Loading...
HomeMy WebLinkAboutContract 48182 CITY SECRETARY -7 �p CoUrRACT Iia — �� Developer and Project Information Cover Sheet: Developer Company Name: M. C. Estates , LLC Address, State, Zip Code: 17010 I.H. 20, Cisco ,TX 76437 Phone&Email: 817-850-3600,kyle@wilkshg.com Authorized Signatory, Title: Kyle Wilks ,President Project Name and Brief Markum Business Park Phase I Description: Project Location: 1362 Markum Ranch Rd. Fort Worth TX 76126 Plat Case Number: FP-15-084 Plat Name: Markum Business Park Mapsco: 85 G/H Council District: ETJ City Project Number: 100032 CFA Number: 2016-072 DOE Number: NONE To be conipl ted y staff Received City of Fort Worth,Texas OFFICUAL RE,CAO] ORD Standard Community Facilities Agreement CI � � ` CFA Official Release Date: 10.07.2015 Page 1 of 11 �' G j`��i1��R`l I ` '� STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, M.C. Estates, LLC, ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Markum Business Park Phase 1 ("Project") within the City or the extraterritorial jurisdiction of Fort Worth, Texas ("City"); and WHEREAS, the City has no obligation to participate in the cost of the Improvements or Project; and WHEREAS, any future City participation in this CFA is subject to the availability of City funds and approval by the Fort Worth City Council and shall be memorialized as an amendment to this Agreement; and WHEREAS, the Developer and the City desire to enter into this Community Facilities Agreement ("CFA" or "Agreement") in connection with the collective Improvements for the Project. NOW, THEREFORE, for and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: General Requirements A. The Policy for the Installation of Community Facilities ("Policy") dated March 2001, approved by the City Council of the City of Fort Worth, as amended, is hereby incorporated into this Agreement as if copied herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. B. Developer shall provide financial security in conformance with paragraph 6, Section 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 CFA Official Release Date: 10.07.2015 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) 'C:L, Sewer (A-1) ❑', Paving (B) 0, Storm Drain (B-1) Z, Street Lights & Signs (C) D. 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 City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 3 of 11 maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253, Texas Government Code. 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. City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 4 of 11 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. 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 City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 5 of 11 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 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 City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 6 of 11 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. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 7 of 11 Cost Summary Sheet Project Name: Markum Business Park Phase 1 CFA No.: 2016-072 DOE No.: 100032 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 $ 407,707.46 2.Storm Drain $ 161,796.00 3.Street Lights Installed by Developer $ - 4. Signals $ - TPW Construction Cost Total $ 569,503.46 Total Construction Cost(excluding the fees): $ 569,503.46 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%) $ 22,780.14 F. TPW Material Testing(2%) $ 11,390.07 G. Street Light Inspsection Cost $ - H. Signals Inspection Cost $ H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 34,170.21 Total Construction Fees: $ 34,170.21 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 569 503.46 Completion Agreement=100%/Holds Plat $ 569,503.46 Cash Escrow Water/Sanitary Sewer=125% $ Cash Escrow Paving/Storm Drain=125% $ 711,879.33 Letter of Credit=125%w/2yr expiration period $ 711 879.33 City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 8 of 11 ACCORDINGLY,the City of Fort Worth and Developer have each caused this instrument to be executed in quadruplicate in each entity's respective name by its duly authorized signatories effective as of the date executed by the City's City Manager or his/her designee. CITY OF FORT WORTH DEVELOPER M.C.Estates,LLC Jesus J. Chapa Assistant City Manager ame: Kyle i s ;T�i7 tle: Pr dent Date: � � l _ Date: Recommended by: ATTEST: (Only if required by Developer) �'w Wendy Chi-Babulal, EMBA, P.E. Development Engineering Manager Signature Water Department Name: c J �,J ®� �c Douglas . Wiersig, P.E. Vdl' $ Director g8 Transportation &Public Works Department `Eap }poo "�4ODOOU'" Approved as to Form &Legality: ATTEST: - Richard A. McCracken Wry J. Ka s ' Assistant City Attorney City Secretary M&C No. N IA- Date: FocuA 17-15 : N 'OFFICIAL RECORD City of Fort Worth,Texas CITY SECRET Y Standard Community Facilities Agreement FT WOR,�R CFA Official Release Date: 10.07.2015 ! TX Page 9 of 11 — 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 Improvments ❑' Water Cost Estimate ❑ Exhibit A-1: Sewer Improvements ❑' Sewer Cost Estimate Exhibit B: Paving Improvements Paving Cost Estimate ®' Exhibit 13-1: 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 CFA Official Release Date: 10.07.2015 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 100032 None City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 11 of 11 SILVER SADDLE CORPORATION PKWY 20 20 S 1 I E w � r o a 3 UJ w w D fn C 0 co Z C 70 mf1 Z � I' WEST RIDGE 70 0 r 0 ALEDO IONA R AD UNION PACIFIC RAILROAD LOCATION MAP (D LOCATION MAP N.T.S. MAPSCO: 85-G,H MARWUM .BUSINESS PARK PHASE I W J Q U N O H O -27 Z d-du!i,-Jllca C CY / CE- 0 L I I cn X -Q cz a / � � o / ¢ CZ CIJ > n. (3) C) / ami Q / -l�-+-+ a) a / / ' U- / c / n o o cz CL =3 W Q _ _ Q I IRs 1Q o � Rs as c I C', Ccc� o ~ G LL i ca � C � o cu z 0 i U Z Y o I I ui ui Q d W W a Q z N Q C U U o , U J Z Z Q W Q 0 0 0 0 CD a U U ° o. .1 W ¢ ^ o a ° a � ora Z � o ,B. 00NTRACT1_NG,, LLC ii� W.,a.rkum S:usiness Park Frid.'ay,irune 24, 201S Item Bid Description_ Quantity Units Unit Price Total 123 TN $165.00 $20,295.00 2 Hydrated Lime $21,919,25 3 8"Lime Tre@tMent 10195 SY $2.15 4 6"Flexible Base,Type A, GR-2 4603 SY $8.00 $36,824.00 51 711,Corm?vFrit 957 SY :$61;85 $9,710.45 6 Vit"ocom;,NYMt 49219 S Y I'M 4 R9 $255,76511 7 2"Asplialt Rvmt Type C 938 19Y $13.15 $12j334.70 E 6"Asphaft Pvml Type.R :825 SY �Y220 -$26;565.00 9 Joint Sealant 3714 LF $2.10 $7,799.40 10 Seeding, Hydromulch 9867 SY $1.55 $15,293.85 II Traffic Control Mo $1,200.00 $1,200.00 TOTAL. $407,707.46 Bond is included. No provision has been made for pem- anent materials tax., if this-pmject does not-qualiNi as�tax-exempt'under stnte paw-,� tax for materials will be bi[ltd at the,prevailing taxrate: Subgrade is to be left at+/-one-tenth of a foot of finish subgrade prior to JLB move-in. Backfill of paving Is included. Although no installation of SWPPP is included, maintenance of SWPPP measures already in place affected by our work is included. Pacing based w one move in. This Propa6-al and,-.iny-subse>luel)t'Agreement isaorifingenl-on verdiable,paymorit,,,cluararytaer,'from Owner, satjsfactory'lo JLB,LLC prior to the signing Df any contract dociaments, VT rMe . _P ,s avnit 'P,ayments,iar.e,due-on4he2DIh-Dfe.ach 0 d 1 his-i price proposal and-monthly estimates will be-based*on actual Tneasuredquaffdiesin place,-less ten percent retainage. Final payment is due within 30 days of completion and final acceptance This quote will remain valid for 30 days. Does not Inctude: Penn,its Taylaut-stakill-191 Any SVVPPP`instalWiom MaterWs testing, Utirity adftjsfbment% irrcladed as,bkj%items. Tops.04 Inspection Fees Submitted By: Accepted By: JLB Contracting, LLC Company: Ronald D Stinson,Jr VP of Business Devefop metit Title: W J a U U cn ro o > — U 0 (D d�! !xa / I Cli I i I / / Q / 6 — (n co / CZCW 0 0 Q / U) / ocz crs LL / w o / / / � Q E l LL CD If ua Q wa��Lb i- r o Cz L- � E n m CX m 0 i a) < co I u0 / / / / X Q� / � a .� W C3)co - m CCS > 0 I QI I Q •cz 0 � a� cu. > 2CO L CC Q U U U c I I '0 y G tis — }LPuue(i I o_ o U C NO (n C 0- -00-o0 — 1ca zp U O cu Cf) Q. c c I — �—I I C o i -U L 10 O w OCL O c U 21 .� c _ U if) O U O a LO N O 0 U W N � O j per, La Z 0 O U CA' /C C'k V�t,C- fg)424, 12", PJ DAP-BCD PRONMAL �leJ�-,J- I �-� 1G C)&� 14 1 SECTION 00 42 43 pag- Developer Awarded Projects-PROPOSAL FORM UNIT PRICE 131D Bidder's Application Project Item Information Bidder's Pro N—ml Bidlist hem DescriptiSpecification unit N10- on Bid Value I Section NO. Measure Q, UNIT III:DRAINAGE IMPROVEMENTS 109 'French Safety 33 05 10 LF 237 2-60 2 3 30.5.0204 Imported ErnbcdmenuBack-fill,Crushed Rock 3305 10 CY 137 1 Y.et, 3 3341.0309 36"RCP,Class 111 3341 10 LF 23336 4 3341-0402 42"RCP.Class H] 344J 10 LF so 5 6 9999.0003 80 Box Culvert 3341 10 LF 58 7 3349.4109 36"SET,I pipe 33 49 40 EA 2 8 3349,4311 42"SET,3 pipes 33 49 40 FA 2 9 3349.1000 Headwall,Box Culvert St�-—0 33 49 40 2q 10 3137.0101 Concrete Riprap 31 3700 SY 70 11 3137.0102 Large Stone Riprap,dry 31 37 00 SY 320 oi 12 3471.0001 Trafflic Control 3471 13 N10 1 14 ljez ell 'A' or-) CM.'OFFORT WORTH STANDARD DEVELOPER AWARDED PROJEC75 Fc,.,m DO 42 43—Bid