Loading...
HomeMy WebLinkAboutContract 48462 XY SECRETARY f;UNTMCT NO. Developer and Project Information Cover Sheet: Developer Company Name: Sam's Real Estate Business Trust Address, State,Zip Code: 5700 Golden Triangle Blvd,2001 S.E. 10th St,Bentonville,AR 72716 Phone & Email: 479-273-4000,teresa.hibbard@walmart.com Authorized Signatory, Title: Teresa Hibbard,Director of Design and Project Mgmt Project Name and Brief Golden Triangle Blvd-Traffic Signal and Paving Description: Project Location: 5700 Golden Triangle Blvd. Plat Case Number: NA Plat Name: NA Mapsco: 23J Council District: 7 City Project Number: 100321 CFA Number: 2016-073 DOE Number: None To be completed by aff: Received by: OFFICIAL RECORD CITY SECRETARY FT.'W'ORTH,TX City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 1 of 11 STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, Sam's Real Estate Business Trust , ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Golden Triangle Blvd -Traffic Signal & Paving ("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 Proj ect. 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) ❑, Sewer (A-1) ❑, 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 lI, 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. I 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: Golden Triangle Blvd-Traffic Signal and Paving CFA No.: 2016-073 CP No.: 100321 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 2.Storm Drain $ - 3.Street Lights Installed by Developer $ - 4. Signals $ 182,115.45 TPW Construction Cost Total $ 182,115.45 Total Construction Cost(excluding the fees): $ 182,115.45 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%) $ F. TPW Material Testing(2%) $ G. Street Light Inspsection Cost $ - H. Signals Inspection Cost $ 7,284.62 H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 7,284.62 Total Construction Fees: $ 7,284.62 Choice Financial Guarantee Options,choose one Amount Mark one Bond= 100% $ 182,115.45 Completion Agreement= 100%/Holds Plat $ 182,115.45 Cash Escrow Water/Sanitary Sewer=125% $ - Cash Escrow Paving/Storm Drain= 125% $ 227,644.31 Letter of Credit=125%w/2yr expiration period $ 227,644.31 x 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 Sam's Real Estate Business Trust Jesus J. Chapa. r Assistant City Manager Name: Teresa Hibbard / l Title: Director of Design and Project Date: (� %.� l� Management Recommended by: Date: ,A 4 ATTEST: (Only if required by Developer) Wendy Chi-Babulal, EMBA, P.E. Development Engineering Manager Water Department Signa urs_ Name: Douglas . Wiersig, P.E. Director Transportation &Public Works Department Approved as to Form &Legality: ATTEST: Richard A. McCracken Assistant City Attorney Wary'J. Wr City Secretary ®ooh oa°oo 0 M&C No. N�¢ 1 Date: t� S ° lra. . ,x.95 : N r►�— X City of Fort Worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement CITY SECRETARY CFA Official Release Date: 10.07.2015 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 Improvments El Water Cost Estimate Exhibit A-1: Sewer Improvements El Sewer Cost Estimate Exhibit B: Paving Improvements El 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 CFA Official Release Date: 10.07.2015 Page 10 of 11 ATTACILMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 100321 P. COMPLETION WITHIN 1 YEAR i. Developer shall complete the Improvements within one(1)year,provided,however,if construction of the Improvements has started within the one 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, the 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 one (1) year 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 one(1)year 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 subject of the Completion Agreement. City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 11 of 11 THE CITY OF FORT WORTH COST EXHIBITS PUBLIC IMPROVEMENTS TO SERVE TRAFFIC SIGNAL & PAVING IMPROVEMENTS AT GOLDEN TRIANGLE BLVD. Ly= z a CR S F c w O K a T N �� 'P oQe c� uj a w o Q �Rc J54 o f w - w U) Z Q Q O O v 'i7 F w � n Z KELLER HICKS R w Y 0 a U a { w — MONICA LN wg TTF � O A NA RO ELN w Z ui o GOLDEN TRIANGLE BLVD P LAR BROO DR a re'l u- } KNT TRL a 10 GOLDEN TRIANGLE BLV SITE Of ° a ct) B AR CREE4 TRL ~ J w EFZ O ¢ C M OSE ST SITE LOCATION MAP NTS FORTWORTH Kl" m e ))) Horn GRAPHIC SCALE IN FEET 0 40 80 160 NORTH f DETAIL AT NW CORNER - -J DETAIL AT MEDIAN L7 1 to DETAIL AT W MEDIAN GOLDEN TRIANGLE BLVD GOLDEN TRIANGLE BLVD SPEED LIMIT 40 MPH SPEED LIMIT 40 MPH BLK: 5700 BLK: 5800 �a F �tw Ws Of InO 0_ DETAIL AT SE CORNER SE CORNER EXHIBIT C-1 : TRAFFIC SIGNALS GOLDEN TRIANGLE BLVD. & SPORTS PKWY. DETAIL AT SW CORNER SW CORNER Kimley»>Horn ENGINEERING FIRM REGISTRATION#F-928 GOLDEN TRIANGLE BLVD SPEED OMIT: 40 MPH BUC: 5700 °4 GOLDEN TRIANGLE BLVD SPEED OMIT: 40 MPH BILK: 5800 yTyj c ! E R10-17T R10-17T(MOD) (36'x42' R3-8Ui (36'x427 LEFT TURN (30x36-) U-TURN F YIELD YIELDw,� ON FLASHING ON FLASHING YELLOW YELLOW ARROW ONLY ONLY ARROW , r1 � Sports P y }a 120 I EL GRAPHIC SCALE IN FEET FoaT�Vo�gm 0 12.5 25 50 -�.- Golden Triangle Blvd N o 0 fa �—5700 5eoo—► N NORTH ,120 Sports Pkwy goo -► � EXHIBIT C-1 : STREET NAME SIGNS 120 I GOLDEN TRIANGLE BLVD. & SPORTS PKWY. Kimley>>>Horn ENGINEERING FIRM REGISTRATION#F•928 CFA PROJECT QUANTITY MATRIX GOLDEN TRIANGLE(PUBLIC STREET LIGHT IMPROVEMENTS) ITEM NO. BID ITEM QUANTITY ITEM TOTAL UNIT PRICE ITEM TOTAL COST 1 0241.0100 Remove Sidewalk 405 405 $ 5.20 $2,106.00 2 0241.1300 Remove Conc Curb&Gutter 69 69 $ 19.00 $1,311.00 3 2605.0111 Furnish/Install Elec Sery Pedestal 1 1 $ 3,500.00 $3,500.00 4 2605.3015 2"CONDT PVC SCH 80(T) 30 30 $ 8.00 $240.00 5 2605.3025 3"CONDT PVC SCH 80(T) 1150 1150 $ 12.00 $13,800.00 6 2605.3026 3"CONDT PVC SCH 80(B) 385 385 $ 15.00 $5,775.00 7 3213.0301 4"Cone Sidewalk 205 205 $ 9.50 $1,947.50 8 3213.0501 Barrier Free Ramp,Type R-1 1 1 $ 1,800.00 $1,800.00 9 3213.0504 Barrier Free Ramp,Type M-2 1 1 $ 1,530.00 $1,530.00 10 3213.0506 Barrier Free Ramp,Type P-1 1 1 $ 1,679.00 $1,679.00 11 3213.0509 Barrier Free Ramp,Type C-2 1 1 $ 1,500.00 $1,500.00 12 3216.0101 6"Conc Curb and Gutter 20 20 $ 33.50 $670.00 13 3217.0001 4"SLD Pvmt Markin HAS(W) 12 12 $ 1.40 $16.80 14 3217.0002 4"SLD Pvmt Markin HAS(Y) 24 24 $ 1.40 $33.60 15 3217.0501 24"SLD Pvmt Markin HAE(W) 321 321 $ 7.20 $2,311.20 16 3217.1002 Lane Legend Arrow 2 2 $ 115.00 $230.00 17 3217.4301 Remove 4"Pvmt Marking 56 56 $ 0.60 $33.60 18 3217.4303 Remove 8"Pvmt Marking 15 15 $ 0.95 $14.25 19 3217.4306 Remove 24"Pvmt Marking 25 25 $ 2.40 $60.00 20 3217.4402 Remove Lane Legend Arrow 4 4 $ 36.00 $144.00 21 3217.4404 Remove Lane Legend Only 4 4 $ 60.00 $240.00 22 3441.1001 3-Sect Signal Head Assmbl 6 6 $ 850.00 $5,100.00 23 3441.1002 4-Sect Signal Head Assmbl 2 2 $ 950.00 $1,900.00 24 3441.1011 Ped Signal Head Assmbl 4 4 $ 650.00 $2,600.00 25 3441.1209 Fumish/Install BBU System EXT Mounted 1 1 $ 6,800.00 $6,800.00 26 3441.1215 Fumish/Install Hybrid Detection System 3 3 $ 9,550.00 $28,650.00 27 3441.1217 Fumish/Install Hybrid Detection Cable 465 465 $ 2.25 $1,046.25 28 3441.1310 4/C 14 AWG Multi-Conductor Cable 40 40 $ 1.00 $40.00 29 3441.1311 5/C 14 AWG Multi-Conductor Cable 345 345 $ 1.00 $345.00 30 3441.1312 7/C 14 AWG Multi-Conductor Cable 115 115 $ 1.25 $143.75 31 3441.1314 10/C 14 AWG Multi-Conductor Cable 490 490 $ 2.00 $980.00 32 3441.1315 20/C 14 AWG Multi-Conductor Cable 295 295 $ 4.00 $1,180.00 33 3441.1322 3/C 14 AWG Multi-Conductor Cable 510 510 $ 1.00 $510.00 34 3441.1408 NO 6 Insulated Elec Condr 20 20 $ 1.25 $25.00 35 3441.1409 NO 8 Insulated Elec Condr 220 220 $ 1.00 $220.00 36 3441.1413 NO 6 Bare Elec Condr SLD 10 10 $ 1.25 $12.50 37 3441.1414 NO 8 Bare Elec Condr 1535 1535 $ 1.00 $1,535.00 38 3441.1503 Ground Box Type D,w/A ron 5 5 $ 750.00 $3,750.00 39 3441.1504 Ground Box Type AS(TxDOT),w/Apron 6 6 $ 3,145.00 $18,870.00 40 3441.1603 Fumish/Install 10'-14'Ped Pole Assmbl 4 4 $ 850.00 $3,400.00 41 3441.1612 Furnish/Install Type 42 Signal Pole 1 1 $ 2,986.00 $2,986.00 42 3441.1613 Furnish/Install Type 43 Signal Pole 1 1 $ 3,664.00 $3,664.00 43 3441.1616 Fumish/Install Type 46 Signal Pole 1 1 $ 5,329.00 $5,329.00 44 3441.1623 Fumish/Install Mast Arm 16'-36' 1 1 $ 1,467.00 $1,467.00 45 3441.1624 Fumish/Install Mast Arm 40'-48' 1 1 $ 1,828.00 $1,828.00 46 3441.1625 Fumish/Install Mast Arm 52'-60' 1 1 $ 3,180.00 $3,180.00 47 3441.1701 TY 1 Signal Foundation 4 4 1 $ 950.00 $3,800.00 48 3441.1703 TY 3 Signal Foundation 1 1 $ 1,800.00 $1,800.00 49 3441.1704 TY 4 Signal Foundation 1 1 $ 2,340.00 $2,340.00 50 3441.1705 TY 5 Signal Foundation 1 1 $ 2,990.00 $2,990.00 51 3441.1713 Signal Cabinet Foundation-352i 1 1 $ 1,800.00 $1,800.00 52 3441.1725 Fumish/Install ATC Signal Controller 1 1 $ 5,049.00 $5,049.00 53 3441.4001 Furnish/Install Alum Sign Mast Arm Mount 3 3 $ 650.00 $1,950.00 54 3441.4108 Remove Sign Panel and Post 2 2 $ 50.00 $100.00 55 3471.0001 Traffic Control 3 3 $ 2,350.00 $7,050.00 56 9999.0000 Fumish/Install 352i Controller Cabinet Assembly 1 1 $ 14,783.00 $14,783.00 57 9999.0000 Remove and Dispose of Timber Pole 1 1 $ 700.00 $700.00 58 9999.0000 Remove Luminaire Arm and Fixture 1 1 $ 300.00 $300.00 59 19999.0000 Remove Luminaire Fixture and Replace with 138W LED Luminaire Fixture 3 1 3 $ 1,000.00 $3,000.00 60 19999.0000 Street Name Signs 3 1 3 1 $ 650.00 $1,950.00 UNIT TOTAL $182,115.45