Loading...
HomeMy WebLinkAboutContract 49456 CITY SECRETARY CONTRACT NO.-� COMMUNITY FACILITIES AGREEMENT WITH CITY PARTICIPATION Developer Company Name: Fort Worth Everman/Risinger Development,LLC, a Texas limited liability company,and Commerce Construction Co.,L.P., a California limited partnership authorized to do business in Texas Address,State,Zip Code: 131 E.Exchange Ave,Suite 212,Fort Worth,TX 76164 Phone&Email: 817.710.7367,joshwheeler@MajesticRealty.com Authorized Signatory,Title: Edward P.Roski,President and Chairman of the Board,and Chief Executive Officer Project Name: West Everman Parkway Brief Description: Paving, Storm Drain, Street Lights Project Location: Between QT and Cameron Hill Point Plat Case Number: FP-16-123 Plat Name Everman Trade Center FP-17-003 Plat Name: Southland Business Park Addition Mapsco: 61W Council District: 8 City Project Number: 100880 CFA Number: 2017-071 DOE Number: None To be completedb staff.- Received by: Date: -7101117- 112 OFFICIAL RECORD �, RECENED a CITY SECRETARYa 2 � A1SG' 41, FT.WORTHS TX N Clt l OE FORT WORTH _ _ � C11Y SECRETARY � City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-West Everman Parkway �Yd Z l L CFA Official Release Date:01.22.2017 Page 1 of 12 COMMUNITY FACILITIES AGREEMENT WITH CITY PARTICIPATION THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, Fort Worth Everman/Risinger Development, LLC, a Texas limited liability company, and Commerce Construction Co., L.P., a California limited partnership authorized to do business in Texas (Fort Worth Everman/Risinger Development, LLC and Commerce Construction Co., L.P. are individually and collectively referred to herein as "Developer"), desire to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as West Everman Parkway ("Project")within the City of Fort Worth, Texas ("City"); and WHEREAS, the City has reviewed the proposed Improvements and desires to participate in the cost of the Improvements in an amount not to exceed $500,000.00 which the City receives from Tarrant County, Texas pursuant to an Interlocal Agreement between the City and Tarrant County Texas; 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; and WHEREAS, the City is not requiring Developer to construct any of the Improvements contained in this CFA or requiring Developer to execute this CFA; and WHEREAS, the City has reviewed the Project and desires to participate in the Project in accordance with this Agreement as presented by the Cost Summary Table and Exhibits attached hereto and authorized by City Council via M&C C-28224 on May 9, 2017; and WHEREAS, the City's portion of cost participation shall be in the amount of funds the City receives from Tarrant County, Texas pursuant to the Interlocal Agreement, said amount not to exceed$500,000.00 ("Participation"); and WHEREAS, the City has requested the Developer to cause, and the Developer agrees to cause, the design, permitting and construction of the Project for which the City will, subject to City Council approval, reimburse the Developer for the City's portion of those costs after City's final acceptance of the Project and the City's receipt of funds from Tarrant County, Texas. City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-West Everman Parkway CFA Official Release Date:01.22.2017 Page 2 of 12 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) to submit a signed affidavit of bills paid signed by its contractor 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 their 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) N; Storm Drain (B-1) N!, Street Lights & Signs (C) N. E. The Developer shall award all contracts for the construction of community facilities in accordance with all applicable competitive public bidding requirements applicable to the City, and with Section II, paragraph 7 of the Policy. Developer's construction contracts shall be administered in conformance with paragraph 8, Section Il, of the Policy. City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-West Everman Parkway CFA Official Release Date:01.22.2017 Page 3 of 12 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. 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 City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-West Everman Parkway CFA Official Release Date:01.22.2017 Page 4 of 12 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 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 shall not be responsible for the costs of utility relocation necessitated by the City's participation in this Agreement. 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 (including death) or damages sustained by any persons 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, his 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 City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-West Everman Parkway CFA Official Release Date:01.22.2017 Page 5 of 12 otherwise, neglect or misconduct of said Developer, its contractors, sub-contractors, officers, agents or employees. M. The 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. 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 and further apportioned in the Cost Summary Table below i. Developer shall pay in cash water and wastewater inspection fees and material testing fees equal to two percent (2%) for a total of four (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 six (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 City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-West Everman Parkway CFA Official Release Date:01.22.2017 Page 6 of 12 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 necessary for Developer's portion of the Project. P. COMPLETION WITHIN 2 YEARS i. The City's obligation to participate (exclusive of front foot charges) in this Agreement shall terminate if the Improvements are not completed by September 30, 2018; provided, however, that if construction of the Improvements has started before September 30, 2018 and Tarrant County, Texas agrees to an extension of the Interlocal Agreement between the City and Tarrant County, Texas, the Developer may request that the CFA be extended for a time period that is acceptable to City and Tarrant County, Texas. If the Improvements are not completed within such extension period, there will be no further obligation of the City to participate. City shall only be required to participate in this CFA to extent that funds are received from Tarrant County, Texas under the Interlocal Agreement and City's obligation to participate shall not exceed the amount the City receives from Tarrant County, Texas in accordance with the Interlocal Agreement. Should the City receive no funds from Tarrant County, Texas under the Interlocal Agreement, City shall not be liable for any participation in this CFA or payments to Developer. ii. Subject to paragraph i, above, the City shall reimburse Developer for the City's costs upon presentation of proper documentation of completion of installation of the Improvements and upon City's receipt of funds from Tarrant County,Texas. iii. 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. iv. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the construction of the Improvements if on September 30, 2018 (and any extension period) the Improvements have not been completed and accepted. V. The City may utilize the Developer's financial guarantee to cause the payment of costs for construction of the Improvements before September 30, 2018 if City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-West Everman Parkway CFA Official Release Date:01.22.2017 Page 7 of 12 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. ENFORCEMENT City and Developer agree that because Developer is composed of two entities, Fort Worth Everman/Risinger Development,LLC, and Commerce Construction Co.,L.P.,the City may enforce this Agreement against either Fort Worth Everman/Risinger Development, LLC, or Commerce Construction Co., L.P, or against both Fort Worth Everman/Risinger Development,LLC, and Commerce Construction Co., L.P. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-West Everman Parkway CFA Official Release Date:01.22.2017 Page 8 of 12 Cost Summary Sheet Project Name: West Everman Parkway CFA No.: 2017-071 City Project No.: 100880 Items Developer's Cost City's Cost Total Cost A. Water and Sewer Construction 1. Water Construction $ $ 2.Sewer Construction $ $ $ Water and Sewer Construction Total $ $ $ B. TPW Construction 1.Street $ 592,755.52 $500,000.00* $ 592,755.52 2.Storm Drain $ 32,870.93 $ - $ 32,870.93 3.Street Lights Installed by Developer $ 45,960.00 $ $ 45,960.00 4. Signals $ - $ $ - TPW Construction Cost Total $ 671,586.45 $ - $ 671,586.45 Total Construction Cost(excluding the fees): $ 671,586.45 $ $ 671,586.45 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%) $ 25,025.06 $ $ 25,025.06 F. TPW Material Testing(2%) $ 12,512.53 $ $ 12,512.53 G. Street Light Inspsection Cost $ 1,838.40 $ $ 1,838.40 H. Signals Inspection Cost $ - $ $ - J.Civil/Geotechnical Engineering&Survey(20%) $ - $ - $ - TPW Construction Fees Subtotal $ 39,375.99 $ $ 39,375.99 Total Construction Fees $ 39,375.99 $ $ 39,375.99 TOTAL PROJECT COST $ 710,962.44 $ $ 710,962.44 Financial Guarantee Options,choose one Amount Choice (Mark one) Bond=100% $ 671,586.45 Completion Agreement=100%/Holds Plat $ 671,586.45 Cash Escrow Water/Sanitary Sewer=125% $ - Cash Escrow Paving/Storm Drain=125% $ 839,483.06 Letter of Credit=125%w/2yr expiration period $ 839,483.06 * The City's cost participation shall be limited to amounts that are publicly bid and shall be in the amount of funds the City receives from Tarrant County, Texas pursuant to the Interlocal Agreement, said amount not to exceed$500,000.00. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-West Everman Parkway CFA Official Release Date:01.22.2017 Page 9 of 12 IN TESTIMONY WHEREOF, the City of Fort Worth has caused this instrument to be executed in quadruplicate in its name and on its behalf by its Assistant City Manager, attested by its City Secretary, with the corporate seal of the City affixed, and said Developer has executed this instrument in quadruplicate, effective as of the date subscribed by the City's designated City Manager. CITY OF FORT WORTH Contract Compliance Manager: By signing, I acknowledge that I am the Jesus J. Chapa person responsible for the monitoring and Assistant City Manager administration of this contract, including Date: z ensuring all performance and reporting requirements. Recommended by: �v 1 - f M,al h-�O— Wendy Chi-Babulal,EMBA, P.E. Name: Janie Morales Development Engineering Manager Title: Development Manager W1 r nt ilz� Doug sig, P.E. Direc o Transportation &Public Works Department Approved as to Form & Legality: Richard A. McCracken 7 Assistant City Attorney M&C No. —�C- QS22 Date: -1 17 O�FORTS Form 1295: 2-pi-7 19 ZSS5 _ A. ®� A �� •. ps�• OFFICIAL RE J. Kayser CORD City Secretary CITY SECRETARY FT. woRTN, TX City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-West Everman Parkway CFA Official Release Date:01.22.2017 Page 10 of 12 DEVELOPER Commerce Construction Co.,L. P., Fort Worth Everman/Risinger Development LLC, a California limited partnership a Texas limited liability company By: Commerce C&R,Inc. By:Majestic—Everman Investor,LLC A California Corporation,its a Delaware limited liability company,its General Partner Managing Member By:Majestic Realty Co., a California corporation, me: Edward P. Roski, Chief Executive Manager's Agent Officer Date: 7/;2("'t'I ATTEST: (Only if required by Developer) game: Edward P. Roski Title: President and Chairman of the Board Signature Name: Date: :zAin ZA:1 ATTEST: (Only if required by Developer) Date: Signature Name: Date: City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-West Everman Parkway CFA Official Release Date: 01.22.2017 Page 11 of 12 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On July 262017, before me, Laurie Jenkins, Notary Public, personally appeared Edward P. Roski, Jr., who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) 0 LAURIE JENKINS Commission#t 2077754 Notary public-California z Z 'r LOS Angeles County D My Comm.Ex UeS Sag 10,2018 Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment 0Location Map ❑. Exhibit A: Water Improvements ❑ Water Cost Estimate ❑'. Exhibit A-1: Sewer Improvements ❑i Sewer Cost Estimate M' Exhibit B: Paving Improvements M 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 with City Participation-West Everman Parkway CFA Official Release Date:01.22.2017 Page 12 of 12 O O O N W J U U� w TA W Ad/4 wnao3 W / O O W r �- J co vJ N a L.L T9 E6 z Q Z Z 0 1 1 1 ` IVNIQ2td� NOS3lanH O 2 � r � LL X Z L VHO J nv; w LLLD wW Q a--N:339328, ��/ � x U 0 �- > � L o�,/L L `� O OW a G`YFlSb O UtalGt +—�— v C�' 1S3TAHinds F �` O J 1 Elf ly UJ lil car oa � � ►-� " m i �� L � J L j 3S[aMnS W \\ f Opinion of Probable Construction Cost Project: ISouthland Business Park Date: 3/8/2017 Title: W. Everman Parkway(Between QT West Property Line and Cameron Hill Point) I(NCO-1-2-TO-TWILT-PO-BOP(110)) Item No. Item Description Unit Quantity Unit Price Cost 1 10241.0402 Remove Asphalt Drive SF 5,200 $3.67 $ 19,084.00 2 13110.0102 6"-12"Tree Removal EA 3 $585.86 11 $ 1,757.58 3 10241.3401 Remove 4'Storm Junction Box EA 1 $1,200.00 $ 1,200.00 4 0241.3016 Remove 27"Storm Line LF 32 $50.00 1 $ 1,600.00 5 10241.3014 Remove 21"Storm Line LF 10 $19.81 $ 198.10 6 13123.0101 Unclassified Excavation CY 6,100 $8.35 $ 50,935.00 7 13125.0101 SWPPP >_ 1 acre LS 1 $7,500.00 $ 7,500.00 8 13213.0104 9"Conc Pvmt SY 5,615 $65.00 $ 364,975.00 9 13211.0502 8"Lime Treatment SY 5,896 $3.33 $ 19,632.85 10 3211.0400 Hydrated Lime(48 Ibs/SY) TN 141 $150.43 $ 21,285.54 11 3213.0301 4"Conc Sidewalk SF 15,700 $3.94 $ 61,858.00 12 13471.0001 Traffic Control LS 1 $12,500.00 11 $ 12,500.00 13 13441.3501 Salvage Street Light'Pole EA 2 $3,480.00 $ 6,960.00 14 3441.3201 LED Lighting Fixture EA 6 $6,500.00 $ 39,000.00 15 13213.0501 Barrier Free Ramp,Type R-1 EA 2 $1,141.12 $ 2,282.24 16 13217.0001 Pavement Markings LS 1 $10,000.00 1 $ 10,000.00 11 17 13291.0100 Topsoil CY 912 $4.10 1 $ 3,737.83 18 13292.0400 Seeding, H dromulch SY 9,051 $1.57 $ 14,209.37 19 13349.6002 15'Recessed Inlet EA 1 $5,400.00 $ 5,400.00 20 3349.6001 10'Recessed Inlet EA 1 $2,863.48 $ 2,863.48 21 13349.0001 4'Storm Junction Box EA 2 $3,848.49 $ 7,696.98 22 13341.0208 27"RCP, Class III LF 49 $50.16 $ 2,457.84 23 3341.0205 24"RCP,Class III LF 251 $45.05 $ 11,307.55 24 3341.0201 21"RCP, Class III LF 16 $41.53 $ 664.48 25 13305.0109 Trench Safety LF 316 $7.85 $ 2,480.60 Subtotal(W.Everman Parkway) $ 671,586.45 Engineering(8%)&Surveying (5%) $ 87,306.24 15%Contingency $ 100,737.97 Inspection&Material Testing Fees(6%) $ 40,295.19 W.Everman Parkway Total $ 899.925.84 Notes: 1. Upon final approval from City Staff, W.Everman Parkway construction documents will be public bid,the unit prices provided are based on Amended Unit Price Bid Items-April 2014'. ❑ No Design Completed Q Preliminary Design ❑ Final Design The Engineer has no control over the cost of labor,materials,equipment,or over the Contractor's methods of determining prices or over competitive bidding or market conditions.Opinions of probable costs provided herein are based on the information known to Engineer at this time and represent only the Engineer's judgment as a design professional familiar with the construction industry. The Engineer cannot and does not guarantee that proposals, bids,or actual construction costs will not vary from its opinions of probable costs. C) ; � 3 F- LU LL 1 i = I J 00 O UN z � U = o < , OQ O F- F- 00 L` ' z� { 00 0 , O� Q O C/ Z CO F— WQ WCL z C) O M W \OPN a w ER ` J� ~ Q Z Q ow �;a �6 cn V) w z �w ow Z oo°°R' 15 _ 2. z ® o `I W Z U Z W O O N o W w w Z� M W o w x � 0 1 W w w w Z W O O ztX_~n � t' OO X IL 'id IIIH NO2:GNVO I i CFA PROJECT QUANTITY MATRIX W.EVERMAN PARKWAY(PUBLIC PAVING IMPROVEMENTS) ITEM TOTAL UNIT PRICE ITEM TOTAL COST ITEM NO. BID ITEM UNIT 1 10241.0402 Remove Asphalt Drive SF 5,200 $ 3.67 $ 19,084.00 2 13110.0102 6"-12"Tree Removal I EA 31$ 585.86 1$ 1,757.58 3 0241.3401 Remove 4'Storm Junction Box FA 1 $ 1,200.00 $ 1,200.00 4 10241.3016 Remove 27"Storm Line LF 32 $ 50.00 $ 1,600.00 5 10241.3014 Remove 21"Storm Line LF 10 $ 19.81 $ 198.10 6 3123.0101 Unclassified Excavation CY 6,1001$ 8.35 1 $ 50 935.00 7 13125.0101 SWPPP >_1 acre LS 1 $ 7,500.00 1 $ 7,500.00 8 13213.0104 9"Conc Pvmt SY 5,615 $ 65.00 $ 364,975.00 9 13211.0502 8"Lime Treatment SY 5,8961 $ 3.33 $ 19,632.85 10 13211.0400 Hydrated Lime 48 lbs/SY TN 1 141 $ 150.43 1 $ 21,285.54 11 3213.0301 4"Conc Sidewalk SF 15,700 $ 3.94 $ 61,858.00 12 3471.0001 Traffic Control LS 1 $ 12,500.00 $ 12,500.00 13 3213.0501 Barrier Free Ramp,Type R-1 EA 2 $ 1,141.12 $ 2,282.24 14 3217.0001 Pavement Markings LS 1 $ 10,000.00 $ 10,000.00 15 3291.0100 Topsoil CY 912 $ 4.10 $ 3,737.83 16 3292.0400 Seeding,H dromulch SY 9,051 $ 1.57 $ 14,209.37 UNIT TOTAL $ 592,755.52 16. g = $ w co 7ff LL X 1 Z � ` _ ►- W J o U-) O N Z� Z 0 4 U0 U) 0 2 1 E- .� t 1 I W W �W ui Z 0 z I U)) 6 a 0 L�/ O. L., 6 o °2d� z � t. Q n 0� Z OOQ aR ry i ® W CO w 4 • �2 m �- 1'd 'id IIIH N0 ANVO I CFA PROJECT QUANTITY MATRIX W.EVERMAN PARKWAY(PUBLIC STORM IMPROVEMENTS) ITEM TOTAL I UNIT PRICE ITEM TOTAL COST ITEM NO. BID ITEM UNIT 1 13349.6002 15'Recessed Inlet EA ll $ 5,400.00 1$ 5,400.00 2 3349.6001 10'Recessed Inlet EA 1 $ 2,863.48 1$ 2,863.48 3 3349.0001 4'Storm Junction Box EA 2 $ 3,848.49 $ 7,696.98 4 3341.0208 27"RCP,Class III LF 49 $ 50.16 $ 2,457.84 5 3341.0205 24"RCP,Class III I LF 1 251 $ 45.05 $ 11,307.55 6 3341.0201 21"RCP,Class III LF 16 $ 41.53 $ 664.48 7 3305.0109 Trench Safety LF 316 $ 7.85 $ 2,480.60 UNIT TOTAL $ 32,870.93 I � L O O i d' LU o W � W O C �- Z G z w ~ = W m Jo o � ww r, z N 1 uwiwO0 1 OWwF- r xo �� oc7 :I D r o tL Q � Q C� o SN�Ft�OPN y X26 w I- U) - I WowJ U)w�0 a 0E- Ox fL OD O IaO C 7Q �' --> a � p � aN r-qW QF w-9 m 111 � Ltj - 11 1 9I 0 'id IIIH NOH3Wd i i- ww I xF- w owax tX H O LL Oma O J {: W CFA PROJECT QUANTITY MATRIX W.EVERMAN PARKWAY(PUBLIC LIGHTING IMPROVEMENTS) ITEM TOTAL UNIT PRICE ITEM TOTAL COST ITEM NO. BID ITEM Unit 1 3441.3501 Salvage Street Light Pole EA 2 $ 3,480.00 $ 6,960.00 2 3441.3201 LED Lighfing Fixture EA 6 $ 6,500.00 $ 39,000.00 UNIT TOTAL $ 45,960.00 M&C Review Page 1 of 2 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FORT Wb RT II COUNCIL ACTION: Approved on 5/9/2017-Ordinance No. 22709-05-2017 REFERENCE ** 06EVERMAN PKWY- ILA AND DATE: 5/9/2017 NO.: C-28224 LOG NAME: CFA WITH CITY PARTICIPATION CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of an Interlocal Agreement with Tarrant County in the Amount of $500,000.00, Authorize Execution of a Community Facilities Agreement with Fort Worth Everman/Risinger Development, LLC, in the Amount of$812,620.00 for the Construction of West Everman Parkway from Cameron Hill Point to Sheridan Road,with City Participation in an Amount Not to Exceed $500,000.00 and Adopt Appropriation Ordinance (COUNCIL DISTRICT 8) RCVumMtNUAI 1UN: It is recommended that the City Council: 1. Authorize execution of an Interlocal Agreement with Tarrant County to accept$500,000.00 for the construction of Everman Parkway between Cameron Hill Point and Sheridan Road; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Southland Business Park CFA Project of the Intergovernmental Contribution Fund in the amount of $500,000.00; and 3. Authorize the execution of a Community Facilities Agreement with Fort Worth Everman/Risinger Development, LLC, in the amount of$812,620.00 for the construction of West Everman Parkway from Cameron Hill Point to Sheridan Road,with City participation in an amount not to exceed $500,000.00. DISCUSSION: This Mayor and Council Communication authorizes the execution of a Community Facilities Agreement (CFA)with Fort Worth Everman/Risinger Development, LLC,the developer of Southland Business Park Block 1, Lot 1 (Developer)which is generally located at the southeast corner of Everman Parkway and Cameron Hill Point. The project includes the construction of the southern lanes of Everman Parkway from their existing terminus just east of Sheridan Road for approximately 1,600 feet to the west to Cameron Hill Point. Of that section of Everman Parkway, only 300 feet is along the frontage of the lot currently being platted and developed. The remaining 1,300 feet fronts an undeveloped parcel owned by BEW Development, LLC (BEW). The Developer is not required to construct the 1,300 feet fronting BEW s parcel as a condition of development for Southland Business Park but has coordinated with the BEW to dedicate the right-of-way necessary for that portion of Everman Parkway. The Developer has also coordinated with Tarrant County for the County to provide$500,000.00 of construction funding for that portion of Everman Parkway. The Developer will publicly bid and provide initial funding for the roadway construction while the City will use the County funds to reimburse the Developer up to $500,000.00 for the construction. http://apps.cfwnet.org/council_packet/mc review.asp?ID=24597&councildate=5/9/2017 8/4/2017 M&C Review Page 2 of 2 Project Expenditures: Item Developer Cost City Cost Total Cost Estimated Construction Costs $171,587.00 $500,000.00 $671,587.00 Material Testing and Inspection Fees $40,295.00 0 $40,295.00 15 Percent Contingency $100,738.00 0 1 $100,738.00 Total Project Cost $312,620.00 $500,000.00 $812,620.00 In accordance with Section (V)(1)(C)(4)(E) of the CFA Policy, the Director of Transportation and Public Works has determined that the Developer will not be required to construct the remaining portions of West Everman Parkway from Cameron Hill Point west to the MK&T Railroad tracks (Phase 2). The City will administratively execute a development agreement with the Developer and Hickman Family Limited Partnership for the future construction of Phase 2 of Everman Parkway. The development agreement will require dedication of the right-of-way for Phase 2 of Everman Parkway as well as right-of-way located to the west of the MK&T Railroad tracks. The development agreement will further provide that a final plat for Southland Business Park Addition, Block 1, Lots 2, 3, 4, 5 or 6 shall not be approved by the City until a CFA is executed with the City for the construction of Phase 2 of Everman Parkway. This development is located COUNCIL DISTRICT 8. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and receipt of funds from the County, appropriations will be available in the current capital budget, as appropriated, of the Intergovernmental Contribution Fund. TO Fund Department Account Project I Program Activity Budget Reference# I Amount ID ID Year (Cha!giield 2) FROM Fund Department Account Project Pogra rm Activity Budget Reference# Amount ID ID Year Chartfield 2 Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: Randle Harwood (6101) Additional Information Contact: DJ Harrell (8032) Julie Westerman (2677) ATTACHMENTS 06EVERMAN PKWY- ILA AND CFA WITH CITY PARTICIPATION 39008 A017.docx Form 1295 for MC.pdf MC Map for Southland Business Park ILA and CFA (5).pdf http://apps.cfwnet.org/council_packet/mc review.asp?ID=24597&councildate=5/9/2017 8/4/2017 C-28224 C CERTIFICATE OF INTERESTED PARTIES FORM 1295 lofl Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2017-192359 Fort Worth Everman/Risinger, LLC Fort Worth,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 04/13/2017 being filed. The City of Fort Worth Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. 100880 construct and expand West Everman Parkway to a 4 lane divided road from Sheridan Road to Cameron Hill Point 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling intermediary Fort Worth Everman/Risinger Development LLC Fort Worth,TX United States X Middletonn,Brandon Fort Worth,TX United States X Olson, Marcella Fort Worth,TX United States X i 5 Check only if there is NO Interested Party. i 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. Lori Lynn Loftis Commission Expires Signature of authorized agent of contracting business entity F � 05-21-2017 AFFI Sworn to and subscribed before me,by the said "��� V�� 1�� -� ` this the � � day of {� l 20-9-1 to certify which,witness my hand and seal of office. Signature of cer administ oath Printed name of cer administering oath Title of officer 4 ministering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0783 1