrtle i Crepe Myrtle .\ Crepe Myrtle HEART \ p\ \ WALK SIGN \ Crepe Myrtle Vv y`1 Crepe Myrtle • �epe Myrtle_ PLC W GANG 1' WIDE �ONC FLAGPOLE ON PLMTER 24" CON DOUBLE \ \\ YELLOW PAINT PAINT STRIPE STRIPES \ / CONC / PAVING GONG DE CO PLAN ER 0 Z n z \ r aZ 0��- 6" Pecan \ LEGEND: LEGEND: ❑m PEDESTAL SERVICE SIGNAL HEAD ® CONTROLLER AND PEDESTRIAN HEAD CABINET GROUND BOX C FA EXHIBIT C2 PTZ CAMERA DC� E- MAST ARM POLE TRAFFIC SIGNALS MAST ARM SIGN o- PUSHBUTTON POLE OPTICOM DETECTOR 0 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Texas Health Traffic Signal teague nail & perkins Resources Improvements to Serve 5237 N. Riverside Drive,Suite 100 Fort Worth,Texas 76137 251 Westpork Way,Suite 200 Texas Health Harris 817.336.5773 ph 817.336.2813 fx N Euless,TX 76040 TBPE Registration No.F-230 Methodist Hospital www.tnpinc.com o 3o Southwest (SHEET 3 OF 3) CPN: 102081 DATE: MAY 16, 2019 awing: 5 I I wA A nxbbits A- PL.Q�g at Jon I, -I: by sgibsm input:9LNOLS wets xl0-IROFFIC.g-xlll-BAg.ftg 00 42 43 DAP-BID PROPOSAL Page 4 oF7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Unit of Bid No. Description Specification Section No. Measure Quantity Unit Price Bid Value UNIT IV:PAVING IMPROVEMENTS 1 0241.0100 Remove Sidewalk 0241 13 SF 440 $12.00 $5,280.00 2 0241.1300 Remove Conc CUrb&GUtter 0241 15 LF 11 $30.00 $330.00 3 3213.0301 4"Conc Sidewalk 32 13 20 SF 485 $20.00 $9,700.00 4 3213.0322 Conc Curb at Back of Sidewalk 32 1320 LF 31 $65.00 $2,015.00 5 3213.0506 Barrier Free Ramp,Type P-1 32 13 20 EA 2 $4,600.00 $9,200.00 6 3292.0100 Block Sod Placement 3292 13 SY 135 $22.00 $2,970.00 7 9999.0001 Detectable Warning Surface 32 13 20 EA 4 $800.00 $3,200.00 TOTAL UNIT IV:PAVING IMPROVEMENTS1 $32,695.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Farm Version February 16,2018 00 42 43_Bid Proposal_DAP 00 42 43 DAP-BID PROPOSAL Page 5 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Unit of Bid Description Specification Section No. Unit Price Bid Value No. Measure Quantity UNIT V:STREET LIGHTING IMPROVEMENTS TOTAL UNIT V:STREET LIGHTING IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version February 16,2018 00 42 43_Bid Proposal DAP 00 42 43 DAP-BID PROPOSAL Page 6 or7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Unit of Bid No. Description Specification Section No. Measure Quantity Unit Price Bid Value UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS 1 2605.0111 Furnish/Install Elec Sery Pedestal 26 05 00 EA 1 $9,000.00 $9,000.00 2 2605.3015 2"CONDT PVC SCH 80(T) 26 05 33 LF 75 $20.00 $1,500.00 3 2605.3016 2"CONDT PVC SCH 80(B) 26 05 33 LF 285 $22.00 $6,270.00 4 2605.3025 3"CONDT PVC SCH 80(T) 26 05 33 LF 150 $21.00 $3,150.00 5 2605.3026 3"CONDT PVC SCH 80(B) 26 05 33 LF 285 $26.00 $7,410.00 6 3217.0001 4"SLID Pvmt Marking HAS(W) 32 17 23 LF 825 $5.00 $4,125.00 7 3217.0002 4"SLID Pvmt Marking HAS(Y) 32 17 23 LF 850 $5.00 $4,250.00 8 3217.0501 24"SLD Pvmt Marking HAE(VV) 32 17 23 LF 100 $53.00 $5,300.00 9 3217.1002 Lane Legend Arrow 321723 EA 2 $480.00 -_-__$960.00 10 3217.1004 Lane Legend Only 32 17 23 EA 2 $480.00 $960.00 11 3217.2103 REFL Raised Marker TY II-A-A 32 17 23 EA 10 $24.00 $240.00 12 3217.4307 Remove Raised Marker 321723 EA 330 $6.00 $1,980.00 13 3441.1001 3-Sect Signal Head Assmbly 34 41 10 EA 12 $1,420.00 $17,040.00 14 3441.1003 5-Sect Signal Head Assmbly 344110 EA 2 $1,830.00 $3,660.00 15 3441.1011 Ped Signal Head Assmbly 3441 10 EA 6 $950.00 _ $5,700.00 16 3441.1031 Audible Pedestrian Pushbutton Station 3441 10 EA 6 $1,850.00 $11,100.00 17 3441.1205 Furnish/Install VIVDS 3441 10 EA 4 $8,643.00 $34,572.00 18 3441.1217 Furnish/Install Hybrid Detection Cable 3441 10 LF__ 680 $5.00 $3,400.00 19 3441.1220 Furnish/Install Model711 Preemption 3441 10 EA 4 $1,920.00 $7,680-00 20 3441.1224 Furnish/Install Preemption Cable 3441 10 LF 620 $2.00 $1,240.00 21 3441.1311 5/C 14 AWG Multi-Conductor Cable 3441 10 LF 450 $2.00 $900.00 22 3441.1312 71C 14 AWG Multi-Conductor Cable 3441 10 LF_ 100 $2_.2_0 $2_20.00 23 3441.1315 20/C 14 AWG Multi-Conductor Cable 34 41 10 LF 460 $5.00 _$2.300.00 24 9999.0602 3/C 12 AWG Multi-Conductor Cable 34 41 10 LF 795 $2.00 $1,590.00 ----- -- -- - - - -- __ ----- -- - - - ---- -_.- . 25 3441.1409 NO 8 Insulated Elec Condr 3441 10 LF 490 $1.75 $857.50 26 3441.1414 NO 8 Bare Elec Condr 3441 10 LF 530 $1.75 $927.50 27 3441.1503 Ground Box Type D,w/Apron 3441 10 EA 4 $1,200.00 $4,800.00 28 3441.1601 Furnish/Install 5'Pedestrian Push Button 3441 10 LF 2 $1,010.00 $2,020.00 29 3441.1603 Fumish/Install 10'-14'Ped Pole Assmbly 3441 10 LF 1 $1,680.00 $1,680.00 30 3441.1613 Furnish/Install Type 43 Signal Pole 34 41 10 LF 2 $8,881.00 $17,762.00 31 3441.1614 Furnish/Install Type 44 Signal Pole 3441 10 LF 2 $8,217.00 $16,434.00 32 3441.1624 Fumish/Install Mast Arm 40'-48' 34 41 10 LF 4 $5,409.00 $21,636.00 33 3441.1646 Furnish/Install Type 33B Arm 3441 10 LF 2 $600.00 $1,200.00 34 3441.1701 TY 1 Signal Foundation 3441 10 EA 3 $1,550.00 $4,650.00 35 3441.1704 TY 4 Signal Foundation 3441 10 EA 4 $4,100.00 _-_. $16,400.00 36 3441.1715 Signal Cabinet Foundation-352i&BBU 3441 10 EA 1 $4,000.00 $4,000.00 37 3441.1725 Furnish/Install ATC Signal Controller 3441 10 EA 1 $5.400.00 $5,400.00 38 3441.1741 Furnish/Install 352i Controller Cabinet 3441 10 EA 1 $22,010.00 $22,010.00 39 3441.3050 Furnish/Install LED Lighting Fixture(70 watt 3441 20 EA 2 $1,900.00 Cobra Head) - $950.00 40 3441.4001 Furnish/Install Alum Sign Mast Arm Mount 3441 30 EA 8 $800.00 $6,400.00 41 3441.4003 Furnish/Install Alum Sign Ground Mount City 3441 30 EA 2 $560.00 $1,120.00 42 3471.0001 Traffic Control 3471 13 __LS 1 $6,000.00 $6,000.00 43 0170.0100 Mobilization 017000 00 _ _LS 1 $16,500.00 $16,500.00 44 9999.0002 Furnish/Install PTZ Camera System 00 00 00 EA 1 $5,411.00 $5,411.00 45 9999.0002 Furnish/Install PTZ Cable CAT 5-e 00 00 00 LF 210 $5.00 $1.050.00 46 9999.0002 Fumish/Install 4G LTE Cellular/WiFi Comm 00 00 00 EA 1 $4 301.00 $4 301.00 TOTAL UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS1 $297.006.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version February 16.2018 00 42 43-Bid Proposal_DAP