Loading...
HomeMy WebLinkAboutContract 46193 MY SECRETAM�� y� CONTRACT NO. Developer and Project Information Cover Sheet: Developer Company Name: FW Waterside Commercial,LLC Address, State,Zip Code: 1701 River Run,Fort Worth TX 76107 Phone,E-Mail: 817-810-5321,cherman@trademarkproperty.com Authorized Signatory/Title: Chris Herman, Vice President,Construction Project Name and Brief Description: Waterside—Intersection Signals Project Location: 3300 Bryant Irvin Rd Plat Case No.: FP-014-058 Plat Name: Waterside Addition Mapsco: 88C/D Council District: 3 City Project No: 02402 CFA: 2014-058 DOE: 7335 To be completed b t Received by: t / Date: OFFICIAL RECORD CITY SECRETARY 1 FT- WORTH, TX RECEIVED NOV 2 5 PM. COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, the undersigned Developer ("Developer") desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Waterside — Intersection Signals ("Project") within the City 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 Improvements and 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 acknowledges that the said acceptance process requires the Developer's contractor(s) to submit an 2 affidavit of bills paid signed by its contractor and consent of surety signed by its surety to ensure the contractor has paid any sub-contractors and suppliers in full. Additionally, the contractor must also provide in writing that the contractor has been paid in full by Developer for all the services provided under their 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 (A-1)_, Paving (B) _, Storm Drain (B-1)_, Street Lights & Signs (C) 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. 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 streets and/or 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 Improvements, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the Improvements valid 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. 3 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 at least 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 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, 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 contemplated herein. 1. 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. 4 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 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 5 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 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. 6 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 constriction of same before the expiration of two (2) years if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction, the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) 7 Cost Summary Sheet Project Name: Waterside—Intersection Signals CFA No.: 2014-058 DOE No.: 7335 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 Developers Cost A. Water and Sewer Construction 1. Water Construction $ 2.Sewer Construction $ Water and Sewer Construction Total $ _ B. TPW Construction 1.Street $ 2.Storm Drain $ - 3.Street Lights Installed by Developer $ 406,412.85 TPW Construction Cost Total $ 406,412.85 Total Construction Cost(excluding the fees): $ 406,412.85 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. Street Light Inspsection Cost $ 16,256.51 H. Street Signs Installation Cost $ Sub-Total for TPW Construction Fees $ 16,256.51 Total Construction Fees: $ 16,256.51 Financial Guarantee Options Choose one Amount Mark choice Bond=100% $ 406,412.85 Completion Agreement=100%/Holds Plat $ 406,412.85 Cash Escrow Water/Sanitary Sewer=125% $ - Cash Escrow Paving/Storm Drain=125% $ 508,016.06 Letter of Credit=125%w/2 r expiration period $ 508,016.06 x 8 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 ve er has exec d his instrument i adruplicate, at Fort Worth,Texas this day o ,20 . CITY OF FORT WORTH-Recommended by: Water Department Transportation&Public Works Department Wendy Chi-Babulal,EMBA,P.E. Douglas W iersig,P.E. Development Engineering Manager Director Approved as to Form &Legality: Approved by City Manager's Office QV60— Douglas W. Black Fernando Costa Assistant City Attorney Assistant City Manager M&C No. Date: ATTEST: C� 0 Wry . Ka City Secret ����S°��' 4 ATTEST: FW WATERSIDE COMMERCIAL LLC, a Delaware limited liability company Signatu By: FW Waterside Partners LLC, Print Name: C�S a Delaware limited liability company, its sole member U By:Trademark Waterside,L.P., a Texas limited partnership, its Managing Member By: TW Genpar,LLC, Signature a Texas limited liability company, Print ame: Chris H a its general partner Title;Vice President,Construction NN 9 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 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) 10 NORTH 9 yy �v Z 9� RIVER CHICKERING cn SPRING HILL CUMBER AND ��� Z JAG � Z Al IL FORT TH PROJECT SITE �° sy eF�(q�R a y e � z m w Y ° 0 TfR WOOD 1 m � � �+ hF Yq�VT a E. G°J f N f DA y`rr SSA/�fR;� S o a Ridglea BRAD- COU" Golf Course BURY LEGENDS G�o� � Q. \ (n w 3 w ��TO GP w 7 2 ti s a 3 �9 6� of ��y F 4I A q}Pp }R +I6 a f v 4 hR 4� x U�v x� LOCATION MAP [jaM I eyo H o 1ll Hill EET LIGHT SYSTEM SIGNAL IMPROVEMENTS ,OF rs SIGNAL IMPROVEMENTS G PHIC SCALE IN FEET EXHIBIT C 100 200 400 LLjl STREET LIGHTS AND if SIGNALS IMPROVEMENTS Kimley*Horn 1- 0 0 0 lA 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O N O O O O O O O O O O O O O O O O O U O O m O N o 0 0 O o O O O N O C pp pp oo p M co m 0 o O to to r O t0 <(o N O J M f9 Iq O O m (q O r 69 m N t9 t9 M O In N F 611, 4) 1A 6N9 HN9 H I- —64 NM 7 c6 ol V! to f9 O 0 F W F W O O O O O O o o O O O O O O O O O U 0 0 0 m m m Lq 0 0 0 o $ r $ $ g g o 0 0 0 N O m o m m O o) V O O O N I- O O In d f9 O, f9 n 69 M t9 f9 M N O_ 8 19 6. t9 rN NM 64 too n F- 69 64 nj C t9 f9 to Z f9 43 K Q O M N 1n O O O O N r O O �/1 io M M M r N N m M N uM7 co V M COj m F O H W H N � � a N m O N Of O -n lo cf) N O u] N r O V X m m co^ co N — Q Q Z (y U r r m Z Z fA F O H Z w W x D (n m 0W - Cl) Lu � Z U = w 0u) M M m N M W � Q r M ~LL Q LL Q LL ll LL LL LL Q Q Q LL LL LL LL Q Q Q Q Q Q Q m J W J L1J J J J U1 LLl 1J LLJ J J J J IJ LLJ W l J LLJ LLI W l7 M U U w U E a m H m m m m _ > y Em w 0 0 0 0 2 2 d w w of y m m m m F- H H C C " ¢ ¢ N 2 2 2 x Y x Y 3 v v Q o�e U U U U U Y E E E Ci m ° m y w v ap m U w U cn m m m m m g Q o y x 2 4 Q C U U U U 3 LL' d' Q' 'O N A W S 0 U m a a a d v m m i > L m v m `_ m C o 0 o o m LL LL LL O_ a d of 'm c O O O L Z Z Z Z U N m m 0 ~ o J J Tm; In aEi m m 0 O 0 0 U .a � 'E v m m w E m w v w m d d' 2 ILL (V fV M M V m m m V Co N J J Q.' m O z _ W r H I �iii�ul�l ��ii �� imi�mi�'im nmi nn■mm' m■n■i�! II �li��e�����:��o���:���� III o�����'��o�o������� � � � ' � � � � � �o�m.o� � � �e��o�vm�e��e�m�m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o m do O O O O O O 0 O O O O O O O LO O m O tV I O O O O O O O O h O � O O N N O n O to 10 O O LO o V Lo m i0 O m V L N Lo O N a f9 V! 69 6" M y (q M69 f9 bN9 N � N 69 6, 69 /A 69 di 1A M O O o o O O O O O O O O O O O o O O N o O O O O O O O O O O O O O O O O O Ln O td O O O O O O O O O O O 1(1 O aa p N O S S S R O O O Ln O N 0 O Lc) r N Vf S b N N o a LO O N i0 N O V u) to c,.) M fA to M M t9 64 6s fA M b9 M b9 M N V m N N N O N n m fo O a O N O O O O N c'I co N N N J Q F Q F F Z 7 N N N N O M m N LJi u� ug ug u� ug w u� ug u� ug ug ug ug ug ug Oz w w o c a n c € c o � O O O N A O Q C C C7 Q m O d o C Q o O O O U L N l9 O E C C 0 in m a a a m otf c c v > > � c c E m m a c c c m a Q c .� Li o O O o d E E LL LL LL O N N loL l0 N N a C d C C C c c c C N o a a E C C j N <O o U 5- _ _ U _ m m m U y (n N N U U O O U LU LU O m o 'E 'E m E E F- c 00 42 43 DAP-BID PROPOSAL Peg 4of6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Description Specification Bid Bid Unit Pri ce Bid Value No. Section No. Quantity UNIT IV:TRAFFIC SIGNAL IMPROVEMENTS 1 0241.0100 Remove Sidewalk 0241 13 SF 60 $2.50 $150.00 2 0241.0300 Remove ADA Ramp 6241 13 EA 1 $300.00 $300.00 3 0241.1300 Remove Conc Curb&Gutter 0241 15 LF 13 _ $6.00 $78.00 4 2605.0111 Furnish/Install Elec Sery Pedestal 26 05 00 EA 2 $750.00 $1 500.00 5 2605.3006 1 1/2"CONDT PVC SCH 80(T) 26 05 33 T IF 305 $8.50 $2 592.50 6 2605.3007 1 1/2"CONDT PVC SCH 80(B) 26 05 33 LF_ 240 $8.501 $2,040.00 7 2605.3025 3"CONDT PVC SCH 80(T) 26 05 33 LF 530 $9.50 $5,035.00 8 2605.3026 3"CONDT PVC SCH 80(B) 26 05 33 LF 810 $9.50 $7,695.00 9 3213.0301 4"Conc Sidewalk 32 13 20 y SF 415 $4.00 $1,660.00 10 3213.0505 Barrier Free Ramp,Type M-3 32 13 20 EA 2~ $1,250.00 $2,500.00 11 3213.0506 Barrier Free Ramp,Type P-1 32 13 20 EA 7 $2,100.00 $14,700.00 12 3213.0508 Barrier Free Ramp,Type C-1 32 13 20 EA 1 $3,500.00 $3 500.00 13 3217.0001 4"SLD Pvmt Marking HAS(W) 32 17 23 LF 150 i $1.00 $150.00 14 3217.0005 4"DOT Pvmt Marking HAS(W) 32 17 23 LF 30 $1.75 $52.50 15 3217.0201 8"SLD Pvmt Marking HAS(W) 32 17 23 LF T 305 $2.00 $610.00 16 3217.0501 24"SLD Pvmt Marking HAE(W) 32 17 23 LF 1 444 _ $17.50 _ $25,270.00 17 3217.1002 Lane Legend Arrow 32 17 23 EA _ 5 _ $20.00 $100.00 18 3217.1004 Lane Legend Only 32 17 23 EA 3 $20.00 $60.00 19 3217.2102 REFL Raised Marker TY I-C 32 17 23 EA 13 $5.00 $65.00 20 3217.4307 Remove Raised Marker 3441 10 EA 63 $5.00 $315.00 21 3441.1001 3-Sect Signal Head Assmbly 3441 10 EA 17 $650.00 $11,050.00 22 3441.1002 4-Sect Signal Head Assmbly 'S4-41 10 EA 2 $775.00 W $1 550.00 23 3441.1011 Ped Signal Head Assmbly 3441 10 EA 12 $850.00 $10,200.00 24 3441.1031 Audible Pedestrian Pushbutton Station 34 41 10 v EA _ 12_ $350.00 $4 200.00 25 3441.1209 Furnish/Install BBU System EXT Mounted 3441 10 EA 2 $600.00 $1 200.00 26 3441.1220 Furnish/Install Model 711 Preemption Detector 3441 10 EA _ 4 $550.00 $2 200.00 27 3441.1224 Furnish/Install Preemption Cable 34 41 10 LF 765 $3.00 $2 295.00 28 3441.1230 Furnish/Install Radar Presence Detection Device 3441 10 EA 7 $800.00_ $5,600.00 29 3441.1231 Furnish/Install Radar Advance Detection Device 34 41 10 EA 4 $975.00 $3900.00 30 3441.1234 Furnish/Install Radar Cable 3441 10 LF 2060 $3.50 $7 210.00 31 3441.1237 Furnish/Install Radar Detector Back Plate 6 3441 10 _ LF _ 2 $2.00 $4.00 32 3441.1314 1 O/C 14 AWG Multi-Conductor Cable 3441 10 LF 270 $3.00 $810.00 33 3441.1315 20/C 14 AWG Multi-Conductor Cable 3441 10 LF 1 160 $4.00 $4,640.00 34 3441.1320 6/C 14 AWG Multi-Conductor Cable 34 41 10 LF 1 190 $2.15_ $2 558.50 35 v 3441.1321 9/C 14 AWG Multi-Conductor Cable 3441 10 LF 265_ $2.85 $755.25 36 3441.1322 3/C 14 AWG Multi-Conductor Cable 3441 10 LF _ 60 $2.05_ $123.00 37 3441.1323 4/C 14 AWG Multi-Conductor Cable 34 41 10 LF 120 $1.10 $132.00 38 3441.1407 NO 4 Insulated Elec Condr 3441 10 LF 1,425 $1.86 � $2 650.50 39 3441.1408 NO 6 Insulated Elec Condr 34 41 10 T LF 390 $1.58 $616.20 40 3441.1409 NO 8 Insulated Elec Condr 34 41 10 LF 420 $1.36 $571.20 41 3441.1414 NO 8 Bare Elec Condr 3441 10� LF v 1 860 $1.12 $2.083.20 42 3441.1502 Ground Box Type B,w/Apron 34 41 10 EA _ _ 4_ $3,500.00 $14 000.00 43 3441.1503 Ground Box Type D,w/Apron 3441 10 EA 9_ $4,250.00 $38 250.00 44 3441.1603 Furnish/Install 10'-14'Ped Pole Assmbly 34 41 10 EA _ 1 $4500.00 $4,500.00 45 3441.1612 Furnish/Install Type 42 Signal Pole 3441 10 EA 2 $4,575.00 $9,150.00 46 3441.1613 Furnish/Install Type 43 Signal Pole 34 41 10 EA 1 $4 650.00 $4 650.00 47 3441.1614 Furnish/Install Type 44 Signal Pole 34 41 10 EA _ 3 $4,745.00 $14 235.00 48 3441.1615 Furnish/Install Type 45 Signal Pole 34 41 10 EA 1 i $4,925.00 $4,925.00 49 3441.1616 Furnish/Install Type 46 Signal Pole 34 41 10 EA 2 v $5,050.00 $10,100.00 50 3441.1623 Furnish/Install Mast Arm 16'-36' 34 41 10 EA ___ 2 _ $9 686.00 $19 372.00 51 3441.1624 Furnish/Install Mast Arm 40'-48' 34 41.10 EA 3 $9,926.001 $29,778.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Veraoe April 2,2014 00 42 43-Bid Pmposel_DAP.xIs 00 42 43 DAP-BID PROPOSAL Page S or6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Specification Bid No. Description Section No. Measur Quantity Unit Price Bid Value 52 3441.1625 Furnish/Install Mast Arm 52'-60' 3441 10 EA 3 $10 526.00 $31,578.00 53 3441.1701 TY 1 Signal Foundation 3441 10 EA u 1 $450000 $4,500.00 54 3441 1703 TY 3 Signal Foundation 34 41 10 EA 2 $5 500.00 $11 000.00 55 3441 1704 TY 4 Signal Foundation 34 41 10 EA 4 $6 500.00 $26 000.00 __.. _ 56 3441.1705 TY 5 Signal Foundation 34 41 10 EA y 3 $750000 y $22500.00 57 3441.1712 Signal Cabinet/BBU Foundation 3441 10 EA _ 2 $1 250.00 $2 500.00 58 3441.1724 Install Controller&Cabinet,Ground MNT 34 41 10 EA 2 $1.200.00 _ $2,400.00 59 3441.1801 Advanced Warning Flasher Assmbly(ELEC) 34 41 10 EA 1 $500.00 $500.00 60 3441.1805 Advanced Warning Flasher Beacon 3441 10 EA _ 2 $400.00 $800.00 61 3441.3302 Rdwy Ilium Foundation TY 3,5,6,and 8 Y441 20 EA 1 $550.00 $550.00 62 3441.3502 Relocate Street Light Pole 3441 20 EA` 1 $3 000.00 $3 000.00 63 3441.4001 Furnish/install Alum Sign Mast Arm Mount 34 41 30 EA 9 $150.00 $1 350.00 64 3441.4003 Furnish/Install Alum Sign Ground Mount City Std. 34 41 30 EA _ 2 $200.00 $400.00 65 3441.4005 Install Alum Sign Mast Arm Mount 34 41 30 EA u 7 $500.00 T $3,500,00 66 3441.4110 Remove and Reinstall Sign Panel and Post 3441 30 EA 1 $1,250.00 $1 250.00 6 d3441.4108 7 Remove Sign Panel and Post 34 41 30 EA 3 $375.00 $1 125.00 68 3471.0001 Traffic Control 34 71 13 MO 6 $750.00 $4 500.00 69 9999.0000 CAT 5E Cable 00 00 00 LF 150 $4.52 $678.00 70 9999.0000 Point to Point Communication 00 00 00 EA 4 $1 650.00 $6,600.00 TOTAL UNIT IV:TRAFFIC SIGNAL IMPROVEMENTS $406,412.85 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version April 2,2014 00 42 43-Bid Proposal_DAP.xis