Loading...
HomeMy WebLinkAboutContract 52359 Received Date: 06/03/19 Received Time: 8:57 AM Developer and Project Information Cover Sheet: Developer Company Name: American Airlines,Inc. Address, State,Zip Code: 4333 Amon Carter Blvd.,MD, 5317 Phone&Email: Tim.skipworthna,aa.com Authorized Signatory, Title: Tim Skipworth,Vice President Airport Affairs and Facilities Project Name: American Airlines West Campus Brief Description: Water,Paving, Storm Drain, Street Lights Project Location: FAA Blvd between American and SH 360 Plat Case Number: Plat Name: Mapsco: Council District: [CFA Number: CFA18-0149 City Project Number: 101857 City of Fort Worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement-American Airlines West Campus CFA Official Release Date:02.20.2017 CITY SECRETARY Page 1 of 11 FT WORTH,TX STANDARD COMMUNITY FACILITIES ;AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 52359 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 West Campus ("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 co,,enants 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-American Airlines West Campus CFA Official Release Date:02.20.2017 Page 2 of 11 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) 0, Sewer(A-1) ❑,Paving (B)il, 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 (1001/6) 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-American Airlines West Campus 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 wi:h any of the community facilities to be installed hereunder. City of Fort Worth,Texas Standard Community Facilities Agreement-American Airlines West Campus 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 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. 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 Standard Community Facilities Agreement-American Airlines West Campus 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 Standard Community Facilities Agreement-American Airlines West Campus 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. 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 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-American Airlines West Campus CFA Official Release Date:02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name: American Airlines West Campus CFA No.: CFA18-0149 City Project No.: 101857 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 $ 892,725fl0 2.Sewer Construction Water and Sewer Construction Total $ 892,725.00 B. TPW Construction 1.Street $ 2,436,678.00 2.Storm Drain $ 45,705.00 3.Street Lights Installed by Developer $ 220,793.00 4. Signals $ TPW Construction Cost Total $ 2,703,176.00 Total Construction Cost(excluding the fees): $ 3,595,901.00 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 17,854.50 D. Water/Sewer Material Testing Fee(2%) $ 17,854.50 Sub-Total for Water Construction Fees $ 35,709.00 E. TPW Inspection Fee(4%) $ 99,295.32 F. TPW Material Testing(2%) $ 49,647.66 G. Street Light Inspsection Cost $ 8,831.72 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ Sub-Total for TPW Construction Fees $ 157,774.70 Total Construction Fees: $ 193,483.70 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 3,595,901.00 x Completion Agreement=100%/Holds Plat $ 3,595,901.00 Cash Escrow Water/Sanitary Sewer=125% $ 1,115,906.25 Cash Escrow Paving/Storm Drain=125% $ 3,378,970.00 Letter of Credit=125%w/2 r expiration period $ 4,494,876.25 City of Fort Worth, Texas Standard Community Facilities Agreement-American Airlines West Campus CFA Official Release Date:02.20.2017 Page 8of11 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(May 29,2019) Jesus J. Chapa Assistant City Manager �� Date: May 29,2019 Timothy Skipworth(May 29,2019) Name: Tim Skipworth Recommended by: Title: Vice President Airport Affairs and Facilities r 'J May 29,2019 Evelyn Robe &(May 29,2019) 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 �d A. ensuring all performance and reporting Richard A. ,ken(May 29,2019) requirements. Richard A. McCracken Assistant City Attorney ga 30-- M&C No. N/A Jennifer L.Ezernack on behaffof Janie Morales(May29,2D19) Date: Name: Janie Morales Form 1295: N/A Title: Development Manager ATTEST: to p . �- - Q 0 : Mary J.K r(MJr,2019) Mary J. Kayser/Ronald Gonzales Zl ' City Secretary/Assistant City Secretary City of Fort Worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement-American Airlines West Campus CITY SECRETARY CFA Official Release Date: 02.20.2017 Page 9 of 11 FT WORTH, TX 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 EJ'; Exhibit A-1: Sewer Improvements ;D Water and Sewer Cost Estimates ®' 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 Standard Community Facilities Agreement-American Airlines West Campus CFA Official Release Date:02.20.2017 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Proj ect No. 101 8 5 7 None. City of Fort Worth,Texas Standard Community Facilities Agreement-American Airlines West Campus CFA Official Release Date:02.20.2017 Page 11 of 11 004243 DAP-BID PROPOSAL Page 1 of 8 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE ESTIMATE Bidder's Application Project Item Information Bidder's Estimate Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value UNIT I:WATER IMPROVEMENTS 1 0241.0900 Remove Misc Conc Structure 02 41 14 EA 1 $5,000.00 $5,000.00 _._---_._ -._ - --_0241 14 _-- _.._..__.__._-_ _�._-__._ .�- 2 0241.1013 Remove 8"Water Line 02 41 14 LF 825 $6.00 $4,950.00 3 024-1 1018 Remove 20"Water Line 04 41 14 LF 305 $12.00 $3,660.00 4 0241.1118 4"-12"Pressure Plug 02 41 14 EA 4 $75.00 $300.00 5 0241.1300 Remove Conc Curb&Gutter 0241 15 LF 19_40 $14.00 $27,160.00 6 0241.1303 Remove 8"Water Valve 0241 14 EA 1 $500.00 $500.00 ---- --. _ --------- _02- _----- ------- ---- ---- ---._._. -- 7 0241.1400 Remove Conc Valley Gutter 41_15 LF 70 $14.00 $980.00 8 3201.0202 Asphalt Pvmt Repair Beyond Defined Width,Arterial 33 01 17 SY 153 $250.00 $38,250.00 9 3305.0109 Trench Safety 33 05 10 LF 1209 $25.00 $30,225.00 -- mpor. _-_ ------- --.„ ---. --- -- .----- 10 3305.0206 Imported Embedment/Acceptable Bac�ll -- 33 OB 10 CY 565 __$30 00 $16 950.00 11 3305.2006 20"Water Carrier Pipe 33 05 24 LF 285 $470.00 $133,950.00 12 3311.0001 Ductile Iron Water Fittings w/Restraint _3311 11 - TON 5 $1,000.00____ $5,0 -.QO 13 3311.0262 8"PVC Water Pipe,CSS Bac�ll -33 11 10,33 11 12 LF 885 $340.00- $300 990._00 -14-3312.0107 Connection to Existing 20"Water Main 33 12 25 EA- 2 $5,000.00 $10,000.00 15 3312.0117 Connection to Existing 4"-12"Water Main _ -33 12 25 -_EA-- - 5 $5,000.00 $25,000.00 16 3312.2201 2"Water Service,Meter Reconnection _33 12 10 _EA_ 1 $6,600.00 00__$5, 0.00 17-3312.3003 8"Gate Valve - 33 12 20 EA - 1__$1,000.00 _ $1,000.00 18 347i.0001 Traffic Control 3471 13 MO 8 $35,000.00 $280,000.00 _ _..__-._.. --.-.._. - --- ---------- -- ----- 19 9999.0001 20"DIP Water 00 00 00 LF 39 $100.00 $3,900.00 20 21 22 - 23_ ------ --- 24 25 26 27 28 29 , 30 31 2 33 34 35 r3- 42 43 44 45 46 47 TOTAL UNIT 1:WATER IMPROV'EPAENTd $892,725.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS I-Version February 16,2018 Copy of 00 42 43 Bid Pmpmk_DAP 00 42 43 DAP-BIDPROPOSAL Page 3 of 8 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE ESTIMATE Bidder's Application Project Item Information Bidder's Estimate Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value UNIT ill:DRAINAGE IMPROVEMENTS 1 0241.3014 Remove 21"Storm Sewer Line _02 41 14 LF 21 _ $15.0_0 $315.00 2 0241.4001 Remove 10'Curb Inlet 0241 14 EA 1 — _.._._.— _..__.-_.— $5,800.00 $�00.00 3 3125.0101 SWPPP >_1 acre 31 25 00 LS_ 1 $5,000.00 $5 000.00 4 3137.0101 Concrete Riprap 31 37 00 SY _ 4 $60.00 $240.00 5 3201.0616 Conc Pvmt Repair,Arterial/Industrial 32 01 29 SY 19 $1,000_00 $19,000.00 6 3305.0109 Trench Safety - 33 05 10 _ V LF `70 $25.00 $1,750.00 7 3341.0205 24"RCP,Class 111 3341 10 LF 70 $50.00 $3,500.00 8 3349.5002 15'Curb Inlet 33 49 20 EA 1 $7,500.00 $7,500.00 9 3349.7001 4'Drop Inlet — — 33 49 20 EA 2 $2,800.00 $5,600.00 10 ---------_. -- ------ -- 12 — 13 14 — - 15 16 17 18 19 20 21 22 23 25 24 26 27 28 29 30 31 32 33 34 35 36 _ 37 38 41 -- 42 ----_..__—_--.---- 43 45 46 TOTAL UNIT III:DRAINAGE IMPROVEMENT $45,705.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Fonn Version February 16,2018 Copy of 00 42 43_Bid Pmpoaal_DAP 004243 DAP-BID PROPOSAL Page 4 of 8 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE ESTIMATE Bidder's Application Project Item Information Biddc?s Estimate Bid ist Item Description Specification I Unit of Bid No. p Section No. Measure Quantity Unit Price Bid value F - UNIT IV:PAVING IMPROVEMENTS 1 0241.0100 Remove ADA Ramp 0241 13 EA 4 $15.00 $60.00 0241.0100 Remove- - Sidewalk 0241 13 SF---_ --6-9-"5__-- $3.00 $2,085.00 3 _6241.04W Remove Concrete Drive 0241 13 SF 8803 $2.00 $17,606.00 0241.0402 Remove Asphalt Drive 0241 13 SF 3600 $2.00 $7,200.00 1.0500 Remove Fence 0241 13 LF 411 $15.00 $6,165.00 6241.6766 Remove/Relocate Mailbox 0241 13 EA 1 $300.00 $300.00 7 0241.0900 Remove Misc Conc Structure 624flj LS 1 $5,000.00 ------------ $5,000.00 0241.1000�,�niiov�e ConcPvmt 0241 15 SY 494 $2.00 $988.00. 9i 024-1 1100 Remove Asphalt Pavement 62 41 15 SY 2524 $12.00 $30,288.00 10 024_1_.1'5_0_6---2"Surface Milling 0-2, 4-1-1,5- S,Y_--- -------20-1- $20.00 $4,020.00 31 1000 LS _ 1-$1 01000-00 $091�Loq-_Pq 12 Y123.0161 Unclassified Excavation by Pla� �1 isi6 605 .�$75.00 $45,375.00 13 3211.0400 Hydrated Lime 3211 29 TON 5 $2,000.00 $10000.00 Treatment 3211 29 SY 1958 $8.00 $15,664.00 15 3211.0504 12 Lime Treatment 32 11 29 SY 310 $12.00 16 321 2.0302 2"Asphalt Pvmt Type D 32 12 16 SY 310 $12.00 $3,720.00 17 3212.0505 8 As _S_Y aid 00 halt pe B $5,580.00 18 3213.010510'Conc Pvmt_ 32 1,3 13_____ SY-____1 809 $150.00 $271,350.00 "- 16 3213.0301 4 Conc-Sidewalk 32 13 20 SF 'i7.00 $45,017.00 � 20 3213M62 Y ConcSidewalk 33 13 20 SF 20688 $8.00 $165,504.00 21 3�2 3105 $25.00 $77,625.00 IS.6�11 4"Conc Sidewalk,Adjacent to Curb 22 3213.0321 Conc Sidewalk,Adjacent to Ret Wall 32 13 20 SF 675 $8.00 $5,400.00 20 SF 486 25.00 $12,150.00 23 3.6403 8"Concrete Driveway N _3213- - _Bi - - --------------- 4MQ5 Barrier Free Ramp,Type M-3 32 13 20 EA 1 $2,800.00 $2800.00 -'--�ilY i� .6506 Barrier Free Ramp,Type P-1 ------- 32 EA 8 O.DO $17,600.00 ___b2121_ _'-"___­_-____ ___- -, __ __-- ,_­ _­ -__ 26 .6567 Barrier Free Ramp,Type P-2 321320 EA 3____$2,200.00 $6,600.00 27 3216.0101 6"Conc Curb and Gutter 32 16 13 LF 2527 .09 8,-W.0q 001 4"SLD Pvmt Marking HAS(W) 32 17 23 LF 12-25 $3.00 LF 3435 $3.00 29 3217.0062 Pvmt Marking HAS 32 17 23 ................. $10,305.00 30 3217.0004 4"BRK Pvmt Marking HAS(Y)(for two way left 32 17 23 LF 690 $3.00 $2,070,00. 31 3217.,0_2_011­8"_SLD Pvmt Marking HAS(W) 32 � _ p --- LF 1007 $6.00 $6,042.00 d2l�.0504FSLDmt atri(W�(Stop r� 32 17 23 LF 130 $12.00 $1,560.00 33 3217 I 002 Lane Legend Arrow 32 17 23 EA 8 $165.00 $1,320.00 34 -3 --7.1.604 Lane Legend only 32 17 23 EA 2 $165.00 $330.00 _35 3217�.2102 REFL Raised Marker 32 17 233 LF 1025 $10.00 $10,250.00 36_ 3217.2103 REFL Raised Marker TY II-A-A 32 17 23 EA 60 $12.00 $720.00 37 665 $55.00 $36,575.00 .6ibb Conc Ret Wall with Sidewalk,Face 323213 ............. ---------- 38-Y29_1-.0-100 Topsoil 3291 19 CY 673 $ .00 $3,365.00 39 3292.0100 Block Sod Placement 33 92 13 SY 4 047 $7.-00 $28,329.0 0 40 3305. 08_w F-imisc e-I I-a neow's-Structu re Adjustment _EA 7 $3 5PQ,0O 41 3305.0111 Valve Box Adjustment 33 05 14 EA 7 $500.00 $3500.00 42 3441 2002 Dispose of­Ful1_T_raffi_cS_ignaI 3441 13 LS 1 $ 500.00 $7,500.00 --------- ------ L7 .... 43 3441.4003 Furnish/Install Alum Sign Ground Mount City Sid. 34 41 30 EA 8 $500.00 $4,000.00 and Reinstall Sign Panel and Post $1,400.00 _45 S471RCO�r�t 3471 13 6le Message Sign WK 4 $500.00 $2,000.00 T)66f-416- LF_ 414 $315 00 $130,410.00 47 ---fib-OT 426_664-C-L 1V (HPC)(X§bf) '17xbd_lt�400 &Y 41 $2,500.00 $102500.00 TxDOT 6002 REINF CONC SLAB(HPC)(CL"S") i�x[56f4ii SF 3500 $35.00 $122,500.00 TxDOT 3­CL�49 OTM"661 V CONC(BRIDGE TxDOT 422 SF 1368 $75.00 $1 2, O.Qq 6015 CCtw CONC(BAS) TxDOT4zi cY--- _13_3 $_ � 1,5Ei0.00 $206,150.00 TxDOT 4 23 SF 4453 $120.0 0 $5 3 4,360.00 62 TxDOT 429 6011 PRESTR CONC SLAB BEAM(4SBI5) TxDOT 425 LF 50 $250.00 1 _ $1 2,500.00 52 TxDOT 4�5 6012 PRff R 664C SLAB BEAM( ! 1�) TxDOT LF 644 $250.00 1 �00000 54 TxDOT450 6029 RAIL(HPC)(q1W) TxDOT 450 LF 3371 $11500 38,755 00 55 _666-f-§tALED EXPANSION JOINT(4 IN)(SEJ-A) ;TxDOT 74 4 LF 1401 $225.00 $31,500. 01 56 6666.000 Pedestrian lRail 00 00 00 LF 2651 qO 300.00 57 99 66 DD02 Remove and Replace Private Appurtenances 00 00 00 EA -6 $400.00 $2,400.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Vmion February 16,2018 Copy ofOO 42 43.-Bid PmpmaLDAP 00 42 43 DAP-BID PROPOSAL Page 5 of 8 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE ESTIMATE Bidder's Application Project Item Information Bidder's Estimate Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value TOTAL UNIT IV:PAVING IMPROVEMENT $2,436,678.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Fonn Version February 16,2018 Copy of 00 42 43_Bid Proposal_DAP 004243 DAP-BID PROPOSAL Page 6 of 8 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE ESTIMATE Bidder's Application Project Item Information Bidders Estimate Bidlist Item Description Specification Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity UNIT V:STREET LIGHTING IMPROVEMENTS _ 1 2605.0111 Electrical Service Pedestal --- _26 05 00 - EA-- 1 $10 000.00 $10,000_00 2 2605.3018 2"Condt PVC Sch 80,Open Cut 26 05 32 LF 616 $10.00 ----- ------- -P- _.. .-- - --------__. _..___. 3 2605.3019 2"Condt PVC Sch 80,Bore 26 OS 32 LF 1400 __-__--$28.00 $39,200.00 4_3441.1405 No.2 Insulated Elec Condr _26 OS 19 LF 24 _ $7.00 $168.00 5 3441.1409 No.8 Insulated Elec Condr 26 05 19 LF 6177- $5.00 $30,885.00 6 3441.1501 Ground Box Type B 34 41 40 EA 2 $400.00 $800.00 7 -3441.3201 LED Lighting Fixture 35 41 20 EA 10 $500.00 $5,000.00 8 3441.3302 Rdwy Ilium Foundation TY 3,5,6,and 8 36 41 20 _ _ EA_ 10 $1,500.00 $_15,000.00 9 3441.3312 Contact Enclosure,Pad Mount 34 41 26 - EA 1 $250.00 $256 00 10 3441.3352 Furnish/Install Rdwy Ilium TY 18 Pole - 34 4120 EA 10 $4,000.00- $40,-000.00 11 9999.0003 Remove Light Poles and Foundations 00 00 00 EA 13 _$4 000.00 $52,000.00 12 9999.0004 Remove Overhead Electrical Wiring 00 00 00 LF 2134_ -__-$10.00-- $21 340.00 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 _ 40 41 42 44 43 45 - -.-._ ------- -- - - -—- — ----- TOTAL UNIT V:STREET LIGHTING IMPROVEMENTd $220,793.00 CITY OF FORT WORTH STANDARD CONSTRUCITON SPECIFICATION DOCUMENTS-DEVELOPER A WARDED PROJECTS Fonn Version Febnmy 16,2018 Copy of DO 42 43 Bid Pmpmal_DAP 00 42 43 DAP-BIDPROPOSAL Page 8 of 8 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE ESTIMATE Bidder's Application Project Item Information Bidder's Estimate Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value Bid Summary UNIT I:WATER IMPROVEMENTS $892,725.00 UNIT II:SANITARY SEWER IMPROVEMENTS UNIT III:DRAINAGE IMPROVEMENTS $45,705.00 UNIT IV:PAVING IMPROVEMENTS $2,436,678.00 UNIT V:STREET LIGHTING IMPROVEMENTS $220,793.00 UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS Total Construction Bidil $3,595,901.00 This Preliminary Cost Estimate is submitted by the entity named below: BIDDER: BY: Flolder Construction Group,LLC 3300 Riverwood Pkwy Ste.1200 TITLEt �r —Op Atlanta,GA 30339 DATE: %6//f l Contractor agrees to complete WORK for FINAL ACCEPTANCE within 360 working days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Fonn Version Febmary 16,2018 Copy of 00 42 43_Bid Propcsal_DAP VICINITY MAP CITY OF � T S.H. 18 EULESS 1� O 3 � CITY CITY = CITY BM BM BM m 8747 8748 8712 3 FAA B VD 0 Q � z r Q F Z U E > W Q = - o � o PROJECT LOCATION - [O J = LJ [. 0 0 0 i ~ 0 m r x � w U < a Ir U I __ U Z VICINITY MAP ul (NOT TO SCALE) w 0 N cd O O I 3 0 Q 0 N r O N 0 7557 RAMBLER ROAD, SUITE 1400 Pacheco Koch DALLAS, TX 75231 972.235.3031 AMERICAN AIRLINES WEST CAMPUS MOBILITY TX REG. ENGINEERING FIRM F-469 TX REG. SURVEYING FIRM LS-10008000 CFA EXHIBITS = LOCATED IN THE CITY OF FORT WORTH, TEXAS DRA WN 9 CHECKED BY SCALE DATE ✓08 NUMBER HUTTON, VINCENT J SURVEY, ABSTRACT NO. 681 LiJJL RJK NTS 03/19/2019 3051-18.226 TARRANT COUNTY, TEXAS EXHIBIT " A" - WATER LEGEND ------ EXISTING WATER LINE PROPOSED WATER LINE J1 ` EXISTING 16" p PUBLIC WATER LINE j 1 T REMOVE & REPLACE / I EXISTING 20" PUBLIC l 1 / RECLAIMED WATER LINE EXISTING 8" PUBLIC 1 / WATER LINE o i EXISTING 8" PUBLIC 1 ° 1 WATER LINE 1 EXISTING 20" j 0 PUBLIC RECLAIMED >j y 3 REMOVE & REPLACE WATER LINE ; Q EXISTING 8" PUBLIC u WATER LINE 0 EXISTING WATER METER FOR FAA a oQo O 11 o PROPERTY Q o Cn EXISTING 20" HE m PUBLIC RECLAIMED EXISTING 16" i w WATER LINE PUBLIC WATER LINE �S O U / � 1 Q , Uaf , a - D o L , 0 iw i 3 j D �0 1 � 1 m '1 N Pacheco Koch DALL RAMBLER ROAD, SUITE 1400 DALLAS, Tx 75231 972.235.305.3031 gMER1CAN AIRLINES WEST CAMPUS MOBILITY TX REG. ENGINEERING FIRM F-469 TX REG. SURVEYING FIRM LS-10008000 CFA EXHIBITS = LOCATED IN THE CITY OF FORT WORTH, TEXAS DRAWN BY CHECKED BY SCALE OATS ✓OB NUMBER HUTTON, VINCENT J SURVEY, ABSTRACT NO. 681 JJL RJK NTS 03/19/2019 3051-18,226 TARRANT COUNTY, TEXAS EXHIBIT " B " — PAVING 0 f o 1 ao 0 o � � NEW PRIVATE $ -�� CONCRETE DRIVEWAY aif I Z NEW CONCRETE �} CURB AND GUTTER W l/ Lb W C I I NEW CONCRETE NEW 10' SIDEWALK I y NEW 10' SIDEWALK D PAVEMENT H z NEW NEW WALL WALL # NEW 5' SIDEWALK Q NEW WALL NEW CONCRETE � D CURB AND GUTTER NEW 5' III ti D � � SIDEWALK LEGEND PROPOSED ASPHALT l PAVEMENT W _ off' I PROPOSED CONCRETE Oo \ I\ NEW CONCRETE J PAVEMENT o ) LJ PAVEMENTli -- ® SIDEWALK D CONCRETE vf1 NEW 10' NEW 5' SIDEWALK n 1 /`I SIDEWALK NEW ASPHALT PROPOSED /� z W \\ PAVEMENT BRIDGE W \� NEW BRIDGE \\ NEW NEW WALL _- PROPOSED = WALL WALL W NEW CONCRETE' ,._':' ::;.:::;:::>:::::-_... -- 0 .. . .`;4. BOULEVARD � = PAVEMENT _ _ _ - PROPOSED Lu Z -_- - y NEW WALL MILLED ASPHALT J = ti _ NEW WALL NEW CONCRETE av CURB AND GUTTER = ` / NEW 5' SIDEWALK NEW CONCRETE NEW MILLED ASPHALT = I CURB AND GUTTER \ a9 ,o NEW 5' SIDEWALK�� m n I1 obi O a 7557 RAMBLER ROAD SUITE 1400 APacheco Koch DALLAS, TX 75231 972.235.3031 AMERICAN AIRLINES WEST CAMPUS MOBILITY TX REG. ENGINEERING FIRM F-469 CFA EXHIBITS TX REG. SURVEYING FIRM LS-INOBOOD LOCATED IN THE CITY OF FORT WORTH, TEXAS DRAWN BY CHECKED B. SCALE DATE ✓OS NUMBER HUTTON, VINCENT J SURVEY, ABSTRACT NO. 681 JJL RJK NTS 03/19/2019 3051-18.226 TARRANT COUNTY, TEXAS EXHIBIT " B1 " - STORM DRAIN LEGEND ------ EXISTING STORM SEWER PROPOSED STORM SEWER � V I � 9 I I REMOVE EXISTING PUBLIC 3 PROPOSED 10' CURB INLET o PUBLIC 24" Z STORM SEWER o ♦♦♦ AND 15' Of ♦ CURB INLET a ♦♦♦♦♦4*MF■ ■■■■■■■r■ on ■■■■■■a - LI - PROPOSED PUBLIC 24" Ell ■ STORM SEWER AND 4' DROP m �w■■■■■■■�■�� INLETS (2) ♦ ■ Ln ♦♦♦ ■ _ FAA EXISTING PUBLIC 36" STORM SEWER m EXISTING PUBLIC 36" X STORM SEWER w a U Q U Q U U a z cn w i N i 0 0 n / 0 r I o ♦♦ EXISTING PUBLIC ♦♦♦ 6'x3' BOX CULVERT a ♦1♦ I _ v N 0 7557 RAMBLER ROAD, SUITE 1400 Pacheco Koch DALLAS, TX 75231 972.235.3031 AMERICAN AIRLINES WEST CAMPUS MOBILITY TX REG. ENGINEERING FIRM F-469 CFA EXHIBITS TX REG. SURVEYING FIRM LS-10008000 LOCATED IN THE CITY OF FORT WORTH, TEXAS o DRAWN BY CHECKED BY SCALE DATE ✓OB NUMBER HLTTON, VINCENT J SURVEY, ABSTRACT NO. 681 hi JJL RJK NTS 03/19/2019 3051-18.226 TARRANT COUNTY, TEXAS EXHIBIT " C" - STREET LIGHTS 1 NEW LIGHT POLE LOCATION 1 ? 1� i 0 0000000000 so a � 9 • z PROPOSED LIGHTING I I W WITH SIGNALS PER Lb I = CI � SEPARATE CONTRACT' I N p o � 1 2 3 4 5 6 3 ' W _ - Z � I a Ln n 0 w W a C- # IJ LJ LL L_ U EL W 9 PROPOSED LIGHTING = Il WITH SIGNALS PER 10 I TxDOT CONTRACT N U) .f� D 7Lu g 0 rr^^ Fri z n vJ \ PROPOSED LIGHTING a J \ 'WITH SIGNALS PER { TxDOT CONTRACT \ l a b o � Q O 7557 RAMBLER ROAD SUITE 1400 Pacheco Koch DALLAS, TX 75231 972.235.3031 AMERICAN AIRLINES WEST CAMPUS MOBILITY TX REG. ENGINEERING FIRM F-469 CFA EXHIBITS TX REG. SURVEYING FIRM L5-10011,9000 LOCATED IN THE CITY OF FORT WORTH, TEXAS DRAWN BY CHECKED BY SCA, DATE ✓OB NUMBER HUTTON, VINCENT J SURVEY, ABSTRACT NO. 681 JJL RJK NTS 03/19/2019 3051-18.225 TARRANT COUNTY, TEXAS