Loading...
HomeMy WebLinkAboutContract 38451COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. ?)Sqs.) WHEREAS, the undersigned "Developer" desires to make certain improvements (refer 4717 Worth to the name of the project at the bottom of the page) an addition to the City oort , 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: 31 Parkwood LLC Authorized Signatory: Donald L Silverman Title: Manager ect Name: Sundance Southwest Addition ect Location: N Tarrant Parkway Additional Streets: Plat Case No. FP-008-051 sco: 36H To be completed by staff: Received by: CFA: Lakewood Hill Plat Name: Sundance Southwest Addition Council District: 4 Date: DOE: City Project No: 01092 OFFICIAL RECORD CITYSECRETARY TSWOMITX 1 04-16-09 PO4:t0 IN • :� For and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: 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. D. The following checked exhibits are made a part hereof: Water (A�, Sewer Paving (B) _Storm Drain (B-1) ; Street Lights & Signs (C) X (otgnalj, The Developer shall award ali 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, �008 E. 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 I nfrastructure 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. F. Developer agrees to provide, at its expense, all engineering drawings and documents necessary to construct the improvements required by this Agreement. G. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the improvements required herein. H. 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. 1. 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. J. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer and required for the construction of the current and future improvements provided for by this Agreement. K. 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 iniuries, 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 �iA 0 It I yi L. 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 wav 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 atle�ed ne�li�ence of the �ity 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. M. Upon completion of all work associated with the construction of the infrastructure and improvements, Developer will assign to the City a non- exclusive right to enforce the contracts entered into by the Developer with its contractor along with an assignment of all warranties given by the contractor, whether express or implied. Further, Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. N. 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 (�%) for a total of 6°ro of the developer's share of the total construction cost as stated in the construction contract. 5 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. O. 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. 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 Lite 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 fina] Sept 1?. ''008 � Project Name: SUNDANCE SOUTHWEST ADDITION CFA No.: 2009-002 DOE No.: �999 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 a. Water and Sewer Construction 2. Sewer a. Water and Sewer Construction $ B. TPW Construction 1. Street (Signal only) $ 149,370.03 2, Storm Drain TPW Construction Cost Sub -Total $ 149,370.03 Total Construction Cost (excluding the fees): $ 1497370.03 Construction Fees: C. Water Inspection Fee (2%) $ D. Water Material Testing Fee (2%) $ Sub -Total for Water Construction Fees $ E. TPW Inspection Fee (4%) $ 5,974.80 F. TPW Material Testing (2%) G. Street Light Installation / Inspsection Cost $ H. Street Signs Installation Cost Sub -Total for TPW Construction Fees $ 5,974.80 Total Construction Fees: $ 57974.80 Choice Financial Guaranfee Options, moose orre - 149,370.03 Bond Completion Agreement = 100% / Holds Plat $ 149,370.03 $ 186,712.54 Cash = 125% Letter of Credit = 12L/ w/2 r expiration enod $ 186,712.5411 7 N TESTIMONY WHEREOF, the City of Fort Worth has caused this instrument to be executed in quadruplicate in its name and on its behalf by its Assistant City Manager, attested by its City Secretary, with the corporate seal of the City affixed, and said DeVel per has execut this instrument in quadruplicate, at Fort Worth, Texas this ��� day ofA '' 009. CITY OF FORT WORTH -Recommended by: Water Department Wendy Chi-Babulal, EMBA, P.E. ATTEST: Marty He drix City Secretary ATTEST (Print) Name: Combined CFA final Sept 1?. 3008 E:3 Transportation R. Public Works Department William A erkest, Director Approved by Cit}Manager 's Office Fernando Costa Assistant City Manager —Bv!31 Parllvood LLC Signature Print Name: Donald L Silverman Title : Manager Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment ® Location Map Exhibit A: Water Improvements Water Estimate Exhibit A-1: Sewer Improvements Sewer Estimate ❑ Exhibit B: Paving Improvements Paving Estimate Exhibit 13-1: Storm Drain Improvements Storm Drain Estimate ® Exhibit C: Street Lights and Signs Improvements ® Street Lights and Signs Estimate 9 \y/ u u \ j H N CONSULTING CIVIL ENGINEERS • SURVEYORS ( 972 ) 490-7090 FAX ( 972) 490-7099 Scale N.T.S. Date : 12/15/08 Dwg. File 34243MAP Project No. 34243.00 PARKLAND 38 LTD. 14900 LANDMARK BLVD DALLAS, TX (972)980-8806 SHEET VICINITY MAP � R.O.W. DEDICATION 10' o r--- t___ 0.001 N. TARRANT PARKWAY (200' ROW) 10' P.O.S ESNT. 1p ( ) of t0/ `. 1� li ---"---------t'--- ___!_I ___-____T_-- I----------------------------- -i---�f-- __________ _________ ____________ � w �____________ L124 I I 10' EXCLUSIVE EASEYENT d ROW /0' P.O.S. ESMT. / , C78��� I 5' SIDEWALK ESMT. TRI—COUNTY ELECTRIC COOPERATIVE, INC. BY THIS PUT I f�0 �i I � BY THIS PUT VOL. 12917, PG 238 � I I 1 I i I I I I , , , I i I , 4 I , , 1 I I I I , I , , , tl , 1 � 1 , I l� Y ' ' I` ,e , I i l� n I „mj l� V 3 1 1 I � , , � ' LOT 1 BLOCK B � H 30' JOINT ACCESS ESMT. � � _ � I ; 0.99a ACRES 8Y THIS PUT � I 1 43,104 S0. FT. , I NFSE - s96.zo z 15.033 ACRES ?, 10' EXCLUSIVE EASEMENT d ROW � ' 654,822 S0. FT c �� 7R1—COUNTY ELECTRIC COOPERATIVE, ING ' , , ' WL 12911, PG 238 m I PARKWAY 3B UNITED '~ L66 I VOL 13429, PG. 160 Ji L117�� L � I I� , '• 60 ONE ' _ 15' SAN. SEWER ESYT. � , , � �' - ; � L94y BY THIS PUT I ' ,� 0' /2 15' % 15' WATER ESNT. �� i� � iks U �� i J � BY THIS PUT i , , , I , N 89'32'02' E 749.30' �� �- , 1 � I _ cJj � � YI ,� L51 ' ' ' ' ' , I , n N 89'28'32' E �_ __ b l I I S _r _____________________ __�� IL3 L18 , I , i ' I � �1 , , � 15' WATER ESYT. , 1 ' ' I Br THIS Put , , ' , � , � I I 'r 1 ' ' � � ,w ' Q U �`:TO i , , ' 30.970 ACRES �- � 10' E%CWSIVE EASEMENT d ROW ; � ; 1,349,063 50. F7. ' Q ��r ` � � ITRI—OOUNTY ELEc7RiC COOPERATIVE, RJC. , � , 1 ' PARKWAY 38 UNITED � � ' , ' VOL 12971, PG 23B � n i � i VC1L 13429, PG 160 �I V �� i 1 � 1 I 4; 1 � `y � � � L226 ACRE B � i i �t % � o � ' � w�7= s e. o ; � L7 81 TJ ORES B i `>r R=570.00' 1 2 331,636 sD. Fr. ; L=395.61' C9 � s_____L_ ,� I 75' SAN. SEWER ESNT. MFTE = 694.30 . I 0=39'45'S9' 1� � �1fa �' Br THIS Pur C LEN=387.72' i ``9 �' '� 15' DRAINAGE ESMT. , r� ' I BY THIS PLAT ' 15' WATER ESYT. BRG=N T9'30'48' E ' � �iJse , ' � i BY Tins PUT , , I � � p'� ' ' 15' SAN. SEWER ESYT. � , I ; BY THIS PUT I ' , I r 1 I ' 13 r re,-_______�__I____ L1J_ , 3 I. rr �. r � _______ l� i '-----=��-� , ------ ---- fr .- ' r ��. �, L719 ____________ Y ,� U ' ��L1j0 _____� � I , g_ I ' �'_-0 � �� / Yam' �'' �. ; , 40' % 5' � r BY THIS PUTT ` � � DBY THIS PUT 70' EXCLUSIVE EASEMENT d ROW 30' DRAINAGE d UTutt ESLIT. � `. (J 15' WATER ESNT. `L ' TRI—COUNTY ELECTRIC COOPERATVE, ING BY THIS PUT i r r`� r r `ram � I VOL 15953, PG 362 ' 49'S '37" W ; `. �`� BY THIS PLAT _'` L19 -------------------- �----------------------- -�- r d ____ � � _�_ 5 O 7 _____________ __p��.� r , ______________ r G , �� ,' r `. __L93 _____ SRC_ 37.50' ____ Q- , �_ _______________ � .vf'-9a Ir ---------'--- � �— ----------- ----- --__ r _ �c _r_ 357.20' ..t9� �___ _ __________________________�_____________________.__ �31 r o oa <o ,+ n ��- w u nn csNl IRF ,' r THIS r �' ___ M1 ___ M e ___ 9 ___ ,O ___ ,ry � 7 9 � A , ,J sraNDARD NOTE: TRANSPORTARON IMPACT FEES The City of Fort Worfh hon an ordinmce implemmttng the assessment and cdiection of transpwtotim 'vnpact fees. The told amount assessed is established m the apprord dote of this plat application, basetl upm Ne Schedulr t of the impact fee ordinance in effect as of the date o1 the plat The cunt to be cdlected is detemi under Schedule 2 of said ordinance, and is due m the date a build'mg pertnH is iswed ,�M 6 9 BLOCK B PARKWAY HILL ADDITION cAB. A, AIDE slob 0 o ti ____ M1 _ _ R __ /0' P.O.S. ESMT. _________________ BY THIS PUT L28 r ,/z- ------------------- ---'----- � is 0 24' PUBLIC ACCESS ESNT. 1�+ i 5 , _—_--- BY THIS PUT_ i , L33 ___ _a'. i ' �.` � , t 1 °1 ; , t 30' PUBLIC ACCESS ESMT. 1 ' c BY THIS Put 1 , , t n O 1 �' L 2T256 ACRES ® ' i i � � 98,268 50. FT. � ' ' ' YFFE : 690.30 t ' ' 1 1 10' IXCLUSIVE EASEMENT d ROW ' i 1 ' TRI—COUNTY ELECTRIC COOPERATIVE, IN�. t ' , VOL 12911, PG. 2J8 ' ' , ' t 1 , �; � ' ' ' ' , r L63 'L12$' i 1 -I L65 o-__- ___�_; I � --� N 89'3T49' 1194.39' 1 1 �ro o' �f � � i , _�� I is � ,�a '�,-- ;, ,J ; unuTr EswT. , , I ' BY THIS PUT i ,' � � o � �� t 1 � ' � 15' WATER ESYL ' , � i ~ ' O BY 7FiLs PUT � 1 , 1 ' r , t Q' ,� 1 , 1 J 1 � Q 'r m, t � 15' SAN. SWR. ESMT. '' n'1 ' i Q' BY THIS PLAT 'i -" ' , ,, , � LOT 5, BLOCK B i� ' � i Y 0.961 ACRES t � � � c 41,879 S0. Fi_ 1 1 , , ' YFFE = 694.30 ' , , t 3 i N �, ; 1 • (� 24' PUBUC ACCESS ESYT. i; , � o � Z BV TH5 PUT G2ti �' i i c 1 Q 1 1 , � ------L-37-----��' 1 1 y a DRANAGE ESMT.' ' � i a{� L30 BY 7tXs PUT , {1�i ' _ ________________;_I J .d L F- N 89'37'49' E 183.56' i � , , 1 ,1 , , , , � , , r , , � 1 � � SD' DR AGE EASEMENT � ' CI FORT WOR , , i � VOL t 61, PG 2&3 DRAINAGE ESYT. ' ' ' i 3 m BV Tests PUT ; ' '' , H 1 i s) ' �F 15' DRAINAGE ESMT. � � "q1 i � BY THIS PUT 1 ; � O � 1 � BY THIS PLAT ' � O , 1 V ' ' ' C7 , ; , Vi' , ,p , 1 , D �L77a _��______ � , I ' n L82 ' ' ' n ' ' y 1� ryb 'V� by M11 Packwood �Al Devdopmmt, Ma VOL 13376. PG 397 89'15'S7' 50.00' Q Q o' u' so' 100' Scale t'=SlY LOCARON NAP PHASE I `a1�2 W sss.sa 1�5" FlNAL PLAT tis y � SUNDANCE SOUTHWEST ADDITION _ JOHN EDMONDS SURVEI', ABSTRACT N 457 LOTS 1 , 2 3 Q� JOIiN CONDRA SURVEY, ABSTRA N . 309 a > 4> `�"• 5> LOCK 15.033 ACRES THIS PLAT IS RECORDED IN CABINET SLIDE CASE NO. - PP-007-011 CASE NO. - BEING PART OF A TRACT OF LAND AS THE PARKWAY 38 UMtTID, RECORDED IN VOLUME 13429, PAGE 160 (D.R.T.C.T.) • e- .- • a nl�• .1•�;; _ a a M �S `=� � 8 v �e �87 - �� iI =fix. ` 3�8 ® ��� go 3 a_o n `� m � N � _n J N vim K Y az� O 3$ y W K Z R— Q N � X LLJ W �? f- a� _ � H Z O � LLt U F— O Z 0 0 M a N = m M b O M .. � m N � a n 2 _ ' U O q o O v� a & S 9 Z SIGNAL POLE LOCATIONS T1 T2 J w 11' Q D 13' �Q O' > N. TARRANT PKWY. T4 5' 27' T3 ALL DISTANCES TO FACE OF CURB u SHOULDER N. TARRANT PARKWAY 5700 BLK (ASHPHALT PVMT) DETAIL @ T1 VACANT I I I (I I2w 12w 12w 1 wy 12w 12wdoll _GAS--- G GAS--- G R-12 it R-13 3 2 e C3 � I GRASS o � R-10�1 D�J z VS-1.1'C 6 X 40 02 V2-1 C 6 X 40 N V2-2 C 6 X 40 R-9 C2 _10 _ Exlsnnlc L E G E N D STE0. POLE &MAST ARM ¢ FIRE HYDRANT STEEL POLE &MAST ARM � i .C{— SIGNAL HEAD & No. � VEHICLE DETECTION LOOP 1 4� SIGNAL HEAD & No. ® NEMA CONTROLLER CABINET 17 *-1 PEDESTRIAN SIGNAL ® NEMA CONTROLLER CABINET GROUND BOX SIDEWALK RAMP & No. GROUND BOX _0 LUMINAIRE ___ LUMINAIRE F 0 FIBER OPTIC CABLE — — — EXISTING CONDUIT RUN �T7"T SIDEWALK RAMP TEL TELEPHONE CABLE EXISTING VIDEO DET. CAMERA �Y W WATER LINE VIDEO DETECTION CAMERA 5 �/ DETAIL @ T4 PROPOSED �2 PHASE NUMBER -.©► OPTICON (2 DETECTORS) VEHICLE DETECTION ZONE 17 t.1 PEDESTRIAN SIGNAL & No. -- — RIGHT OF WAY — PROPOSED CONDUIT RUN 0 LARGE GROUND BOX * .POWER POLE VACANT ] 1 0 1 COBNTR�LLER DETAIL @ T2 PROPOSED POWER NEW PEDESTAL SOURCE w/NEW R-4 SERVICE METER TRANSFORMER KFFvn...ua 3 12 R 2 —' 12w R-1 T �..c c UA—GAS N 0 10 0 30 40 50 GRAPHIC SCALE 6 X 40 V6-2 Qjg— I N I 6 X 40 V6-1 6 X 40 V1-1 0 01 SHOULDER N. TARRANT PARKWAY N 5600 BLK GRASS R-7� (ASHPHALT PVMT) I 6 SHOULDER Cl r? N 7 8 R-9 ( 06 - - *T3 FIBER 14 OPTICAL 0 � � VACANT > 8 - �3 �s�KR� - 12• 1r '' � a Row R-8 14 _o -J DETAIL @ T3 — T �CLci DEPT. OF TRANSPORTATION FORTTMRTEI AND PUBLIC WORKS TRAFFIC SERVICES DIVISION TRAFFIC SIGNAL LAYOUT LAKEWOOD HILL DR./QUAIL VALLEY & N. TARRANT PKWY. DWG. No. LOCATION No. SHEET No. 6 OF 21 PART B — PROPOSAL DEVELOPER AWARDED CONTRACTS This proposal must not be removed from this book of Contract Documents. TO: PARKWOOD 38, LIMITED 14900 LANDMARK BLVD. # 610 DALLAS, TX 75254 PROPOSAL FOR: PROJECT NAME: Sundance Southwest Addition — Traffic Signal CITY PROJECT NO: 01092 X - NO: 20590 Includes the furnishing of all materials, except materials specified to be furnished by the City, equipment and labor for the Traffic Signal at Lakewood Hill Drive and N. Tarrant Pkwy. 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, afid the General Contract Documents and General Specifications for Water Department Projects, the General Contract Documents and General specifications for Transportation and Public works Projects, the site of the project and understanding the amount of work to be done, and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment and material except as specified to be furnished by the City, which is necessary to fully complete the work as provided in the Plans and Contract Documents and subject to the inspection and approval of the Director of the Department of Engineering of the City of Fort Worth, Texas; and binds himself upon acceptance of this Proposal to execute a contract and finnish 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: B-I UNIT III: STORM DRAIN ITEM APPROX. DESCRIPTION OF ITEMS WITH CiJ�II-17 NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE TOTAL AMOUNT (furnish and install, including all appurtenant work, complete in place, the following items) (D-No. refers to related items in the Part D Special Conditions:) 1. 1 LS. Signal Mabiliza/tion-Service CS �<Uwl eusa-*l Dollars and Alid Cents $ 20 ow. ov $ 21080 . ov 2. 10 Ea. Signal -Signal Head 3 Sect Ty A, Ty B-Install Each: &v4i Dollars andyo Cents $ 700 . o o $ 71000400 3. 2 Ea. Signal -Signal Head S Sect Ty E Install Each: Ng7"seol ,xe ku ded Dollars and A" Cents 4. 6 Ea. Signal -Signal Intersection PED Signal Ty P-Install Each: r khJw C0i Flue Dollars and. Ott L�*y one. Cents $ 405.31 $ 24310 a'I S. 6 Ea Signal -Signal pedestrian push button and signal assemble, [It 60w si b Dollars and Si1Cf st;rcw Cents $166. 67 $ 1,00d. 00 6. I Ea. Elect. Grid Box W/lid & Apron -Large -Install Each. S;x nU014 wvtjy e' k+ Dollars and , r F d Cents $ 678. q3 $ 6103 7. 5 Ea. Eiec.Grnd Box W/Lid & Apron -Small -Install Each-} i, l, Dollars and 41%; C6 i i k Cents $ %Qb.35 $ �J031.�7S 8. 20S Ft. Conduit Sched 40,PVC m) Open Cut -Install / }ve44rz2 Dollars and +kez Cents 9. 30 Ff. Conduit Sched 40,PVC 2" Open Cut -Install we� �y F ve Dollars and�S; x (-� uQ Cents l0. 30 LF. Conduit Sched 40,PVC 2" R.M. nurty r VL Dallars and T� i wo Cents 11. S70 Ft.. Conduit Sched 40,PVC3"Bore-Install r / wex x Dollars and F-nOr Seder Cents 12. 765 Ft Cable 20 Conductor #14 Stranded Cable Install V'o,1+Z Dollars and "%✓ew4sr One Cents 13. S35 LF. Cable #8 XHHW Black -Instal[ Qir/E Dollars and >x?r Cents 14. 53S LF Cable #8 XHHW White -Install A�a Q Dollars and S�;cy trgh Cents T T- 1Cable 98 Bare -Install Two Dollars and �� %� CeI1tS i b. 240 FT Cable #6 XIIHW Stranded Wire Black -Install DrJE Dollars and ,U_ r�v��� Two Cents $25a4Z3 $ H•8o3.�S $ y.2t $ 3220.bS $ 2•tp $ 1�S01.5� $ l• 4z $ �lbo•So 17. 120 FT. Cable #6 Iffiw Stranded Wire White-InstalI DN E Dollars and A)tjvrrYT�o Cents 18. 1 Ea. Signal Concrete Foundation TY 3-Install Each: /,pusgH�7wohjrJfeJ sixfroweDollars and ,uo Cents 19. 3 Ea. Signal Concrete Foundation TY 4-Install Each: -�wDfto�Sn..� ,,I�-�ur�.e� t6i�r 4Jr.�D011arS and��� �— Cents 20, 1 Ea. Signal Cabinet Concrete Foundation -Install Each: ,rke+flL,u�,»�-IL•,te lwdt-d J riu�,� Dollars and -twa. fFy -rI*r tJ Cents 21. 3 Ea. Signal Mast Affirm Stabilizor-Install Each: J r Dtte h,)Jrol sl,Y two Dollars and £/O& Cents 22. 1 Ea. Signal Traffic Signal Misc (Testing,Etc}-Install Each: I O.'r i,►d•�t�+� Dollars an Alhfli wf6ur Cents 1 23. 1 Ea. Signal 20 Ft. Mast Arm -Purchase From City Each: jxdAousaj owc1,,jid 4, r owe Dollars and�Cents 24. 1 Ea. Signal 40 Ft.MastAcm-Purchase From City Each: iwd*'thods4j 4wo �,, a� � se e Dollars and a 1.,�Cents 25. 2 Ea. Signal 44 Ft. Mast Arm -Purchase From City Each: 4,,o h..v ..j i e J�, J J *d ooe Dollars and ntne�y s�/. Cents $ l.92 $ 2,2�►.00 $ ZrGo/ .56 $ 2,50/.96 26. 3 Ea. Signal Ty 43 Signal Pole -Purchase From City Each: Fe je 41�zkxawj 4SIC"A L4.,i asenely f ve Dollars and Cents 17. 1 Ea. Signal Ty 41 Signal Pole -Purchase From City Each. Feir L,,Lj it Dollars and eiiOtex Cents $ �, 315 . s q $ y�375.1 g 28. 1 Ea. Signal 170E CNT/CAB Grnd Mnt-Purchase From City Each: / 4t,tA"t 7twiari vc jti(el sA seteft Dollars and i4t, c y Cents $ t3,yb�.3�' $ t3,r167.35 29. 1 LS Signal Opticom Cable & Detectors -Purchase From City 'f L& seam +6%%AV&j eitiIt Jty or%e Dollars and u rCents $ 71551 ��j $ 7,Ss/4 30. 4 Ea. Signal Vivds-Purchase From City Each: IZWr 4twq5aj w keJ"j z4#Jy cede4 Dollars and s'eve4l 4,w Cents $ y1�7. 73 $ t [�r 7)0& 11 Ea. Signal Pedestal Service ach: ant vfa►ld Six ItArw] Six flirec Dollars and it Cents $ /663•33 $ 1663.�3 31 30 LF Remove and Replace Curb LF:/ �av, Dollars and 4—v Cents $tin•y2 33. 1 LS Remove and dispose of existing striping, signage and buttons LS: Ln, eljadAirDollars and Cents $ 2 3. 7 s $ 23vq . 7 S 34. 1 LS Remove Curb and Install Barrier Free Ramp LS: 4wo Aevsan 4wo bnalid o d •i, lie Dollars and 4w&4 , ee Cents 35. 1 LS Install Crosswalk and Stop Bar Striping LS: + two �Q�d ftiiu- �+✓m�rPrr} tiJ� Dollars and SPi e*Jv C� de Cents TOTAL AMOUNT BID SIGNAL $ I�9?D • a3 GRAND TOTAL AMOUNT BID $ Z� ZV1 .2 S $ ZP �04 .'zs