Loading...
HomeMy WebLinkAboutContract 50565 District and Project Information Cover Sheet: Governmental Entity/ISD Name: Viridian Municipal Management District Address, State, Zip Code: 3100 McKinnon St., Suite 1100, Dallas,TX 75201 Phone &Email: 214.981.9090 ccrawford@erawlaw.net Authorized Signatory,Title: Tom O'Dwyer, Chairman Project Name and Brief Tarrant Main Street at T.R.E. Description: Paving, Storm Drain, Street Lights Project Location: 3501 S. Tarrant Main St. Plat Case Number: None Plat Name: None Mapsco: 55V Council District: 5 City Project Number: 100826 CFA Number: 2017-118 DOE Number: None To be completed b staff` Received bv: Date: U MgR2�F���p e�yor, 2018 1' City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement OFFICIAL RECORD CFA Official Release Date: 07.30.2015 CITY SECRETARY Page 1 of 10 FT"©!NORTH,TX GOVERNMENTAL ENTITY/ISD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, the undersigned Governmental Entity ("District") desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Tarrant Main Street at T.R.E. ("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 District 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 District 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. District 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 District to comply with the Policy in connection with the work performed by said contractors. B. District shall provide financial security in conformance with paragraph 6, Section II, of the Policy or by providing written certification from the District's Chief Financial Officer (or equivalent position regardless of title) that the District (governmental entity) has appropriated sufficient funds to pay its contractor for all work to be performed under this Agreement. District recognizes that there shall be no reduction in the any financial security held by the City until the Project has been completed and the City has officially accepted the Improvements. District further acknowledges that the City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement OFFICIAL RECORD CFA Official Release Date: 07.30.2015 CITY$FICRETARY Page 2 of 10 MT.WDRTH,TX said acceptance process requires the District's contractor(s) 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 any sub-contractors and suppliers in full. Additionally, the contractor must also provide in writing that the contractor has been paid in full by District for all the services provided under their contract. C. District 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). E. If there is City financial participation in the Project, the District shall award all contracts for the construction of the Improvements in accordance with Section II,paragraph 7 of the Policy, subject to any limitations in Texas Local Government Code Chapter 212, Subchapter, or under statutes governing District's award of public works contracts. The contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section II, of the Policy. F. For all Improvements included in this Agreement for which the District awards construction contract(s), District 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 District 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. City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 3 of 10 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 District-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 District'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. District shall provide, at its expense, all engineering drawings and documents necessary to construct the improvements under this Agreement. H. District shall cause the installation or adjustment of the required utilities to serve the development or to construct the Improvements contemplated herein. I. City shall not be responsible for any costs that may be incurred by District in the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. J. To the extent permitted by law, the District 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 District for this Agreement. City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 4 of 10 K. District agrees to provide,at its expense, all necessary rights of way and easements across property owned by District and required for the construction of the current and future improvements provided for by this Agreement. L. To the extent permitted by law, the District 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 District, 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 DISTRICT, his contractors, sub-contractors, officers, agents or employees_ M. District 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. Further,District will require its contractors to indemnify, and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and construct the improvements in a good and workmanlike manner, free from defects, in conformance with the Policy, and in accordance with all plans and specifications. N. Upon completion of all work associated with the construction of the Improvements, District will assign to the City a non-exclusive right to enforce the contracts entered into by the District with its contractor along with an assignment of all warranties given by the contractor, whether express or implied. Further, District 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: City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 5 of 10 i. District 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 District's share of the total construction cost as stated in the construction contract. ii. District 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 District's share of the total construction cost as stated in the construction contract. iii. District 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 District's share of the streetlight construction cost as stated in the construction contract. iv. District shall pay in cash the total cost of street signs. P. COMPLETION WITHIN 2 YEARS i. District shall complete the Improvements within two (2) years, provided, however, if construction of the Improvements has started within the two year period, the District may request that the CFA be extended for one additional year. ii. Nothing contained herein is intended to limit the District'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 District'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 District's financial guarantee to cause the completion of the construction of the Improvements or to cause the payment of costs for construction of same before the expiration of two (2) years if the District 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 District'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) City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 6 of 10 Cost Summary Sheet Project Name: Tarrant Main Street at T.R.E. CFA No.: 2017-118 DOE No.: '100 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 $ 331,576.00 2.Storm Drain $ 187,016.00 3.Street Lights Installed by Developer $ 28,588.00 TPW Construction Cost Total $ 547,180.00 Total Construction Cost(excluding the fees): $ 5471180.00 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%) $ 20,743.68 F. TPW Material Testing(2%) $ 10,371.84 G. Street Light Inspsection Cost $ 1,143.52 H. Street Signs Installation Cost $ Sub-Total for TPW Construction Fees $ 32,259.04 Total Construction Fees: $ 32,259.04 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 547 180.00 Completion Agreement=100%/Holds Plat $ 547 180.00 Cash Escrow Water/Sanitary Sewer-125% $ Cash Escrow Paving/Storm Drain=125% $ 683 975.00 Letter of Credit=125%w/2yr expiration period $ 683 975.00 Statement of Appropriated Fundin For Governmental Entity/ISOs ONLY) City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date:07.30.2015 Page 7 of 10 ACCORDINGLY,the City of Fort Worth and District 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 DISTRICT VIRIDIAN MUNICIPAL �-- MANAGEMENT DISTRICT t Jesus J. Chapa Assistant City Manager Name: Tom O'Dwyer Title: Chairman Date: Date: Recommended by: ATTEST: (Only if required by District) Wendy Chi-Babulal, EMBA, P.E. Development Engineering Manager Signature Water Department Name: ( ) C_ LZ. Do a . Wiersig, P.E. ATTEST: Director Transportation & Public Works Department } Approved as to Form &Legality: �. Mary J. Kay City Secretary Ric and A. McCracken Contract Compliance Mana fj�'��a� Assistant City Attorney By signing I acknowledge that I am` erson N(�' responsible for the monitoring and administration M&C No. of this contract, including ensuring all Date: performance and reporting requirements. me of Employee: Title City of Fort Worth, Texas OFFICIAL RECORD Governmental Entity/ISD Community Facilities Agreement CITY SECRETARY CFA Official Release Date: 07.30.2015 FT.WORTH TX Page 8 of 10 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 a Exhibit A: Water Improvements C' Water Cost Estimate Exhibit A-1: Sewer Improvements Sewer Cost Estimate ® Exhibit B: Paving Improvements ® Paving Cost Estimate ® Exhibit B-1: Storm Drain Improvements ® Storm Drain Cost Estimate ® Exhibit C: Street Lights and Signs Improvements ® Street Lights and Signs Cost Estimate (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date:07.30.2015 Page 9 of 10 ATTACHMENT"1" Changes to Standard Agreement Governmental Entity/ISD Community Facilities Agreement City Project No. 100826 <Insert "None. " if there are no negotiated changes. If changes have been negotiated, please insert them below citing to the paragraph for reference. City of Fort Worth, Texas Governmental Entity/ISD Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 10 of 10 �o 7T `" 0 i TRINITY Z ---­-'�"N CALLOWAY CEMETERY RD. z PROJEC T Lu LOCA TION Lu MOSIER VALLEY RD. Z) w z J J U_ ti N LL VICINITY MAP TARRANT MAIN STREET AT T. R. E. n Graham ASS®ciatcS,inc. NOT TO SCALE CONSULTING ENGINEERS & PLANNERS MAPSCO NO. 55V & 55Z 600 SIX FLAGS DRIVE,SUITE 500 ARLINGTON,TEXAS 76011 (817)640-8535 COUNCIL DISTRICT#5 TBPE FIRM:F-1191/TBPLS FIRM:101538-00 DRAWN BY: BDF DATE: 2/15/2017 PROJECT NO.: 2345-12158 SHEET 1 OF 1 LJ 0 . I V D \r I C1 - ;/Z m I = �Q �v -- ; yX ;x- v0 - R �r.. -. 1\7 il, �,' v� r TARRANT MAIN STREET T.R.E. - PAVING IMPROVEMENTS Graham Associates,lnc. GRAPHIC SCALE CONSULTING ENGINEERS&PLANNERS 600 SIX FLAGS DRIVE,SUITE 500 ARLINGTON,TEXAS 76011 (817)640-8535 6 6 1 2!] TBPE FIRM:F-11911TBPLS FIRM:101538-00 DRAWN BY: BDF DATE: 2/16/2017 PROJECT NO.: 2345-1215B SHEET 1 OF 1 FILt:. NAME:: :;:;r'!i ' ald' Itl:';'(AC�R;u`�T MkJN ib1uR0 EMF--N'lS,DWG UNIT IV -CONSTRUCTION ITEMS TARRANT MAIN STREET T.R.E.PAVING ITEM DESCRIPTION UNIT QTY PRICE AMOUNT 1 0135.0101 Railroad Coordination LS 1 $ 7,500.00 $ 7,500.00 2 0135.0102 Railroad Flagmen WD 30 $ 1,200.00 $ 36,000.00 3 0170.0100 Mobilization LS 1 $ 5,000.00 $ 5,000.00 4 0241.0401 Remove Concrete Drive SF 122 $ 4.00 $ 488.00 5 0241.4002 Remove Asphalt Drive SF 115 $ 3.00 $ 345.00 6 0241.0500 Remove Fence LF 250 $ 9.00 $ 2,250.00 7 0241.1100 Remove Asphalt Pavement SY 1221 $ 18.00 $ 21,978.00 8 3123.0101 Unclassified Emavation by Plan Cy 250 $ 3200 $ 8,000.00 9 3124.0101 Embankment by Plan Cy .1100 $ 17.00 $ 18,700.00 10 3125.0101 SWPPP> 1 acre L.S. 1 $ 7,500.00 $ 7,500.00 11 3211.01226"Flexible Base,Type A,CR-2 SY 45 $ 64.00 $ 2,880.00 12 3211.0600 Cement TN 17.3 $ 200.00 $ 3,460.00 13 3211.0702 8" Cement Treatment SY 1282 $ 13.00 $ 16,666.00 14 3212.0202 3" Asphalt Pvmt Type C SY 35 $ 116.00 $ 4,060.00 15 3212.0503 6" Asphalt Base Type b SY 35 $ 23200 $ 8,120.00 16 3213.0104 9" Conc Pvmt SY 1131 $ 104.00 $117,624.00 17 3212.04016" Concrete Driveway SF 2970 $ 10.00 $ 29,700.00 18 3217.00014" SLD Pvmt Markin HAS(W) LF 202 $ 2.50 $ 505.00 19 3217.0002 4" Solid Pvmt Markin HAS(Y) LF 101 $ 5.00 $ 505.00 20 3217.050124" SLD Pvmt Markin HAE(W) LF 51 $ 1200 $ 612.00 21 3217.1001 Lane Legend RR EA 1 $ 600.00 $ 600.00 22 3217.2103 REFL Raised Marker TY II-A-A EA 4 $ 50.00 $ 200.00 23 3231.0113 6'Chain Link,Steel LF 210 $ 40.00 $ 8,400.00 24 3231.0307 20'Crate,Steel EA 2 $ 900.00 $ 1,800.00 25 3291.0100 Topsoil Cy 20 $ 55.00 $ 1,100.00 26 3292.0100 Block Sod Placement SY 35 $ 15.00 $ 525.00 27 32920400 Seeding,H dromulch SY 1110 $ 1.00 $ 1,110.00 28 3441.4003 Fumish/Install Alum Sin Ground Mount City Std. EA 8 $ 500.00 $ 4,000.00 29 3471.0001 Traffic Control MO 4 $ 2,000.00 $ 8,000.00 30 9999.0002 4"Median Paving SY 126 $ 78.00 $ 9,828.00 31 9999.0003 Concrete Edge Restraint LF 201 $ 46.00 $ 920.00 32 3305.0111 VALVE BOX ADJUSTMENT JEA 1 $ 1,500.00 $ 1,500.00 33 3305.0107 Manhole Adjustment,Minor lEA 1 $ 1,700.00 1 $ 1,700.00 TOTAL CFA UNIT IV:PAVING INIPROVElVIENTS1 $331,576.00 TARRANT MAIN STREET T.R.E. - PAVING IMPROVEMENTS Graham Associates,Inc. CONSULTING ENGINEERS&PLANNERS 600 SIX FLAGS DRIVE,SUITE 500 ARLINGTON,TEXAS 76011 (817)640-8535 TBPE FIRM:F-11911TBPLS FIRM:101538-00 DRAWN BY: BDF DATE: 811812017 PROJECT NO.: 2345-1215B SHEET 1 OF 1 .... .. ..... .... .._ S Si OE i Y� 41 t T r ii , VP APYMV' FAC�I4 DOC AV.. 020424llii•r<2 �_. ., 7u l ` ;'�� 36" R.C.P. 1zG x mr l WOLar, ,z,W nF nrx�rrViV , \ f tixCA 36" R.C.P. % EXISTING 0`: •:: ! 6" R.C.P. i 48" R.C.P. VARIABL IDTH DRAINAGE EASEMENT 1 / � �' ` : O BY.SEPARATE INSTRUMENT / 4w `N/� \ � i ' J....�•,.� r r. 36" R.C.P. TARRANT MAIN STREET T.R.E. - STORM DRAINAGE IMPROVEMENTS Graham Associates,lnc. GRAPHIC SCALE 1 "=40' CONSULTING ENGINEERS & PLANNERS 600 SIX FLAGS DRIVE,SUITE 500 ARLINGTON,TEXAS 76011 (817)640-8535 40 0 40 80 TBPE FIRM:F-1191rrBPLS FIRM:101538-00 DRAWN BY: BDF DATE: 2/21/2017 PROJECT NO.: 2345-1215B SHEET 1 OF 1 FILE NAMIE: :';ViRID€ANt';:`TAIZRANI MAIN '?ti-SSNi;t:.-`::}-I:: 1 3 5 i.'.F :: IMPROV:MEN TS.DWG UNIT IIL -CONSTRUCTION ITEMS TARRANT MAIN STREET T.R-E.DRAINAGE • ITEM DESCRIPTION UNIT QTY PRICE AMOUNT 1 0241.3021 Remove 42" Storm Line IF 54 $ 16.00 $ 864.00 2 0241.3501 Remove Storm Junction Structure I-S 1 $ 750.00 $ 750.00 3 0241.4401 Remove Headwall/SET EA 2 $ 750.00 $ 1,500.00 4 3137.0104 Medium Stone Riprap,dry Sy 480 $ 90.00 $ 43,200.00 5 3201.0616 Cone Pvmt Repair,Arterial/Indus trial Sy 50 $ 200.00 $ 10,000.00 6 3305.0109 Trench Safety IF 333 $ 1.00 $ 333.00 7 3341.031136" RCP,Class V IF 239 $ 252.00 $ 60,228.00 8 3341.041148"RCP,Class V IF 94 $ 421.00 $ 39,574.00 9 3349.0002 5'Storm Junction Box EA 1 $ 6,000.00 $ 6,000.00 10 3349.211148"Parallel Headwall,2 pipes EA 1 $15,000.00 $ 15,000.00 11 3349.4109 36" SET, 1 pipe EA 1 $ 3,000.00 $ 3,000.00 12 3349.4209 36" SET,2 pipes EA 1 $ 6,000.00 $ 6,000.00 13 9999.0001 Concrete Flume Sy 7 $ 81.00 $ 567.00 TOTAL CFA UNIT III:DRAINAGE I PROVEMENTS $187,016.00 TARRANT MAIN STREET T.R.E. - DRAINAGE IMPROVEMENTS Graham Associates,Inc. CONSULTING ENGINEERS & PLANNERS 600 SIX FLAGS DRIVE,SUITE 500 ARLINGTON,TEXAS 76011 (817)640-8535 TBPE FIRM:F-1191(rBPLS FIRM:101538-00 DRAWN BY: BDF DATE: 8/18/2017 PROJECT NO.: 2345-1215B SHEET 1 OF 1 /J ( i ✓ v J s ------------- v � /rt ik 137 W LED LAMP -o �- TYPE 8 POLE /33B ARM (2-'PER POLE ) - rn TYPE 2 FOUNDATION- ,-,_.� kQ 1 TOTAL-' -� _ FUTURE STREET LIGHTS Tm ,.nnn r I w TARRANT MAIN STREET T.R.E. - STREET LIGHT IMPROVEMENTS Graham Associates,lnc. GRAPHIC SCALE 1 "=60' CONSULTING ENGINEERS & PLANNERS 600 SIX FLAGS DRIVE,SUITE 500 ARLINGTON,TEXAS 76011 (817)640-8535 6060 120 TBPE FIRM:F-1191(TBPLS FIRM:101538-00 DRAWN BY: BDF DATE: 3/1/2017 PROJECT NO.: 2345-1215B SHEET 1 OF 1 UNIT V-CONSTRUCTION ITEMS TARRANT MAIN STREET T.RE. STREET LIGHTING ITEM DESCRIPTION UNIT QTY PRICE AMOUNT 12605.0121 Furnish/Install Flec Sery Pole Mnt EA 1 $6,500.00 $ 6,500.00 2 2605.3015 2" CONDT PVC SCH 80(T) LF 104 $ 35.00 $ 3,640.00 3 3441.1502 Ground Box Type B,w/Apron EA 2 $1,350.00 $ 2,700.00 4 3441.1633 Install Type 33B Arm EA 2 $ 470.00 $ 940.00 5 3441.3201 LED Lighting Fidure EA 2 $ 520.00 $ 1,040.00 6 3441.3301 Rdwy IllumFoundation TY 1,2,and 4 EA 1 $4,500.00 $ 4,500.00 7 3441.3312 Contact Enclosure,Pad Mount EA 1 $5,400.00 $ 5,400.00 8 3441.3340 Rdwy Ilium TY 8 Pole EA 1 $2,500.00 $ 2,500.00 9 3441.3404 2-2-2-4 QuadplexAlum Flec Conductor LF 114 $ 12.00 $ 1,368.00 TOTAL CFA UNIT V:STREET LIGHTINGMPROVENIENTS1 $ 28,588.00 TARRANT MAIN STREET T.R.E. - STREET LIGHTING IMPROVEMENTS Graham Associates,Inc. CONSULTING ENGINEERS & PLANNERS 600 SIX FLAGS DRIVE,SUITE 500 ARLINGTON,TEXAS 76011 (817)640-8535 63 TBPE FIRM:F-1191/rBPLS FIRM:101538-00 DRAWN BY: BDF DATE: 8/1812017 PROJECT NO.: 2345-1215B SHEET 1 OF 1