Loading...
HomeMy WebLinkAboutContract 52805 Received Date: Sep 20,2019 Received Time: 10:15 AM Developer and Project Information Cover Sheet: Developer Company Name: American Airlines,Inc. Address,State,Zip Code: 4333 Amon Carter Blvd. ,Fort Worth,TX,76155 Phone&Email: 817-931-4261, Tim.skipworth(&aa.com Authorized Signatory,Title: Tim Skipworth,Vice President Airport Affairs and Facilities Project Name. American Airlines Hospitality Complex Brief Description: Water, Sewer Project Location: 4501 Highway 360 Plat Case Number: Plat Name: Mapsco: Council District: 5 CFA Number: CFA19-0018 City Project Number: 101806 City of Fort Worth,Texas Standard Community Facilities Agreement-American Airlines Hospitality Complex OFFICIAL.RECORD CFA Official Release Date:02.20.2017 Page 1 of 12 CITY SECRETARY FT. WORTH,TX STANDARD COMMUNITY FACILITIE AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 52805 WHEREAS, American Airlines, Inc., ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached h reto("Improvements")related to a project generally described as American Airlines Hospitality Complex ("Project") within the City or the extraterritorial jurisdiction of Fort Worth, Texas("Ci ty"); and WHEREAS, the City has no obligation to participate 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 bq memorialized as an amendment to this Agreement; and WHEREAS, the Developer and the City desire to entqr into this Community Facilities Agreement ("CFA" or "Agreement") in connection with the ollective 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-American Airlines Hospitality Comr CFA Official Release Date:02.20.2017 Page 2 of 12 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) K Sewer(A-1) 9,Paving(B) : ., 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 H, 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-American Airlines Hospitality Complex CFA Official Release Date:02.20.2017 Page 3 of 12 iii. To require the contractor(s)it hires to perform th 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 an same will be evidenced on the Certificate of Insurance (ACORD or other stat 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 contra or to allow the construction to be subject to inspection at any and all times by City nspection 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-American Airlines Hospitality Complex 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 indemnity shall be apportioned in accordance with the law o 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 or 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 nejelikence 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-American Airlines Hospitality Complex CFA Official Release Date: 02.20.2017 Page 5 of 12 said contractor's failure to complete the work and const ct 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 �nforce the contracts entered into by the Developer with its contractor along with an assignor ent 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 contract. 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 dtain inspection fees equal to four percent (4%) and material testing fees equal to o 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 consttuction of the Improvements if at City of Fort Worth,Texas Standard Community Facilities Agreement-American Airlines Hospitality Complex 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-American Airlines Hospitality Complex CFA Official Release Date:02.20.2017 Page 7of12 LICENSEES. City, upon written notice to Developer, sh f I have the right to immediately terminate this Agreement for violations of this provision b} Developer. City of Fort Worth,Texas Standard Community Facilities Agreement-American Airlines Hospitality Complex CFA Official Release Date:02.20.2017 Page 8 of 12 Cost Summary Sheet Project Name:American Airlines Hospitality Complex CFA No.: CFA19-0018 City Project No.: 101806 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 $ 29,727.00 2.Sewer Construction $ 360,742.50 Water and Sewer Construction Total $ 390,469.50 B. TPW Construction 1.Street $ - 2.Storm Drain $ - 3.Street Lights Installed by Developer $ - 4. Signals $ - TPW Construction Cost Total $ - Total Construction Cost(excluding the fees): $ 390,469.50 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 7,809.39 D. Water/Sewer Material Testing Fee(2%) $ 7,809.39 Sub-Total for Water Construction Fees $ 15,618.78 E. TPW Inspection Fee(4%) $ - F. TPW Material Testing(2%) $ - G. Street Light Inspsection Cost $ - H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ Sub-Total for TPW Construction Fees $ - Total Construction Fees: $ 15,618.78 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 390,469.50 x Completion Agreement=100%/Holds Plat $ 390 469.50 Cash Escrow Water/Sanitary Sewer=125% $ 488,086.88 Cash Escrow Paving/Storm Drain= 125% $ Letter of Credit=125%w/2 r expiration period $ 488 086.88 City of Fort Worth,Texas Standard Community Facilities Agreement-American Airlines Hospitality Complex 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. 7?aly-d� 13u.14frGG Dana Burghdoff(Sep 18,20 —� Dana Burghdoff Interim Assistant City Manager S` Date: Sep 18,2019 Timothy K.Skipworth(Sep 17, 019) Name: Tim Skipworth Recommended by: Title: Vice President Airport Affairs and Facilities Sep 17, 2019 :el_ yn Robe i5r.; 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 Richard A. NoCraoken ensuring all performance and reporting Richard A.McCracken(Sep 18,2019) requiremerrms. Richard A. McCracken Assistant City Attorney M&C No. -,Ezernack on behalf of Janie Morales(Sep 18,2019) Date: Sep 18,2019 Name: Janie Morales itle: Development Manager Form 1295: FART 0 r'r'O ATTEST: IA. ` Mary J. Kayser/Ronald GonzalesS City Secretary/Assistant City Secretary City of Fort Worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement-American Airlines Hospitality Complex CITY SECRETARY CFA Official Page 110 of 12Release Date:02.20.2017 g 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 ® Exhibit A-1: Sewer Improvements ® Water and Sewer Cost Estimates ❑ Exhibit B: Paving Improvements C_I Paving Cost Estimate I I Exhibit 13-1: Storm Drain Improvements ❑ Storm Drain Cost Estimate Li Exhibit C: Street Lights and Signs Improvements Street Lights and Signs Cost Estimate (Remainder of Page Intentionally Left Blank) ti. City of Fort Worth,Texas Standard Community Facilities Agreement-American Airlines Hospitality Complex CFA Official Release Date:02.20.2017 Page 11 of 12 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 101806 None. City of Fort Worth,Texas Standard Community Facilities Agreement-American Airlines Hospitality Complex CFA Official Release Date: 02.20.2017 Page 12 of 12 VICINITY MAP 0 (° N = Q KGEN = PROJECT LOCATION z 0 o Q 0 U TRINITY m w z z o w tZ VILLAG WAY MAPSCO F56-J V1 CINI T)OOO' MAP AMERICAN AIRLINES HOSPITALITY 7557 RAMBLER ROAD sullE 1400 COMPLEX PUBLIC IMPROVEMENTS A Pacheco Koch DALLAS, TX 75231 972�3D3, CRY PROJECT NO. 101808 TX REG. ENGINEERING FIRM F-469 4501 HIGHWAY 380 TX REG. SURVEYING FIRM LS-l000s 00 LOCATED IN THE CRY OF FORT WORTH, TEXAS DRAWN BY CHECKED BY SCALE DATE ✓OB NUMBER HUTTON' VINCENT J SURVEY' ABSTRACT NO. 681 RDF KCM NT5 02-14-2019 3051-17.368 TRACT I & I r EXHIBIT "A" - V1ATER i L � AMERICAN AIRLNES \ i TCC GARAGE EXISTING 16" PUBLIC WATER UNE l PROPOSED 17 LF 6' WATER LINE AND I 6' COMPOUND WATER METER l 0 I n PROPOSED 17 LF 2' IRR. UNE AND 2' IRR. METER AMERICAN AIRLINES I HOSPITALTY COMPLEX I AMERICAN AIRLINES HOSPITALITY COMPLEX I FGFND ------ EXISTING PUBLIC WATER UNE fl PROPOSED PUBLIC WATER LINE EXISTING PRIVATE WATER LINE A _,_ _,._„— PROPOSED PRIVATE WATER UNE AMERICAN AIRLINES HOSPITALITY COMPLEX PUBLIC IMPROVEMENTS 7567 RAMBLER ROAD SUITE 1400 Pacheco Koch CITY PROJECT NO. 101806 DALLAS, TX 73231 972233.3031 TX REG. ENGINEERING FIRM F-469 4 501 HIGHWAY 360 TX REG. SURVEYING FIRM LS—iaaw" LOCATED IN THE CRY OF FORT WORTH, TEXAS DRAWN BY CHECKED BY SCALE DATE _f0B NUAIBE HUTTTNJ, VINCENT J SURVEY, ABSTRACT NO. 681 JJL RJK 1'=150' 02/14/2019 3051-17.368 TRACT I & 1E r EXHIBIT "Al " - SEWER 0 150 300 600 900 EXISTING CONNECT TO EXISTING SSMH SANITARY CONSTRUCTED WITH TCC GARAGE GRAPHIC SCALE IN FEET uNE li CI ROJ NO. 101318 € FL 12--500.00 (SE) EXISTING TELEPHONE LINE EXISTING i I INSTALL - WATER LINE 1—STD 4' DIA. SSMH ' EXISTING GAS LINE INSTALL• I PR�OSm ' 1—S1D 4' DIA SSMH — — ANN NN:S HOSPITALITY COMPLDC �l INSTALL• 3 1—STD 4' DIA. SSMH I y CONNECT TO: EXISTING 10" SSMH =_- FL 10--475.80 (SE) EXISTING 8- SANITARY SEWER INSTALL'==y=._.:._�::.,e:;::-_. =�=." 1—CUSTOM BOX STRUCTURE of=_< FOR DOUBLE BARREL SIPHON DESIGN -" '_ - -=- PROPOSED DOUBLE IN TALL- -_-_ BARREL SIPHON 1—CUSTOM BOX STRUCTURE FOR -_ -= DOUBLE BARREL SIPHON DESIGN - == =- INSTALL.• 1—STD 4' DIA. SSMH INSTALL- I 1—STD 4' DIA. SSMH I FQEND i — EXISTING SANITARY SEWER CONNECT TO: EXISTING SSMH — — PROPOSED SANITARY SEWER FL 15--473.20 (NW) PROPOSED S.S. EASEMENT WATERS OF THE U.S. AMERICAN AIRLINES HOSPITALITY COMPLEX PUBLIC IMPROVEMENTS 7557 RAMBLER ROAD SUITE 1400 CITY ,' NO. 101808 Pacheco KochDALL DALLAS, 7X 7323E 972233.303E TX REG. ENGINEERING FlRM F-489 4501 HIGHWAY 360 TX REG. SURVEYING FlRM LS—l000s000 LOCATED IN THE CITY OF FORT WORTH, TEXAS DRAWN BY CHECKED BY SCALE DATE JOB NUMBER HUTTON, VINCENT J SURVEY. ABSTRACT NO. 681 RDF KC M 1"-300 02-14-2019 3051-17.368 TRACT I do 1E Emma 00 42 43 DAP-BID PROPOSAL Page 1 of 3 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item st Description Section No. ]Measure Quantity Unit Price Bid Value UNIT 1:WATER IMPROVEMENTS 1 3312.2203 2"Water Service 33 12 10 EA 1 $3 084.00 $3 084.00 2 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 TON 1 $1,935.00 $1,935.00 3 3311.0161 6"PVC Water Pipe 3311 12 LF 17 $24.00 $408.00 4 3312.2803 6"Water Meter and Vault 33 12 11 EA 1 $12,870.00 $12,870.00 5 3312.4111 16"x 6"Tapping Sleeve&Valve 33 12 25 EA 2 $5,715.00 $11,430.00 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 40 41 42 43 44 45 46 47 TOTAL UNIT I:WATER I PROVEMENTS $29,727.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version February 16,2018 00 42 43 Bid Pmposal_DAP 00 42 43 DAP-BIDPROPOSAL Page 2 of 3 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Pro - Bidlist Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity UNIT II:SANITARY SEWER IMPROVEMENTS 1 241.2001 Sanitary Line Grouting 0241 14 CY 33 $250.00 $8,250.00 2 241.2013 Remvoe 8"Sewer Line 0241 14 LF 616 $14.00 $8,624.00 3 241.2014 Remove 10"Sewer Line 0241 14 LF 560 $14.00 $7,840.00 4 241.2103 8"Sewer Abandonment Plug 0241 14 EA 16 $250.00 $4,000.00 5 241.2104 10"Sewer Abandonment Plug 0241 14 EA 4 $250.00 $1,000.00 6 241.2201 Remove 4'Sewer Manhole 02 41 14 EA 11 $1,460.00 $16,060.00 7 3110.0101 Site Clearing 31 1000 LS 1 $5,000.001 $5,000.00 8 3110.0102 6"-12"Tree Removal 31 1000 EA 5 $1,200.00 $6,000.00 9 -3125.0101 SWPPP>_i Acre 31 2500 LS 1 $25,000.00 $25,000.00 10 3301.0001 Pre-CCTV Inspection 3301 31 LF 3221 $1.00 $3,221.00 11 3301.0002 Post-CCTV Inspection 33 01 31 LF 2404 $1.00 $2,404.00 12 3301.0101 Manhole Vacuum Testing 3301 30 EA 12 $250.00 $3,000.00 13 3303.0001 Bypass Pumping 330310 LS 4 $1,200.00 $4,800.00 14 3305.0109 Trench Safety 33 05 10 LF 2350 $1.00 $2,350.00 15 3305.0113 Trench Water Stops 33 05 15 EA 4 $500.00 $2,000.00 16 3331.3301 8"Sewer Service 3331 50 EA 1 $35.00 $35.00 33 11 10,33 17 3331.4201 10"Sewer Pipe 31 12,3331 LF 163 $42.00 20 $6,846.00 3311 10,33 18 3331.4208 12"Sewer Pipe 31 12,3331 LF 746 20 $48.00 $35,808.00 3311 10,33 19 3331.4209 12"Sewer Pipe,CSS Backfill 31 12,3331 LF 20 20 $58.00 $1,160.00 20 3331.4212 12"DIP Sewer 3311 10 LF 7 $65.001 $455.00 21 3331.4213 12"DIP Sewer,CSS Backfill 3311 10 LF 120 $78.001 $9,360.00 3311 10,33 22 3331.4215 15"Sewer Pipe 31 12,3331 LF 866 20 $58.00 $50,228.00 23 3339.0001 Epoxy Manhole Liner 33 39 60 VF 10.5 $250.00 $2,625.00 24 3339.0003 Wastewater Access Chamber 33 39 40 EA 2 $1,150.00 $2,300.00 25 3339.1001 4'Manhole 33 39 10,33 EA 12 $3,575.00 $42,900.00 --______- 3339.1003 4'Extra Depth Manhole 33 39 10,33 VF 48.5 $233.001 $11,300.50 27 9999.0001 6"HDPE Sewer Pipe by Open Cut 3341 11,33 LF 96 $120.001 $11,520.00 28 9999.0002 8"HPDE Sewer Pipe by Open Cut 3441 11,33 LF 96 $128.00 $12,288.00 29 9999.0003 6"HDPE Sewer Pipe by Other than Open Cut 3541 11,33 LF 218 $120.00 $26,160.00 30 9999.0004 8"HDPE Sewer Pipe by Other than Open Cut 3641 11.33 LF 218 $128.00 $27,904.00 31 9999.0005 12"Sewer Service 33 31 50 EA 1 $864.00 $864.00 32 9999.0007 Custom Double Barrel Siphon Manhole 33 39 10,33 EA 2 $9,720.00 $19,440.00 33 - 34 35 36 37 38 45 TOTAL UNIT II:SANITARY SEWER IMPROVEMENTS $360,742.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version February 16,2018 00 42 43_Bid Proposal_DAP 00 42 43 DAP-BID PROPOSAL Page 3 of 3 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity Bid Summary UNIT I:WATER IMPROVEMENTS $29,727.00 UNIT II:SANITARY SEWER IMPROVEMENTS $360,742.50 UNIT III:DRAINAGE IMPROVEMENTS UNIT IV:PAVING IMPROVEMENTS UNIT V:STREET LIGHTING IMPROVEMENTS UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS Total Construction Bid $390,469.50 This Preliminary Cost Estimate is submitted by the entity named below: BIDDER: BY: .la Biermeie Tri Dal Utilities,Ltd. 540 Commerce St. —� Southlake,TX 76092 TITLE:Vic Iresident of Operations DATE: 8 q 0I9 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 720 calendar 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 Form Version February 16,201 g 00 42 43_Bid Proposal—DAP