Loading...
HomeMy WebLinkAboutContract 50801 Received Date: 1 Received Time: �g1p 11 12q� 1 k ro � h 4 ca Developer and Project Information Cover Sheet: d 6 Developer Company Name: American Airlines Inc. Address, State,Zip Code: 4333 Amon Carter Blvd. ,MD 5317,Fort Worth,Texas, 76155 Phone&Email: 817-235-6912,tim.skipworth@aa.com Authorized Signatory,Title: Tim Skipworth, Vice President-Airport Affairs and Facilities Project Name: American Airlines TCC Parking Brief Description: Sewer, Storm Drain Project Location: 4445 Highway 360,Fort Worth,TX 76155 Plat Case Number: None Plat Name: None Mapsco: 56J Council District: 5 CFA Number: 2017-194 City Project Number: 101318 OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX City of Fort Worth,Texas e-Standard Community Facilities Agreement-American Airlines TCC Parking CFA Official Release Date:02.20.2017 Page 1 of 11 STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, American Airlines Inc. , ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements")related to a project generally described as American Airlines TCC Parking ("Project") within the City or the extraterritorial jurisdiction of Fort Worth, Texas("City"); and WHEREAS, the City has no obligation to participate in the cost of the Improvements or Project; and WHEREAS,any future City participation in this CFA is subject to the availability of City funds and approval by the Fort Worth City Council and shall be memorialized as an amendment to this Agreement;and WHEREAS, the Developer and the City desire to enter into this Community Facilities Agreement ("CFA" or "Agreement") in connection with the collective Improvements for the 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 11, of the Policy and recognizes that there shall be no reduction in the collateral until the Project has been completed and the City has officially accepted the Improvements. Developer further acknowledges that said acceptance process requires the Developer's contractor(s) City of Fort Worth,Texas e-Standard Community Facilities Agreement-American Airlines TCC Parking Q�R'C'A` CQ� CFA Official Release Date:02.20.2017 Page 2 of 11 CITY$EC► FT.WoRTHe TX to submit a signed affidavit of bills paid and consent of Surety signed by its surety to ensure the contractor has paid any sub-contractor(s) and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full by Developer for all the services provided under this contract. C. Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City-approved construction plans, specifications and cost estimates provided for the Project and the exhibits attached hereto. D. The following checked exhibits describe the Improvements and are incorporated herein: Water(A) ©, Sewer(A-1) ®_ Paving (B) C. Storm Drain(B-1) ®, Street Lights & Signs (C) ❑. E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section II,paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section II, of the Policy. Developer shall ensure its contractor(s)pays the then-current City-established wage rates. F. For all Improvements included in this Agreement for which the Developer awards construction contract(s), Developer agrees to the following: i. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to meet City's requirements for being prequalified,insured, licensed and bonded to do work in public ways and/or prequalified to perform water/wastewater construction as the case may be. ii. To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent (100%) of the contract price of the infrastructure,and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the infrastructure for a period of two (2) years from the date of final acceptance insuring the maintenance and repair of the constructed infrastructure during the term of the maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253, Texas Government Code. City of Fort Worth,Texas e-Standard Community Facilities Agreement-American Airlines TCC Parking CFA Official Release Date:02.20.2017 Page 3 of 11 iii. To require the contractor(s) it hires to perform the construction work contemplated herein to provide insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer-awarded infrastructure construction contracts. The City shall be named as additional insured on all insurance required by said documents and same will be evidenced on the Certificate of Insurance (ACORD or other state-approved form) supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours advance notice of intent to commence construction to the City's Construction Services Division so that City inspection personnel will be available;to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces,to not install or relocate any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. V. To require its contractor to have fully executed contract documents submitted to the City in order to schedule a Pre-Construction Meeting. The submittal should occur no less than 10 working days prior to the desired date of the meeting. No construction will commence without a City-issued Notice to Proceed to the Developer's contractor. vi. To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement, if any, until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. G. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the improvements under this Agreement. H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the Improvements required herein. I. City shall not be responsible for payment of any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. City of Fort Worth,Texas e-Standard Community Facilities Agreement-American Airlines TCC Parking CFA Official Release Date:02.20.2017 Page 4 of 11 J. Developer hereby releases and agrees to indemnify, defend and hold the City harmless for any inadequacies in the preliminary plans,specifications and cost estimates supplied by the Developer for this Agreement. K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer and required for the construction of the current and future improvements provided for by this Agreement. L. The Developer further covenants and agrees to, and by these presents does hereby, fully indemnify, hold harmless and defend the City, its officers, agents and employees from all suits,actions or claims of any character,whether real or asserted, brought for or on account of any injuries or damages sustained by any persons (including death) or to any property, resulting from or in connection with the construction, design, performance or completion of any work to be performed by said Developer, its contractors, subcontractors, officers, agents or employees, or in consequence of any failure to properly safeguard the work, or on account of any act, intentional or otherwise, neglect or misconduct of said Developer, its contractors, sub-contractors, officers, agents or employees, whether or not such iniuries, death or damages are caused, in whole or in part, bV the alleged negligence of the City of Fort Worth, its officers, servants, or employees. M. Developer will further require its contractors to indemnify, defend and hold harmless the City, its officers, agents and employees from and against any and all claims, suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from,or in any way connected with,the construction of the infrastructure contemplated herein, whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. Further,Developer will require its contractors to indemnify,and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and construct the improvements in a good and workmanlike manner, free from defects, in conformance with the Policy, and in accordance with all plans and specifications. City of Fort Worth,Texas e-Standard Community Facilities Agreement-American Airlines TCC Parking CFA Official Release Date:02.20.2017 Page 5 of 11 N. Upon completion of all work associated with the construction of the Improvements, Developer will assign to the City a non-exclusive right to enforce the contracts entered into by the Developer with its contractor along with an assignment of all warranties given by the contractor,whether express or implied. Further,Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third parry beneficiary of such contracts. O. Inspection and material testing fees are required as follows: i. Developer shall pay in cash water and wastewater inspection fees and material testing fees equal to two percent (2%) for a total of 4% of the developer's share of the total construction cost as stated in the construction contract. ii. Developer shall pay in cash paving and storm drain inspection fees equal to four percent(4%) and material testing fees equal to two percent (2%) for a total of 6% of the developer's share of the total construction cost as stated in the construction contract. iii. Developer shall pay in cash the total cost of streetlights or if the city is not installing the streetlights, inspection fees equal to four percent(4%) of the developer's share of the streetlight construction cost as stated in the construction contract. iv. Developer shall pay in cash the total cost of street signs. P. COMPLETION WITHIN 2 YEARS i. Developer shall complete the Improvements within two (2) years, provided, however, if construction of the Improvements has started within the two year period,the developer may request that the CFA be extended for one additional year. ii. Nothing contained herein is intended to limit the Developer's obligations under the Policy, this Agreement, its financial guarantee, its agreement with its contractor or other related agreements. iii. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the construction of the Improvements if at the end of two(2)years from the date of this Agreement(and any extension period) the Improvements have not been completed and accepted. iv. The City may utilize the Developer's financial guarantee to cause the completion of the construction of the Improvements or to cause the payment of costs for City of Fort Worth,Texas e-Standard Community Facilities Agreement-American Airlines TCC Parking CFA Official Release Date:02.20.2017 Page 6 of 11 construction of same before the expiration of two (2) years if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction,the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement. Q. Developer acknowledges that in accordance with Chapter 2270 of the Texas Government Code,the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not boycott Israel; and(2)will not boycott Israel during the term of the contract. R. IMMIGRATION AND NATIONALITY ACT Developer shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (1-9). Upon request by City, Developer shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Developer shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Developer employee who is not legally eligible to perform such services. DEVELOPER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY DEVELOPER, DEVELOPER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Developer, shall have the right to immediately terminate this Agreement for violations of this provision by Developer. City of Fort Worth,Texas e-Standard Community Facilities Agreement-American Airlines TCC Parking CFA Official Release Date:02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name:American Airlines TCC Parking CFA No.: 2017-194 City Project No.: 101318 An Engineer's Estimate of Probable Cost is acceptable. However,the construction contract price will ultimately determine the amount of CFA fees and financial guarantee. The bid price and any additional CFA payments will be required prior to scheduling a pre-construction meeting. An itemized estimate corresponding to each project-specific exhibit is required to support the following information. Items Developer's Cost A. Water and Sewer Construction 1. Water Construction 2.Sewer Construction $ 81,783.00 Water and Sewer Construction Total $ 81,783.00 B. TPW Construction 1.Street $ - 2.Storm Drain $ 689,808.00 3.Street Lights Installed by Developer $ - 4. Signals $ - TPW Construction Cost Total $ 689,808.00 Total Construction Cost(excluding the fees): $ 771,591.00 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 1,635.66 D. Water/Sewer Material Testing Fee(2%) $ 1,635.66 Sub-Total for Water Construction Fees $ 3,271.32 E. TPW Inspection Fee(4%) $ 27,592.32 F. TPW Material Testing(2%) $ 13,796.16 G. Street Light Inspsection Cost $ - H. Signals Inspection Cost $ H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 41,388.48 Total Construction Fees: $ 44,659.80 Choice Financial Guarantee Options,choose one Amount Mark o,nel Bond=100% $ 771,591.00 x Completion Agreement=100%/Holds Plat $ 771,591.00 Cash Escrow Water/Sanitary Sewer-125% $ 102,228.75 Cash Escrow Paving/Storm Drain=125% $ 862,260.00 Letter of Credit=125%w/2yr expiration period $ 964,488.75 City of Fort Worth,Texas e-Standard Community Facilities Agreement-American Airlines TCC Parking CFA Official Release Date:02.20.2017 Page 8 of 11 ACCORDINGLY, the City of Fort Worth and Developer have each caused this instrument to be executed in quadruplicate in each entity's respective name by its duly authorized signatories effective as of the date executed by the City's City Manager or his/her designee. CITY OF FORT WORTH DEVELOPER American Airlines Inc. Jesus J.Chapa(Apr 23,2018) Jesus J. Chapa Assistant City Manager rum s4w=(64 Date: Apr 23,2018 Timothy Skipworth(Ap Name: Tim Skipworth Recommended by: Title: Vice President-Airport Affairs and Facilities Evelyn Robes(Apr 20,2018) Date: Apr 20,2018 Evelyn Roberts/Jennifer Ezernack Project Assistant Planning and Development Contract Compliance Manager: By signing, I acknowledge that I am the Approved as to Form &Legality: person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting Richard A.McCracken(Apr 23,2018) requirements. Richard A. McCracken Assistant City Attorney Tanle scarl&ir rvlarales M&C No. N/A Janie Scarlett Morales(Apr 23,2018) Date: Name: Janie Morales Form 1295: N/A Title: Development Manager ATTEST: Mary J. syser(Apr 2e-2018) Mary J. Kayser/Ronald G al' City Secretary/Assistant Ci4 Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement City of Fort Worth,Texas 701OWPICULelo ®e-Standard Community Facilities Agreement-American Airlines TCC Parkin r CFA Official Release Date: 02.20.2017 Page 9 of 11 TX Included Attachment Attachment 1 -Changes to Standard Community Facilities Agreement ® Location Map ❑ Exhibit A:Water Improvements ❑ Water Cost Estimate Exhibit A-1: Sewer Improvements ® Sewer Cost Estimate ❑ Exhibit B: Paving Improvements ❑ Paving Cost Estimate Exhibit B-1: Storm Drain Improvements l Storm Drain Cost Estimate C� Exhibit C: Street Lights and Signs Improvements 0 Street Lights and Signs Cost Estimate (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas e-Standard Community Facilities Agreement-American Airlines TCC Parking CFA Official Releasee Date:02.20.2017 Page 10 of 11 ATTACHMENT"I" Changes to Standard Agreement Community Facilities Agreement City Project No. 101 318 None City of Fort Worth,Texas e-Standard Community Facilities Agreement-American Airlines TCC Parking CFA Official Release Date:02.20.2017 Page 11 of 11 00 42 43 DAP-BID PROPOSAL Page 1 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Propose 1 Bidlist Item Unit of Bid No. Description Specification Section No. Measure Quantity Unit Price Bid Value UNIT I:WATER IMPROVEMENTS 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT I:WATER IMPROVEMENTS COPY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Forth Version September 1,2015 00 42 43 Bid Proposal DAP.XIS 00 42 43 DAP-BID PROPOSAL Page 2 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlistt Item Description Specification Section No. Unit of Measure Bid Unit Price Bid Value Quantity UNIT II:SANITARY SEWER IMPROVEMENTS 1 0241.2013 Remove 8"Sewer Line 0241 14 EA 603 $16.00 $9,648.00 2 3331.4115 8"Sewer Pipe 33 11 10,33 31 12,33 31 20 LF 89 $39.00 $3.471.00 3 3331.4208 12"Sewer Pipe 33 11 10,33 31 12,33 31 20 LF 690 $50.00 $34,500.00 4 3339.1001 4'Manhole 33 39 10,33 39 20 EA 3 $5,253.00 $15,759.00 5 3339.1003 4'Extra Depth Manhoie 33 39 10,33 39 20 VF 2 $270.00 $540.00 6 13339.1101 5'Manhole 33 39 10,33 39 20 EA 1 $6,300.00 $6300.00 7 13339.1102 5'Drop Manhole 33 39 10,33 39 20 EA 1 $6,300.00 $6,300.00 8 3349.0103 5'Manhole Riser 33 39 10,33 39 20 VF 8 $366.00 $2,928.0 9 3305.0109 Trench Safety 33 05 10 LF 779 $1.00 779.00 10 3301.0002 Post-CCTV Inspection 3301 31 LF 779 $2.00 $1,558.00 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT II:SANITARY SEWER IMPROVEMENTS $81,783.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS,DEVELOPER AWARDED PROJECTS Forth Version September 1,2015 00 42 43—Bid Pmposal_DAP.XLS 00 42 43 DAP-BID PROPOSAL Page 3 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Section No. Unit of Bid Unit Price Bid Value No. Measure Quantity UNIT III:DRAINAGE IMPROVEMENTS 1 10241.4401 Remove Headwall 0241 14 EA 3 $1,385.001 $4,155.00 2 10241.3201 Remove Storm Sewer Box 0241 14 LF 237 $80.001 $18,960.00 3 10241.3025 Remove 60"Storm Line 0241 14 LF 376 $80.001 $30,080.00 4 3341.1302 6x3 Box Culvert 3341 10 LF 1009 $331.00 $333,979.00 5 3341.2002 10x5 Box Culvert 3341 10 LF 344 $684.00 $235,296.00 6 3349.0005 8'Storm Junction Box 33 49 10 EA 2 $9,105.50 $18,211.00 7 3349.1000 Headwall,Box Culvert 33 49 40 EA 2 $18,350.00 $36,700.00 8 3137.0102 Large Stone Rip Rap,Dry 31 3700 SY 113 $98.00 $11,074.00 9 3305.0109 Trench Safety 33 05 10 LF 1353 $1.00 $1,353.00 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 TOTAL UNIT III:DRAINAGE IMPROVEMENTS $689,808.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Forth Version September 1,2015 004243 Bid Proposai_DAP.xLS 00 42 43 DAP-BID PROPOSAL Page 4 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal BidlNtoItem Unit of Description Specification Section No. Measure QuanBidtity Unit Price Bid Value UNIT IV:PAVING IMPROVEMENTS 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT IV:PAVING IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 004243 Bid Proposal_DAP.XIS CIO 42 43 DAP-BID PROPOSAL Page 5 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Description Specification Section No. Unit of Bid Unit Price Bid Value No. Measure Quantity UNIT V:STREET LIGHTING IMPROVEMENTS 1 2 _ 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT V:STREET LIGHTING IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUN4ENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 00 42 43 Bid Proposal_DAPXIS 00 42 43 DAP-BID PROPOSAL Page 6 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Section No. Unit of Bid Unit Price Bid Value No. Measure Quantity UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Forth Version September 1,2015 00 42 43—Bid Proposal_DAPY S 00 42 43 DAP-BIDPROPOSAL Page 7 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Section No. Unit of Bid Unit Price Bid Value 1. . Measure Quantity Bid Summary UNIT I:WATER IMPROVEMENTS _ UNIT II:SANITARY SEWER IMPROVEMENTS _$81,783.00 UNIT III:DRAINAGE IMPROVEMENTS $689,808.00 UNIT IV:PAVING IMPROVEMENTS UNIT V:STREET LIGHTING IMPROVEMENTS UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS Total Construction Bid $771,591.00 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 90 .calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. Tri Dal Utilities, Ltd. KU END OF SECTION Tim Mullikin Vice President of Operations CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 00 4243_Bid Proposal_DAP.XIS MOCOH071y HAP Fri CITY OF 1 EULESS O S.H. 18 CD CITY = o B M vi m 8747 FAA BLVD z Q ' U - w � Q O L 3 w PROJECT LOCATION J W � W O O L 0 � O U } H r: VICINITY MAP (NOT TO SCALE) } x +i 7557 RAMBLER ROAD, SUITE 1400 AMERICAN AIRLINES TCC PARKING FACILITY Pacheco Koch DALLAS, TX 75231 972.235.3031 CFA EXHIBITS TX REG. ENGINEERING FIRM F-469 TX REG. SURVEYING FIRM L-5-111,90800D LOCATED IN THE CITY OF FORT WORTH, TEXAS HUTTON. VINCENT J SURVEY, ABSTRACT NO. 681 DRAWN BY I CHECKED BY SCALE DA TE JOB NUMBER I TRACT 1C & 1E JJL RJK NTS 11/20/2017 3051-17.052 TARRANT COUNTY, TEXAS iflen I A •- a • _ r A • � R .A iA. P aA R a C• a 1 o a a a a s I d d� • R � 1 a a O • I Jl 't ca a � t a n EXISTING PUBLIC REMOVE EXISTING PUBLIC 6 ° 6'x3' BOX CULVERT 'x3' BOX CULVERT REMOVE EXISTING x PROPOSED PUBLIC PUBLIC HEADWALL 4 6'x3' BOX CULVERT & RIP RAP r PROPOSED PUBLIC 8'X8' JUNCTION BOX REMOVE EXISTING PROPOSED PUBLIC HEADWALL PUBLIC ANGLED + o WING HEADWALL . . PROPOSED PUBLIC ° � 6'x3' BOX CULVERT REMOVE EXISTING PUBLIC 60" RCP PROPOSED PUBLIC i PROPOSED PUBLIC o 10'X5' BOX CULVERT JUNCTION BOX t7 r , 8 PROPOSED PUBLIC ® 6'x3' BOX CULVERT rt REMOVE EXISTING ' " PUBLIC HEADWALL L` PROPOSED PUBLIC PARALLEL WING HEADWALL i r n 7557 RAMBLER ROAD, SUITE 1400 AMERICAN AIRLINES TCC PARKING FACILITY Pacheco Koch DALLAS, Tx 75231 972.235.35.3031 CFA EXHIBITS TX REG. ENGINEERING FIRM F-469 TX REG. SURVEYING FIRM l4 rG4;=rr.".•aG LOCATED IN THE CITY OF FORT WORTH, TEXAS HUTTON, VINCENT J SURVEY, ABSTRACT NO. 681 DRAWN BY CHECKED BY SCALE DATE JOB NUMBER TRACT 1C & 1E JJL RJK NTS 11/20/2017 3051-17.052 TARRANT COUNTY, TEXAS E N a 0 B 07 `&?aD - SEWER ' i! +mss a ( I I d A A + 1 q • • A I A d 1 1 i 1 1 ! q A 1 1 R I CA Cib PROPOSED PUBLIC 8" 4 SEWER PIPE PROPOSED PRIVATE 8" " SEWER STUB 4 q PROPOSED PUBLIC 5' PROPOSED PRIVATE 8" i MANHOLE SEWER STUB 0 REMOVE PUBLIC 8" m SEWER PIPE CONNECT TO EXISTING L3 PUBLIC SEWER LINE { PROPOSED PUBLIC 4' Ld MANHOLE L) .} ! q A ' ! + PROPOSED PUBLIC 12" + / SEWER PIPE _ � II PROPOSED PUBLIC 4' Cr MANHOLE j z PROPOSED PRIVATE 10" PROPOSED PUBLIC 4' SEWER STUB t MANHOLE i o PROPOSED PUBLIC 12" CONNECT TO ® SEWER PIPE ± EXISTING PUBLIC A SEWER LINE PROPOSED PUBLIC 5' _ _ MANHOLE a r., n 0 7557 RAMBLER ROAD, SUITE 1400 AMERICAN AIRLINES TCC PARKING FACILITY Pacheco Koch DALLAS, TX 75231 972.235.3031 TX REG. ENGINEERING FIRM F-469 CFA EXHIBITS TX REG. SURVEYING FIRM LOCATED IN THE CITY OF FORT WORTH, TEXAS HUTTON, VINCENT J SURVEY, ABSTRACT NO. 681 o DRAWN BY CHECKED BY SCALEDATE ✓OB NUMBER TRACT 1C & 1E JJL RJK NTS 11/20/2017 1 3051-17.052 TARRANT COUNTY, TEXAS