Loading...
HomeMy WebLinkAboutContract 30705 (2)COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 3� 71 b rj WHEREAS, the undersigned "Developer" desires to make certain improvements (refer to the name of the project at the bottom of the page) an addition to the City of Fort Worth, Texas; and WHEREAS, the said Developer has requested the City of Fort Worth, ahome-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: ALDI (Texas) L.L.C. Authorized Signatory: Scott Huska Title: Sr. Vice President Project Name: South Hulen / Oakbend Trail Traffic Signal Project Location: South Hulen Street and Oakbend Trail Additional Streets: N/A Plat Case No. 008-024 Plat Name: Hulen Retail Addition Mapsco: 89 S Council District: #3 City Project No: To be completed by staff.• Received by: CFA: DOE: Date: OFFICIAL RECORD CITY SECRETARY 1 FT NORTH, TX ,I t NOW, THEREFORE, KNOW ALL BY THESE PRESENTS: For and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: General Requirements A. The Policy for the Installation of Community Faces ("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 (Al., Sewer (A4) Paving (B) X Storm Drain (B-1) , Street Lights & Signs (C) _, Signals (C-2) X . E. The Developer shall award all contracts for the construction of community facilities in accordance with Section II, paragraph 7 of the Policy and the contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section II, of the Policy. Combined CFA final Sept 12, 2008 2 F. For all infrastructure included in this Agreement for which the Developer awards construction contract(s), Developer agrees to the following: i. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to meet City's requirements for being insured, licensed and bonded to do work in public streets and/or prequalified to perform water/waste water construction as the case may be. ii. To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent (100%) of the contract price of the infrastructure, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the infrastructure for a period of two (2) years insuring the maintenance and repair of the constructed infrastructure during the term of the maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253, Texas Government Code. iii. To require the contractor(s) it hires to perform the construction work contemplated herein to provide insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer -awarded infrastructure construction contracts. The City shall be named as additional insured on all insurance required by said documents and same will be evidenced on the ACORD Certificate of Insurance supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours notice to the City's Construction Services Division of intent to commence construction so that City inspection personnel will be available; and to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces, and not to install or relocate any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. v. To require its contractor to have fully executed contract documents submitted to the City to schedule a Pre -Construction Meeting. The 3 submittal should occur no less than 10 working days prior to the desired date of the meeting. No construction will commence without a City - issued Notice to Proceed to the Developer's contractor. vi. To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department, G. Developer agrees to provide, at its expense, all engineering drawings and documents necessary to construct the improvements required by this Agreement. H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the improvements required herein. I. City shall not be responsible for any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. J. Developer hereby releases and agrees to indemnify, defend and hold the City harmless for any inadequacies in the preliminary plans, specifications and cost estimates supplied by the Developer for this Agreement. K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer and required for the construction of the current and future improvements provided for by this Agreement. L. The Developer further covenants and agrees to, and by these presents does hereby, fully indemnify, hold harmless and defend the City, its officers, agents and employees from all suits, actions or claims of any character, whether real or asserted, brought for or on account of any injuries or damages sustained by any persons (including death) or to any property, resulting from or in connection with the construction, design, performance or completion of any work to be performed by said Developer, his contractors, subcontractors, officers, agents or employees, or in consequence of any failure to properly safeguard the work, or on account of any act, intentional or otherwise, neglect or misconduct of said DEVELOPER, his contractors, sub -contractors, officers, agents or employees, whether or not such iniuries, death or damages are caused, in whole or in Hart, by the alleged negligence of the City of Combined CFA final Sept 12, 2008 4 Fort Worth, its officers, servants, or employees. M. Developer will further require its contractors to indemnify, defend and hold harmless the City, its officers, agents and employees from and against any and all claims, suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from, or in any way connected with, the construction of the infrastructure contemplated herein, whether or not such injuries, death or damages are caused, in whole or in Part, by the allemed nemlikence of the City of Fort Worth, its officers, servants, or employees. Further, Developer will require its contractors to indemnify, and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and construct the improvements in a good and workmanlike manner, free from defects, in conformance with the Policy, and in accordance with all plans and specifications and shall cause to be executed and delivered to the City an indemnity agreement from such contractors on a form to be promulgated by the City. N. Upon completion of all work associated with the construction of the infrastructure and improvements, Developer will assign to the 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. 5 ill. Developer shall pay in cash the total cost of streetlights or if the city is not installing the streetlights, inspection fees equal to four percent (4%) of the developer's share of the streetlight construction cost as stated in the construction contract. iv. Developer shall pay in cash the total cost of street signs. P. COMPLETION WITHIN 2 YEARS i. The City's obligation to participate (exclusive of front foot charges) in the cost of the community facilities shall terminate if the facilities are not completed within two (2) years; provided, however, if construction of the community facilities has started within the two year period, the developer may request that the CFA be extended for one year. If the community facilities are not completed within such extension period, there will be no further obligation of the City to participate. City participation in a CFA shall be subject to the availability of City funds and approval by the Fort Worth City Council. ii. Nothing contained herein is intended to limit the Developer's obligations under the Policy, this Agreement, its financial guarantee, its agreement with its contractor or other related agreements. iii. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the construction of the community facilities if at the end of two (2) years from the date of this Agreement the community facilities have not been completed and accepted. iv. The City may utilize the Developer's financial guarantee to cause the completion of the construction of the community facilities or to cause the payment of costs for construction of same before the expiration of two (2) years if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction, the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement. Combined CFA final Sept 12, 2008 6 Cost Summary Sheet Project Name: South Hulen / Oaknend Trail Traffic Signal CFA No.: 2009-038 DOE No.: 6289 An Engineer's Estimate of Probable Cost is acceptable. However, the construction contract price will ultimately determine the amount of CFA fees and financial guarantee. The bid price and any additional CFA payments will be required prior to scheduling a pre -construction meeting. An itemized estimate corresponding to each project -specific exhibit is required to support the following information. Items A. Water and Sewer Construction a. Water Construction 2, Sewer Construction a. Water and Sewer Construction Total B. TPW Construction 1. Street 2. Storm Drain 3. Signal Installation (Developer's Half) TPW Construction Cost Sub -Total Total Construction Cost (excluding the fees): Construction Fees: C. Water/Sewer Inspection Fee (2%) D. Water/Sewer Material Testing Fee (2%) Sub -Total for Water Construction Fees E. TPW Inspection Fee (4%) F. TPW Material Testing (2%) G. Signal Inspection Cost H. Street Signs Installation Cost Sub -Total for TPW Construction Fees Total Construction Fees: Financial Guaranfee Options. choose one Developer's Cost $ 32,197.50 54,092,79 9S $ 86,290,29 $ 86,290.29 1287.90 $ , $ 643.95 $ 2,163.71 $ 4,095.56 $ 4,095.56 Choice Amount !ck onet Bond = 100% $ 86,290.29 Com letion A reement = 100% / Holds Plat $ 86,290.29 Cash Escrow Water/Sanitary Sewer= 125% $ Cash Escrow Paving/Storm Drain r= 125% $ 107,862.86 X Letter of Credit = 125% w/2 r expiration period $ 107,862.86 7 IN 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 Dneveloper has executed this instrument in quadruplicate, at Fort Worth, Texas this �-5�5 day of , 200L Q CITY OF FORT WORTH - Reco»unended by: Water Department Wendy Chi-Babulal, EMBA, P.E. Development Engineering Manager Approved as to Form &Legality: City Attorney ATTEST: Marty Hendrixa ' �rr City Secretary �r ATTEST Signature (Print) Name: 'Z✓Gh01q F. Tone 5 Transportation &Public Works Department 1 William A Ve test, P.E. Director Approved by City Manager's Office Fernando Costa Assistant City Manager ALDI (Texas) L.L.C. Signature Print Name: Scott Huska Title : Sr. Vice President OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Combined CFA Fnal Sept 12, 2008 8 Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment X Location Map ❑ Exhibit A: Water Improvements ❑ Water Estimate ❑ Exhibit A-1: Sewer Improvements ❑ Sewer Estimate X Exhibit B: Paving Improvements X Paving Estimate ❑ Exhibit B-1: Storm Drain Improvements ❑ Storm Drain Estimate ❑ Exhibit C: Street Lights and Signs Improvements ❑ Street Lights and Signs Estimate (Remainder of Page Intentionally Left Blank) E N TS (MAPSCO GRfD 89S) El 3r i Stl `=3 x•rs° Sor e / .srSa� yh b��m ry ¢Q m � = h �Jy JFU > NZm - « /'J• 1 •y, 76 �6> \ of r2o'i m¢v� � �-• \ p"rk .why .� �§m� louiiva \"+.Ns L8 0 Q1�u ft a<.3 y 0 . c� oal� \ oa \yh/y e: m n�N awa N fix` � m Q � 0 W N Fa rc ia-WrW W WomOz WW,V 0 � 0 K H V Z ray' �J m a( m o Ol m .O¢mN N ~aK I in m mLLIN OWIW-• O Om • N LLumF O /"il �•A NOWNZ -�) tI M_ u p (7�1 Q JWLLmZ X< 0Q0 W ^ N �rm� Q U Za w ¢on'm� a RO rcoa� w Z=m2 LL < O {" W m r <a U F >0 FDA ~ ' am ZN i W ow O♦ ' Z� ��g♦ on ti9 ry�y�h l' a a . j \ 0 m w w� LL w o Z 0 N w o J Q � u O U 2 U S Z a — qa pC s a V W - V .H. V � —SON 3lI.i a a r f 0��� T O O : � j a Z z 6 C9 '� a Y N Z � Q � O Y � W O -+Q ��_ w i ZrG Zy =� NN �O Q K LLLL cones } Z U Q Q� y N J O O LL LL LL Q y N F-E-000 mj W Q ~LLZ W>J J Q r Ww�Nt+l� r X< U, O� r� r m O W W r r r�� � °; W �fn a/0 pQ W W Z mN W W W Kw � - J J J J J r p O O =_= Q O m •••• K Qa,K KR' Z 00 �'(AQ jJ4J mlANZO O_ o as rf,rrrc�rcr���o �FC1C�:�c�"' Q r< 0 0 W Z W W W U O J F !Q- W O p O Y Y Y O p y F W J 'mi' Y'ms'YYULL.f NOO N.W Q jQ �Q2.3' ~ Ra iL n � yh �O p000 �O�UU OOW ���rr ZO d� z Qr �F-~ror»Fap zzz U sp o � WW�w Wwww �¢?wwWaarcsi���w ° �� _ Q rr�K W K KKO mN V+zZ g F"�"www Qw ; /� LL W ZZwN Nm V)(O ZmUQQ Ojq ,j UUapQ,a rN 3¢ V ) � X NLL�K QJ WJ JJ W ZOrr�LLQ I�LLQQQ �Q i O W W W W��]��> U O W U U? LL W LL LL U U U w U Z r W W mS SS SSfp R•»��K� ��}}) Q} X UU� rc9 U'WNf�fA mN �C7rW War Nrrrrr 6r �J W � Z .- N � Wm V b t0 f� m W O�� C'1 ' N ro !� 0 Oi N N N N N W .- .- e- � .- e- N � W� icy ~ (— J �� '`a,�� � rn �O OLL Z � � o �o O ® 0 � o - s :� _$� ° � � �_ f--JAL" � w s" s� ,�� O W p �mW i�l Q � V Q r � r .� ..t� a O� O O�W z = U 1.1_ � � � �z� � O p � U LL� Q � � � O ' � � � U � � __ � a W Q %a`� a a �;:� � _ ¢, � �y �- w '- Y N F d. �//� O �.{ � � W N VJ � � 7 N p� (,� � 6 0 � Q U j o � m cv —I (p � �� m w w w j }.� o dN�..� W w U W Q LLl a � m ,� � � ` g � F. ZO �a iZo W�"e�,z'® Qz U N z Q �� Q a W � � �' o �° Z n F Z o � z Q -� W � � � � w z Y� QV Q °o w �Zy�m� �Q � cn o w „� w Ll.� J � n' � � s ..r � T Z �,.r�� .�..i z a z J a � W N FF m O � _ O �" W Q � � _ s._ .... Y.. � O U u. Q `� F... J Qz¢3GStN<�Ii awi90 Z< �0 i o IL z6% IXX<< wtpW- m9Rz0 8z o woz SW3 0 XF Nz Ryz -< 0 Fla" RZ" 3- o �< z�ww Z U 0 iw F5i a2o 0 .=MV1 14410 17K�< 3 �= b�� 133N1S N31nH HinoS �S Pgilb4 < cl 14y Ir III, ot 133HiS N3inH HinoS �— 4 � `(waun.W �wuw avunr jet • ' - - 133ais i ' m . 7 Y ¢ :1 N tl F 9t PC F i m 0 a u Oil FFL • • • • • }(dW 06 :033dS 031SOd m 1�3a1S N3;IfIH'S • • • • a LH�t-rn�_ as�v „ " • t9A 1 0* X.9 ..... ... - . 98. Z9A� _Aa Y•9 ------ o� P; mm =ill 3llNM HX9A ,. ma �g NOtllB a [y 9a o ea m Om N ONf10Y0 0 �h W 3W68a •" h ONOO OZ t d (i ° 0:- ri � F 0 O z b£ tl >2 v W J t t J a OH } W N JZ z II W Z •� U—t Y c Z U)Q o _ O WO a h 0.6 Q ~z Q W OY m Ow ZOO �(n w OZ i LL Fm j LLJ umW 4'2 O:) n F- (WZ¢ 014 QW fh S85 "S Z 1 F lit r Z� J WO o _ Fm 99 MJ Go zo N ��j i••1 0 If .-AEY.9-ai LZ-Azo -i iZ-A ' ' ' • . -As-'-� t9A1 S.H a IT i 03 '>noo L4 .i 133211S �gaISOd lnH S ar 3 K}U' t�•• V�}N ¢� N < ¢g �rc0 Ec a � a� 3 N'v mrn W ¢ m K Y G 3 am 3 Q WEEc ff�Q: t7 a M 3 F=Cty} a vl N ¢N �YU O Q z a Z K y W IUJ z Q W W W N z W Q 0 Z a W= QwJ a Oil Wmw Uo �Ow .20 W< 4a U14 U Z a bog 5.w am I- Owz O�m coiz iL WMW a am aa —j woxWp&g55g�� W e�'hi� I07 QL IJciip UP y n=a LIF wz o QOw st"- _ . ad5: ant z LI jW U ZW OQm J W (Z?K J LLWM< c mwo r0 0W- t °O-O-'Of o z W 00 s c oiZww LL s> o a W W z �=o'ai rr w>zmo U VVVV EQ0p0zo 6y2aa - w Up 00 - < a o a yQOFa UZW-2 �w m ¢013< wm<ZZ v W N _Ww�_W;.. z a °.0-1 TRANSPORTATION AND PUBLIC WORKS BIDTABULATION Profach TlaBic Signal and Parkway lmprovemants for the lntenactoln of S. Nolan has Oakland Trail 5 Lot 3A2B, Block 1 Nolen Retail South Nolan Street at Oakband Trail TPW Project Number: City Project No. 01387 DOE No. 6289 BId Data: December 10, 1009 Advertised: November 12. November 19 Tabulated: B. Tehreny Ciy PM: V. Tornero Independent Utility Construction, Inc Addenda 3 5109 Sun Valley Or Fort Worth, TX 76119 817478-4444 OTY UNIT DESCRIPTION uNI7 PRICE BID 325 LF CaMcNum8 Hate -hash $ 0.83 $ 269.75 460 LF CabloNum 9 MHW Black - Innall $ 0,92 $ 42320 460 LF- Cable-Num 9 XHHW Whim - Install $ 092 $ 423.20 470 IF Coduit- Scbdule 40, PVC 2' Open Cut - Install $ 6.14 $ 2,88580 55 LF ConduilSchedule 40, PVC 3'OPen Cut -Iwuli $ lSse $ 360.80 433 LF Pavement\[sting 121mhCmavnaik line -\\Tim - Imnail $ 275 $ 1.190.75 8 LF Pavezrcnt Narking -Lane N aim Tyre H-AA-4 - Inaall $ low $ 8000 56 LF Pavement Narking -Lax Markers TYPE W4-innll $ 4.40 $ 246AO 24 LF N%amcm Making Lane\fatten TYPE Y>- Innall $ 4AO $ 105,60 ISO IF Pavement Marking-Sbp Her-ttTite-IS Inch - Intl $ 4.40 $ 660.00 4 Et Pamment\fahing-Tum Anon-a-ImHall $ 68.00 $ 35ZW 74 1T Rvenrznt\larking-Raicvi Pavement Markings - Rrmova $ 0.55 $ 40.70 1 EA Signal.10 Ft Peleyal Me- Innall item pmvidN by the City $ 751.00 $ 751.00 1 fA Signal.170£Counellcr, Cabinet Gmd-hlnt- Imtall item Provided by the City $ Mac $ Moo I FA Signal-24 Ft Mast Arm- Install item pmvidoi by the City $ 415M $ 415M 2 EA Sigwb44 FtN4Arm- lmnall ium providN by the City $ 553.00 $ 1,106.00 I EA Sigel-48 Ft\fast Arm- tatall iumprovidd by the City $ 553.00 $ 55'OO 4 EA Sigel-8 Ft Strzct light Aaxnbly- innall item pmvidd by the City $ 52,00 $ M8.00 1 EA SigtulCabmtt Concrete Foundation - Imtail $ 1,422.00 $ 1,42200 241 IF SirulCoac Cable RG-ll- huaall into pmvidd by the City $ 0.58 $ 139.78 1 EA 5igw1-Coma¢ Foundation Type 3-Instal E 947.00 $ 917.00 3 PA SigwlLanneu Foundation Type 4-Instill $ 120O0 $ 3,780.00 6 EA Signal-Inutwtiowl PWemian Signal Type P-Oman $ 343.00 $ 2.058.00 1 EA Sigel -\fat Arm Stabilizer - Inaill $ 25500 $ 255.00 1 1S Sigel-\bMlintion-SrniviCS $ 3,397D0 $ 3,397.00 1 IS Sigwl-Optimm Cable and Dnecbrz- Install item Provided by the City $ 1,244.00 $ 1.244.00 1 FA Sigel-Pdcnal Serice- lentil $ 77300 $ 77300 6 FA Sigel-Pdesbian Pushbutton&Sigh Axactbly- Imnail $ 212.00 $ 1,27200 II EA Sisal-SignalBrady 3 Section Typo A Type B-lwuii $ 591.00 $ 6,534.00 1 EA SignalSig al Head S Section Hmae Type E- Imaall $ 1,098.00 $ L098.00 I EA Signal -Traffic Sigel Mumllaneouz(Tr:vtug eu.)- Ienail $ 1'380.00 $ 1,380.00 I FA Sigwi-Type 41 Strait Me- Innell item providd by the City $ 277.00 $ 27TOO 3 E\ Sigel -Type 43 Signal Pole - (mall item provided by the City $ 27TOO $ VIM 1 LS Sirwl-MW- innall item pmvidd by the City $ 1,037.00 $ 1,037M 390 LF Conduit Schedule 40, PVC 3'Bere-Innali $ 1521 $ 5.931M 1 lit Electrical Gmud Nor NVidt lid ard! Apron - tatge- lnnail $ 74500 $ 745.00 6 EA Ef«trical(immaf Be,\55th lid ad Apmn- Snail -Inaill $ 737.00 $ 4,42200 460 LF Cable-20 Centimeter a 14 Same" Cable -marl! $ 266 $ 1223SO I io6 LF CaMcK6 M IHW Stnndd\tin Black-leall $ 1.09 $ 1205.54 553 LF C6le-:6\HHw Suamirl wire% Wm-Innall $ 1.09 $ 602.77 I IS Signal -Radar Delectien S3xtam- Insult itempovidedby tlx City $ 691.00 $ 691.00 2 E\ Remove Etining Sire Panels $ 69.00 $ 138.00 2 EA Ranee Fisting Sip Pose $ 69,00 $ IXOO 1 LS Remove and Salvage Ertmtrg Equipment(Stnet ldght) $ 416.00 $ 41500 4 FA Rvenmt Madcinr-l\Tiu'Oly^Word -Imnail $ 121.00 $ 484.00 Is It' Pavrnxnt\tanking-Enna Natters ME IC-4-Innali $ 300 $ 54.00 5 FA Sip -R3-8 Varies- Ianall item pmvidd by City $ 35.00 $ 175.00 2 EA Sip -R9-3a(NO PEDESTRNN CROSSING SY\IHOL)Purt Ntunud Sig- lnasll hem provided by City $ 138.00 $ 276.00 3 FA Sipe- METRO Owthead Street Sign- Innall Item provided by City $ 35.00 $ 105.00 2 EA Sign -Left Turn Squad (RIO-IO)Stan Arm Sign- Imuil hem provided by City $ 3500 $ 70.00 2 EA Sign- Uft Tom Yield On Green Ball Signal(R10-12)Naa Ann Sig- innall Rem provided by City $ 35.00 $ TOM TOTAL $ 54,092,79 TRANSPORTATION AND PUBLIC WORKS BID TABULATION Project: Traffic Signal and Parkway Improvements for the Intersectoin of S. Hulen Street/ Oakbend Trail + Lot 3-R2B, Block 1 Hulen Retail South Hulen Street at Oakbend Trail TPW Project Number: City Project No. 01387 DOE No. 6289 Bid Date: Advertised: Tabulated: B. Tehrany City PM: V. Tornero Addenda 3 December 10, 2009 November 12, November 19 QTY UNIT DESCRIPTION UNIT PRICE 325 LF Cable-Num 8 Bare � Install $ 0.83 460 LF Cable-Num 8 XHHW Black � Install $ 0.92 460 LF Cable-Num 8 XHHW White � Install $ 0.92 470 LF Conduit- Schedule 40, PVC 2" Open Cut Install $ 6.14 55 LF Conduit -Schedule 40, PVC 3" Open Cut Install $ 6.56 433 LF Pavement Marking-12 Inch -Crosswalk Line -White � Install $ 2.75 8 LF Pavement Marking -Lane Markers Type II-AA4 � Install $ 10.00 56 LF Pavement Marking -Lane Markers TYPE W-4 Install $ 4.40 24 LF Pavement Marking -Lane Markers TYPE Y-4 Install $ 4.40 150 LF Pavement Marking -Stop Bar-White-18 Inch � Install $ 4.40 4 EA Pavement Marking-Tum Arrows � Install $ 88.00 74 LF Pavement Marking -Raised Pavement Markings � Remove $ 0.55 1 EA Signal-10 Ft Pedestal Pole � Install item provided by the City $ 751.00 1 EA Signal- 170E Controller/Cabinet Gmd-Mnt � Install item provided by the City $ 830.00 1 EA Signal-24 Ft Mast Arm � Install item provided by the City $ 415.00 2 EA Signal-44 Ft Mast Arm -- Install item provided by the City $ 553.00 1 EA Signal-48 Ft Mast Arm -- Install item provided by the City $ 553.00 4 EA Signal-8 Ft Street Light Assembly � Install item provided by the City $ 52.00 1 EA Signal -Cabinet Concrete Foundation . Install $ 11422,00 241 LF Signal -Coax Cable RG-11 � Install item provided by the City $ 0.58 1 EA Signal -Concrete Foundation Type 3 � Install $ 947.00 3 EA Signal -Concrete Foundation Type 4 � Install $ 1,260.00 6 EA Signal -International Pedestrian Signal Type P � Install $ 343.00 1 EA Signal -Mast Arm Stabilizer _ Install $ 255.00 1 LS Signal -Mobilization � ServiceCS $ 31397.00 1 LS Signal-Opticom Cable and Detectors � Install item provided by the City $ 11244600 1 EA Signal -Pedestal Service � Install $ 773.00 6 EA Signal -Pedestrian Pushbutton & Sign Assembly � Install $ 212.00 11 EA Signal -Signal Head 3 Section Type A, Type B � Install $ 594.00 1 EA Signal -Signal Head 5 Section House Type E � Install $ 11098,00 1 EA Signal -Traffic Signal Miscellaneous (Testing, etc.) � Install $ 11380,00 I EA Signal -Type 41 Signal Pole � Install item provided by the City $ 277.00 3 EA Signal -Type 43 Signal Pole � Install item provided by the City $ 277.00 1 LS Signal-VIVDS � Install item provided by the City $ 1,037400 390 LF Conduit -Schedule 40, PVC 3" Bore -- Install $ 15.21 1 EA Electrical Ground Box With Lid and Apron - Large . Install $ 745.00 6 EA Electrical Ground Box With Lid and Apron - Small � Install $ 737.00 460 LF Cable-20 Conductor #14 Stranded Cable � Install $ 2.66 1106 LF Cable-#6 XHHW Stranded Wire Black Install $ 1.09 553 LF Cable-#6 XHHW Stranded Wire White -- Install $ 1.09 1 LS Signal -Radar Detection Systcm� Install item provided by the City $ 691.00 2 EA Remove Existing Sign Panels $ 69.00 2 EA Remove Existing Sign Posts $ 69.00 1 LS Remove and Salvage Existing Equipment (Street Light) $ 415.00 4 EA Pavement Marking -White "Only" Word . Install $ 121.00 18 LF Pavement Marking -Lane Markers TYPE I-C-4 � Install $ 3.00 5 EA Sign - R3-8 Varies - Install Item provided by City $ 35.00 2 EA Sign - R9-3a (NO PEDESTRIAN CROSSING SYMBOL) Post Mounted Sign- Install Item provided b. $ 138.00 3 EA Sign - METRO Overhead Street Sign- Install Item provided by City $ 35.00 TRANSPORTATION AND PUBLIC WORKS BID TABULATION Project: Traffic Signal and Parkway Improvements for the Intersectoin of S. Hulen Street/ Oakbend Trail + Lot 3-R2B, Block 1 Hulen Retail South Hulen Street at Oakbend Trail TPW Project Number: City Project No. 01387 DOE No. 6289 Bid Date: Advertised: Tabulated: B. Tehrany City PM: V. Tornero Addenda 3 December 10, 2009 November 12, November 19 QTY UNIT DESCRIPTION UNIT PRICE 2 EA Sign - Left Tom Signal (RIO40) Mast Arm Sign- Install Item provided by City $ 35.00 2 EA Sign -Left Tom Yield On Green Ball Signal (RI OA2) Mast Arm Sign- Install Item provided by City $ 35.00 TOTAL TRANSPORTATION AND PUBLIC WORKS BID TABULATION Project: Traffic Signal and Parkway Improvements for the Intersectoin of S. Hulen Street/ Oakbend Trail + Lot 3-R2B, Block 1 Hulen Retail South Hulen Street at Oakbend Trail TPW Project Number: City Project No. 01387 DOE No. 6289 Bid Date: Advertised: Tabulated: B. Tehrany City PM: V. Tornero Addenda 3 QTY 325 460 460 470 55 433 8 56 24 150 4 74 1 1 1 2 1 4 1 241 1 3 6 1 1 1 1 6 11 1 1 1 3 1 390 1 6 460 1106 553 1 2 2 1 4 18 5 2 3 December 10, 2009 November 12, November 19 UNIT DESCRIPTION LF Cable-Num 8 Bare � Install $ LF Cable-Num 8 XHHW Black � Install $ LF Cable-Num 8 XHHW White � Install $ LF Conduit- Schedule 40, PVC 2" Open Cut Install $ LF Conduit -Schedule 40, PVC 3" Open Cut Install $ LF Pavement Marking-12 Inch -Crosswalk Line -White � Install $ LF Pavement Marking -Lane Markers Type fI-AA-4 � Install $ LF Pavement Marking -Lane Markers TYPE W-4 Install $ LF Pavement Marking -Lane Markers TYPE Y-4 Install $ LF Pavement Marking -Stop Bar-White-]8 Inch . Install $ EA Pavement Marking -Turn Arrows � Install $ LF Pavement Marking -Raised Pavement Markings � Remove $ EA Signal-10 Ft Pedestal Pole � Install item provided by the City $ EA Signal,,170E Controller/Cabinet Gmd-Mnt . Install item provided by the City $ EA Signal-24 Ft Mast Arm � Install item provided by the City $ EA Signal-44 Ft Mast Arm � Install item provided by the City $ EA Signal-48 Ft Mast Arm � Install item provided by the City $ EA Signal-8 Ft Street Light Assembly � Install item provided by the City $ EA Signal -Cabinet Concrete Foundation � Install $ LF Signal -Coax Cable RG-I I � Install item provided by the City $ EA Signal -Concrete Foundation Type 3 � Install $ EA Signal -Concrete Foundation Type 4 � Install $ EA Signal4meinational Pedestrian Signal Type P - Install $ EA Signal -Mast Arm Stabilizer � Install $ LS Signal -Mobilization � ServiceCS $ LS Signal-Opticom Cable and Detectors � Install item provided by the City $ EA Signal -Pedestal Service � Install $ EA Signal -Pedestrian Pushbutton & Sign Assembly -- Install $ EA Signal -Signal Head 3 Section Type A, Type B � Install $ EA Signal -Signal Head 5 Section House Type E � Install $ EA Signal -Traffic Signal Miscellaneous (Testing, etc.) � Install $ EA Signal -Type 41 Signal Pole � Install item provided by the City $ EA Signal -Type 43 Signal Pole � Install item provided by the City $ LS Signal-VIVDS � Install item provided by the City $ LF Conduit -Schedule 40, PVC 3" Bore - Install $ EA Electrical Ground Box With Lid and Apron - Large � Install $ EA Electrical Ground Box With Lid and Apron - Small � Install $ LF Cable-20 Conductor #14 Stranded Cable � Install $ LF Cable-#6 XHHW Stranded Wire Black Install $ LF Cable-#6 XHHW Stranded Wire White � Install $ LS Signal -Radar Detection System Install item provided by the City $ EA Remove Existing Sign Panels $ EA Remove Existing Sign Posts $ LS Remove and Salvage Existing Equipment (Street Light) $ EA Pavement Marking -White "Only" Word � Install $ LF Pavement Marking -Lane Markers TYPE I-C-4 � Install $ EA Sign - R3-8 Varies - Install Item provided by City $ EA Sign - R9-3a (NO PEDESTRIAN CROSSING SYMBOL) Post Mounted Sign- Install Item provided b; $ EA Sign - METRO Overhead Street Sign- Install Item provided by City $ Independent Utility Construction, Inc 51 )9 Sun Valley Dr Fort Worth, TX 76119 817-4784444 269.75 423.20 423.20 2,885.80 360.80 1,190.75 80.00 246.40 105.60 660.00 352.00 40.70 751.00 830.00 415.00 1,106.00 553.00 208.00 1,422.00 139.78 947.00 3,780.00 2,058.00 255.00 3,397'00 1,244.00 773.00 1,272'00 6,534'00 1,098.00 1,380.00 277.00 831.00 1,037.00 5,931.90 745.00 4,422.00 1,223.60 1,205.54 602.77 691.00 138.00 138.00 415.00 484.00 54.00 175.00 276.00 105.00 TRANSPORTATION AND PUBLIC WORKS BID TABULATION Project: Traffic Signal and Parkway Improvements for the Intersectoin of S. Hulen Street/ Oakbend Trail + Lot 3-R2B, Block 1 Hulen Retail South Hulen Street at Oakbend Trail TPW Project Number: City Project No. 01387 DOE No. 6289 Bid Date: Advertised: Tabulated: B. Tehrany City PM: V. Tornero Addenda 3 December 10, 2009 November 12, November 19 QTY UNIT DESCRIPTION 2 EA Sign - Left Turn Signal (R1040) Mast Arm Sign- Install Item provided by City $ 2 EA Sign - Left Turn Yield On Green Ball Signal (R10-12) Mast Arm Sign- Install Item provided by City $ Independent Utility Construction, Inc 51 )9 Sun Valley Dr Fort Worth, TX 76119 817-478 4444 70.00 70.00 TOTAL $ 54,092.79 qr r N O o 0 0 0 0 0 0 0 0 0 0 0 O LO 0 0 0 0 0 0 0 0 C 0 Ln LO N O Ltd 0 0 0 LO 0 0 0 0 t` C I` O 00 O O O LC) CO O r- O 00 M M O (0 O O CO ti O O N N N 0) CO t j O 6r "Eft EF} 0 _) > o 0 0 0 0 0 0 0 0 0 0 0 > O 0 O Lc) 0 0 0 0 0 0 0 0 Q r CO o co 0 o co CO o 0 o co O 60} 64 CO 64 LO O 69 E!} N qc- O 60 69 69 O 69 ER r- W C L LO 64 CL 69 cv c i L U L E C cn 0 cu C G wx _C: 0 C: a) > 2 i 0 O > O Q Q' Q E a E E 06 m m 'O m Q) m > a) 0 i_� 0 2 � m.�� cn � a) .0 a) O m 1 � U V U) — L L O O— > i O C 2 '_ �U�Zu E� ���� a) 0 m a0)U 2 2 QQEE aa)i u,3od06EO (n a) Q O Y Y Y .Y O a) 0 U) J J (n J 0 co U) cn 0 —� >LO Q tQ 2` (0 M T- N c- d co Q:3 E ti %ct M R}• I%� Ofl M m N co Q Q O Z M O N (N UD N (N N CO CO :tam c- Wit' 4t d' 4t v) UJ Lo v) Lo Z Z