Loading...
HomeMy WebLinkAboutContract 52245 Received Date: 05/01/2019 Received Time:8:23 am Developer and Project Information Cover Sheet: Developer Company Name: American Airlines,Inc. Address, State,Zip Code: 4333 Amon Carter Blvd,MD 5317,Fort Worth,TX,76155 Phone&Email: 817-235-6912,tim.skipworth(&aa.com Authorized Signatory,Title: Tim Skipworth,Vice President—Airport Affairs and Facilities Project Name: Traffic Signals American Blvd and FAA Blvd. Brief Description: Paving, Signals L ct Location: American Airlines and FAA Blvd Intersection Case Number: None Plat Name: None Mapsco: Council District: 5 CFA Number: 2018-043 City Project Number: 101.506 City of Fort Worth,Texas EFTWO:RTH, ECORD Standard Community Facilities Agreement-Traffic Signals American Blvd and FAA Blvd. ETARY Page lOof 1al Release Date:02.20.2017 TX STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 52245 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 Traffic Signals American Blvd and FAA Blvd. ("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 i, 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 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 further acknowledges that said acceptance process requires the Developer's contractor(s) City of Fort Worth,Texas Standard Community Facilities Agreement-Traffic Signals American Blvd and FAA Blvd. OFFICIAL.RECORD CFA Official Release Date:02.20.2017 CITY SECRETARY Page 2 of 12 FT. WORTH,To 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)1, Sewer(A-1) ❑,Paving(B) ®, Storm Drain(B-1) ❑., Street Lights & Signs , Signals(C) M. 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 Standard Community Facilities Agreement-Traffic Signals American Blvd and FAA Blvd. CFA Official Release Date:02.20.2017 Page 3 of 12 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 Standard Community Facilities Agreement-Traffic Signals American Blvd and FAA Blvd. CFA Official Release Date:02.20.2017 Page 4 of 12 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 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, except that if in the event of concurrent negligence of the Developer and the City, responsibility, and Developer's indemnity of the City, shall be apportioned in accordance with the law of the State of Texas, without waiving any governmental immunity available to the City under Texas law and without waiving any defenses available to the City of Developer under Texas law. 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 City of Fort Worth,Texas Standard Community Facilities Agreement-Traffic Signals American Blvd and FAA Blvd. CFA Official Release Date:02.20.2017 Page 5 of 12 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, 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 streetl ights 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 constr.ction of the Improvements if at City of Fort Worth,Texas Standard Community Facilities Agreement-Traffic Signals American Blvd and F,\.A Blvd. CFA Official Release Date:02.20.2017 Page 6 of 12 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 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. IMMIGRATION AND NATIONALITY ACT R. Developer shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form(I-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 City of Fort Worth,Texas Standard Community Facilities Agreement-Traffic Signals American Blvd and FAA Blvd. CFA Official Release Date:02.20.2017 Page 7 of 12 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 Standard Community Facilities Agreement-Traffic Signals American Blvd and 'AA Blvd. CFA Official Release Date:02.20.2017 Page 8 of 12 Cost Summary Sheet Project Name: Traffic Signals American Blvd and FAA Blvd. CFA No.: 2018-043 City Project No.: 101506 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 Water and Sewer Construction Total $ - B. TPW Construction 1.Street $ 43,356.70 2.Storm Drain $ - 3.Street Lights Installed by Developer $ - 4. Signals $ 214,066.75 TPW Construction Cost Total $ 257,423.45 Total Construction Cost(excluding the fees): $ 257,423.45 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%) $ 1,734.27 F. TPW Material Testing(2%) $ 867.13 G. Street Light Inspsection Cost $ - H. Signals Inspection Cost $ 8,562.67 H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 11,164.07 Total Construction Fees: $ 11,164.07 Choice Financial Guarantee Options,choose one Amount ':'ark one) Bond=100% $ 257,423.45 x Completion Agreement=100%/Holds Plat $ 257,423.45 Cash Escrow Water/Sanitary Sewer—125% $ - Cash Escrow Paving/Storm Drain=125% $ 321,779.31 Letter of Credit=125%w/2 r expiration period $ 321,779.31 City of Fort Worth,Texas Standard Community Facilities Agreement-Traffic Signals American Blvd and FAA Blvd. CFA Official Release Date:02.20.2017 Page 9 of 12 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. C 24 2_)I Jesus J. Chapa Assistant City Manager Date: Apr 24,2019 Tim by K.Skipwoth(Apr 24,2019) Name: Timi Skipworth Recommended by: Title: Vice President—Airport Affairs and Facilities � k , r AC � Y Apr24,2019 Date: 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 24,2019) 7 Riahcird McCracken ensuring Richard A. McCracken Assistant City t� �mey � M&C No. Janie Scarlett Morales(A tr24,2019) Date: Name: Janie Morales Form 1295: N/A Title: Development Manager ATTEST: Ci�.............. Mary J.kayser(May 1,2 9) Mary J.Kayser/Ronald Gonzales City Secretary/Assistant City Secretary.... OFFICIAL RECORD City of Fort worth,Texas CITY SECRETARY Standard Community Facilities Agreement-Traffic Signals American Blvd and FAA Blvd. FT. WORTH TX CFA Official Release Date:02.20.2017 Page 10 of 12 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 � Exhibit A:Water Improvements Exhibit A-1: Sewer Improvements ❑ Water and Sewer Cost Estimates Exhibit B: Paving Improvements ® Paving Cost Estimate �J Exhibit B-1: Storm Drain Improvements ❑ Storm Drain Cost Estimate ® Exhibit C: Street Lights and Signs Improvements, Signals ® Street Lights and Signs Cost Estimate (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement-Traffic Signals American Blvd and FAA Blvd. CFA Official Release Date:02.20.2017 Page 11 of 12 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 101506 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 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,except that if in the event of concw,-rent negligence of the Developer and the City,responsibility,and Developer's indemnity of the City,shall be apportioned in accordance with the law of the State of Texas,without waiving any governmental immunity available to the City under Texas law and without waiving any defenses available to the City of Developer under Texas law. City of Fort Worth,Texas Standard Community Facilities Agreement-Traffic Signals American Blvd and FAA Blvd. CFA Official Release Date:02.20.2017 Page 12 of 12 M 42 it UN-UID Pv r.t<f5AL 'arc 4 N 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Prcject]fern Informa!inn bidders Proposal Bidlin Descripdu Sr cadfcatron Swi- Unit of Bid Quantity Unit Price Bid Value Item h'u No Measure IEti17 W-PAVING IMPROWBIENTS 1 0170.0102 Mobdaatton 1017000 I.S ! S12.25800 SI"i58Al 0.41.0100 Remove Sidewalk 1024113 SF 290 S1200 S3,48000 3 0241.0300 Remove ADA Ramp 0241 13 EA 2 S900.00 51.800.00 4 0241.1000 Remove Con:Pvmt 0241 15 Sy 14 S65 00 5910.00 5 3213,010712"Con:P"nt 32 13 13 SY 21 S11800 S2,478.00 6 32110301 4"Cone Sidewalk 32 13 20 SF 145 S10.00 S1.450 00 3213.0506 Bruner Ftcc Ramp.Type M-1 32 13 20 EA 11 S3,W0.00 56,000.00 8 3216.01016'Conc Curb and Guttet n€613 LF 77 538,00 S1,40600 9 3217.0001 •1"SLD Pvint hfarkiu•HAS O) 33 17 23 LF 1001 S2 00 $200 00 10 32I7.0002 4'SLD Pena MaJ.mg HAS(Yj 33 1723 LF 880 S2.0O S1,760.00 11 3217.0201 8"SLD Fvmt Markus;HAS(W) 33 1723 LF 510 $3,00 $1,530.00 12 3217,0501 24"SLD Pvmt Marking HAE(W)(STOP BARS) 33 1723 LF 117 S12 50 S1,462.50 13 3217,0501 24"SLD Pvmt Marking HAE(W)(CROSSWALK) 33 1723 LF 210 S12 50 S2.625AO 14 11217,1002 Lane Legend Arrow 321723 FA 6 $175,00 $1.050.00 15 3217 1303 Lane Legend DBL Arrow 33 1723 EA 6 $225A0 S1.350.00 16 3217.2102 REFL Raised Marker TY 11-C-R 32 1723 EA 52 S6 60 534320 17 3217 2103 REEL Raised Marker TY 11-A-A 32 1723 EA 45 S6.60 $297 00 IB 32 IT4301 Remove 4"Pvmt Marking 321723 LF 350 S125 S43750 19 32 17 4103 Rcmovc 8"PymtMafking 32 1723 LF 245 S2.45 S600 25 20 3217.4304 Remove 12"Pvmt Marking 32 1723 LF 115 S2.75 $316.25 21 1211.4304 Remove 24"Pvmt Making 32 1723 LF 4C 53.85 S154 00 22 13217.4307 Remove Raised hfark:r 132 1723 EA 2071 SI,449 00 TOTAL UNIT I V:PAVING IMPROVFNIENTS1 S43.356.70 CITY OF FORT WOKNI STANDARD CONiTRUOTION SPfCDTCAT1ON DMIAEEWTa-DI;VEI.OP 1'R AWARDED 1'ROILCTa form Vcnim asflciirM1cr I.1.15 M 42 41 Bid 1' —1 DM-TIA no err 4s DAP-END PROMAL NF6et7 SECnON 00 42 43 Developer Awarded Pmjcds-PROPOSAL FORIrt UNIT PRICE BID Bidder's Application Project ltem lafornwian Bidders Proposal Bidlisl Desciplion Specification Section Uait or Bid Quensty Unit Rica Bid Value Item No Na. Measure t VI:TRAFFIC SIGNALIMPROVEMENTS I 2605 Ol 11 FulnisIvInstall Elec Sery Pedestal 26 05 00 EA I 1 56,000.00 $6.000.00 2 2605-3013 2"CONDT RM(Riser) 26 05 33 LF 20 S22 00 S440.00 3 2605.3015 2"CONT PVC SCH 80(T) 6 05 33 LF 4S S OA0 S675.00 4 2605.3025 3"CONT PVC SCH 80(T) 26 05 33 LF 55 $18.00 S990.00 5 2605.3026 3"CONT PVC SCH 80(B) 26 05 33 F 295 S20,00 $5.900,00 6 3441,10013-Sect Signal Head Assmbl 344110 EA 6 S975,00 $5,850.00 7 3441.1001 3-Sect Signal Head Assmbt -With Bimodal Lens(FYA) 3441 10 EA 2 S1,000.00 S2,000.00 8 3441.1003 5-Sect Signal Head Assmbty 3441 10 IFA 2 S1.250.001 S2,500.00 9 3441.1011 Ped Signal Head Assembly 3441 10 EA 8 $850 00 $6.300,00 10 3441.1031 Audible Pedestrian Pushbutton Station 34 41 10 EA 8 S1,350.00 $10,800.00 11 3441,1205 Furnish/lustall Hybrid Detection System 3441 10 APR 4 S8.100.00 $32,400.00 12 3441.1707 Furnish/Inslall Hybrid Detection Cable 3441 10 F 360 S3 25 $1.170.00 13 3441.1220 FurnisIdInstall Hmoccl 711 Preemption Detector 3441 10 A 4 S1,850.00 S7,400.00 14 3441.1224 Furnish/lnstAll Preemption Cable 3441 10 IX 370 $2.00 $740.00 15 3441.1311 SIC 14 AWG MuI&Conductor Cable 3441 10 LF 435 S 1.65 S717.75 16 3441.13127/C14AWGMulli-ConduclorCable 344110 NEA 100 SI.75 $175.00 17 3441.1315 201C 14 AWG Multi-Conductor Cable 3441 10 370 $4 75 $1.757.50 18 3441131223/C14 AWG Multi-Conductor Cable 344110 740 SIAD 51,036,00 19 3441.1408 NO.6 Insulated Elee Condr 3441 10 90 $1.75 $157.55 20 3441.1409 NO.6 Insulated Elee Condr(White&Black)Lumurairc 3441 10 640 $1,75 $1.120 00 21 3441.1503 Ground BoK Tye D,w/Apron 3441 10 4 $900.00 S3.600-00 22 3441.1611 Fumish/InstallType 41 Signal Pole 3441 10 2 S6,616.00 $13,232.00 23 3441.1613 Fumish/lnstall T 43 Si nal Pole 3441 10 2 $6.766.00 S 17,532.00 24 3441.1623 Furnislt/Install Mast Arm 16'-3V 3441 10 1 EA 2 $4.429,00 S8,858.00 25 1441 1624 Fumishll.0.11 Mast Arm 40'.48' 3441 10 EA 2 S5.308.00 $10.616,00 26 3441.1703 TV 3 Signal Foundation 3441 10 EA 2 S4,550.00 S9,1c0.00 27 3441.1704 TY 4 Signal Foundation 3441 10 EA 2 S5.010.00 S10.020.00 28 3441.1713 Signal Cabinet Foundation-352i 3441 10 EA I S3.820.00 S3,820.00 29 13441.1725 Furnish/Install ATC Si of Controller-2070 LDX 3441 10 EA 1 $3,670.00 S3,670,00 30 1441.1741 Install 352i Controller Cabinet Assembly 344110 EA 1 S16,000.00 516,000.00 31 3441.3052 Furnsih/lustall LED Lighting Fixture(187 watt ATB2 Cobra Head) 344120 EA 4 S550.00 $2,200 D0 32 3"1.3110 Remove/Saly a Lighting Ughting Future Reel Pale 344120 EA 3 $850 00 $2.550,D0 33 3441.3302 Remove Roadw!X llluminalion Foundations 344120 EA 2 $850.00 S1.700.00 34 3441.4003 Fumishfinstall Alum Sin Growid Mount City Std. 3441 30 EA 3 $450.00 $1.350, 33 3441.4001 Furnisl✓lnslall Alum Sign Mast Ann Mowil 34 41 30 EA 6 5750A0 S4,500.0 36 3441.4109 Remove Sign Panel and Post 34 41 30 EA 4 $125.00 S500.00 37 13471.0001 Traffic Control 3471 13 MO 1 $9,000.00 $9,000.00 38 -xmFurmsIVIngall Cantilever Arm(Stieetli tArms) 000000 EA 4 S1,000.00 S4.000.00 39 9999.xvm Fumish/Install4G Modem 00 00 00 EA 1 $2,500.00 $2.500.00 40 9999.0122 CAT SE Cable(PTZ) 00 00 00 LF 40 $2.50 $100.00 41 9999.0122 Fumisll/lnstall PTZ Camera 1000000 1 EA 1 1 $4,590 DOI S4,590.00 $114.066.75 C17 Y OF VON r WORTH 3fANDARD CONSTRUCr1ON SPEEWWATION DM.AMM,-DEVEI M'ER AWARDED PROIECTx Y-yenta, t,1013 as 616_Rid f-j.,-DAP TA 004243 W V•oto HloPOM Iep 7 er7 SECTION 00 43 43 Developer Aerarded Projects-PROPOSAL FOILM UNIT PRICE BID Bidder's Application Pr4M Item Infomntion atddees Ptopmd Bidtia Omaiptirn Specification Satin Unit of Bid Qtwmiq U.iP Rice aid Vdae Imm No. Na Mmure aMS.m y UNIT 1:WATER IMPROVEMENTS _ UNIT 11;SANITARY SEWER IMPROVEMENTS [MIT III:DRAINAGE IMPROVEMENTS _UNIT IV.IV.PAVING IMPROVEMENTS f43J56 70 UNIT V:STREET LIGHI'MG IMPROVEMENTS UNIT Vl:TRAFFIC SIGNAL IMPROVEMENTS S214.066.75 Total COaatraeiin.aW S257.423.45 Conlraclar agrees to omplete WORK far FINAL ACCEPTANCE rkhln 116 eakadar days after Ike date rhea Ike CONTRACT commences to no as pmId d i.We Csa A Ceadhima. END Of SECn0N Beidn"Ele - 1,Inc y can II President /4v/7 CITY OF FORT WOR"I STANDARD mtasnucTlort sPcnF7cAntRa uoctn,tslrta_OE-AWARD®PROJECTS P_YOsesgankv 1.aDis msF al_OPa Ps7e�OulR71A VICINITY MAP 3 CITY OF �— o EULESS Ln S.H. 18 (AD � N7 w w _[ � O v~i J Ln rn FAA BLVD i ,n z o Q H W m 000* 7E = H Q w PROJECT LOCATION w CD w Z oLL 0 Y d F O U } U ULL �O TARRANT COUNTY 3 MAPSCO F56-J 0 LOCATION MAP n 2 N.T.S. MAPSCO NO. #F56 0 0 n n COUNCIL DISTRICT NO. 5 0 i co n CO 0 0 o 7557 RAMBLER ROAD, SUITE 1400 FAA BOULEVARD AND AMERICAN BOULEVARD Pacheco Koch DALLAS, TX 75231 972.235.3031 TX REG. ENGINEERING FIRM F-14439 CFA EXHIBITS TX REG. SURVEYING FIRM LS-10193805 AMERICAN AIRLINES } LOCATED IN THE CITY OF FORT WORTH, TEXAS J DRAWN BY CHECKED BY SCALE DATE ✓OB NUMBER w TARRANT COUNTY, TEXAS HWL JCM 1"=50' 04/10/2018 3051-16.391 DWG FILE: 3051-16.391 STREET LIGHTS.DWG XREF FILE: 3051-16.391T.DWG EXHIBIT B — PAVING I I , O r �. O 0 O 00 O II �.. ° ° 00 rz O 00 O • ._ 0 00 O 0.1 "oo LOT 1A BLOCK 2 A 00 HUIE ADDITION •�* s PG o oo I CO 0(VOL.388-197. BB) O 00 o O 00 Om z • 00 O > j O O d O1 00 O U 674 � O O O O O O O O as„cO�m Ovp.,m a O O j O O O O O O O O O osn ° ° ° ° ° ° ° ° ° ° ° ° ° FAA BOULEVARD = 0 0 0 O O O O 00 0 0 00 0 J w z0 OHL T a CCD C _ •.•..� X z Y ' U TT HUIE ADDITION a (CAB. A.PO.9510) PROP. 4" CONCRETE SIDEWALK O C ( TM r PROP. 12" CONCRETE PAVEMENT nl it I liltI � 0 0 25 50 100 150 s GRAPHIC SCALE IN FEET N o Pacheco Koch DALL RAMBLER ROAD, 972.E 1111 5.30 FAA BOULEVARD AND AMERICAN BOULEVARD TX REG. TX WEER 97M F-13031 TX REG. ENGINEERING FIRM F-14439 CFA EXHIBITS TX REG. SURVEYING FIRM LS-10193805 AMERICAN AIRLINES w LOCATED IN THE CITY OF FORT WORTH, TEXAS DRAWN BY CHECKED BY SCALE DATE JOB NUMBER TARRANT COUNTY, TEXAS w H WL JCM 1"=50' 05/29/2018 3051-16.391 DWG FILE: 3051-16.391 CFA PAVING.DWG XREF FILE: 3051-16.391T.DWG EXHIBIT C - STREET NAME SIGNS, STREET LIGHTS, & TRAFFIC SIGNAL ' i ICI i I � i - /mr—O 00 O° 00 0 a ° ° i ,^- " 00 LOT 1A.BLOCK 2 B 00 a3: NUDE ADDMON ' 00 I I c0 CD (Vol..388-197,M 98) 0 00 00 ,cc y °0 0 J i 0 0 W O 00 0 W - w W4 rn tO o 00 0 0 0 0 0 O O�Op OiaO.m 0 o pg j 0 0 0 0 0 0 0 0 0 GuzmEzzgzg4 k ° ° ° ° ° ° ° ° ° ° ° ° ° x{ FAA BOULEVARD m 0 0 0 0 00 0 0 0 0 0 0 0 0 J w zo OHL T CC X Y DEL., � mT 0 r HUIE AMMON W a (CAB.A.PG.9610) 3 �1 0 . PROP. STREET NAME SIGNS ( m •�.. O i I TM 0 r • PROP. STREET LIGHTS nl I TM "•�^ o ■ PROP. TRAFFIC SIGNAL at 0 0 25 50 100 150 s GRAPHIC SCALE IN FEET N 00 7557 RAMBLER ROAD, SUITE 1400 Pacheco Koch DALLAS, TX 75231 972.235.3031 FAA BOULEVARD AND AMERICAN BOULEVARD TX REG. ENGINEERING FIRM F-14439 CFA EXHIBITS TX REG. SURVEYING FIRM LS-10193805 AMERICAN AIRLINES r LOCATED IN THE CITY OF FORT WORTH, TEXAS J DRAWN BY I CHECKED BY SCALE DA7E JOB NUMBER w TARRANT COUNTY, TEXAS HWL JCM 1"=50' 05/29/2018 3051-16.391 DWG FILE: 3051-16.391 STREET LIGHTS.DWG XREF FILE: 3051-16.391T.DWG