Loading...
HomeMy WebLinkAboutContract 49765 CITY SECRETARY CONTRACT NO, Received Date: 10/10/17 Received Time: < • to I7►r� Developer and PrRiect Information Cover Sheet: Developer Company Name: S&B Technical Products,INC Address,State,Zip Code: 1300 E.Berry,Fort Worth,TX,76119 Phone&Email: 817-923-3344, french(&sbtechprod.com Authorized Signatory,Title: George French,Treasurer Project Name: S&B Technical Brief Description: Water,Sewer,Paving Project Location: 1300 E.Berry Plat Case Number: FS-17-156 Plat Name: S&B Technical Products Addition Mapsco: 77Y Council District: 8 CFA Number: 2017-124 City Project Number: 101132 i City of Fort Worth,Texas Standard Community Facilities Agreement-S&B Technical CFA Official Release Date:02.20.2017 Page 1 of 11 STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, S & B Technical Products, INC, ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as S & B Technical ("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-S&B Technical CFA Official Release Date:02.20.2017 Page 2 of 11 to submit a signed affidavit of bills paid and consent of Surety signed by its surety to ensure the contractor has paid any sub-contractors) 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) O, Street Lights & Signs (C) O. 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 perforinance 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-S&B Technical CFA Official Release Date:02.20.2017 Page 3 of 11 iii. To require the contractor(s)it hires to perform the construction work contemplated herein to provide insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer-awarded infrastructure construction contracts. The City shall be named as additional insured on all insurance required by said documents and same will be evidenced on the Certificate of Insurance (ACORD or other state-approved form) supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours advance notice of intent to commence construction to the City's Construction Services Division so that City inspection personnel will be available;to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces,to not install or relocate any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. V. To require its contractor to have fully executed contract documents submitted to the City in order to schedule a Pre-Construction Meeting. The submittal should occur no less than 10 working days prior to the desired date of the meeting. No construction will conunence 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-S&B Technical CFA Official Release Date:02.20.2017 Page 4 of 11 J. Developer hereby releases and agrees to indemnify, defend and hold the City harmless for any inadequacies in the preliminary plans,specifications and cost estimates supplied by the Developer for this Agreement. K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer and required for the construction of the current and future improvements provided for by this Agreement. L. The Developer further covenants and agrees to, and by these presents does hereby, fully indemnify, hold harmless and defend the City, its officers, agents and employees from all suits,actions or claims of any character,whether real or asserted,brought for or on account of any injuries or damages sustained by any persons (including death) or to any property, resulting from or in connection with the construction, design, performance or completion of any work to be performed by said Developer, its contractors, subcontractors, officers, agents or employees, or in consequence of any failure to properly safeguard the work, or on account of any act, intentional or otherwise, neglect or misconduct of said Developer, its contractors, sub-contractors, officers, agents or employees, wleether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers,servants, or employees. M. Developer will further require its contractors to indemnify, defend and hold harmless the City, its officers, agents and employees from and against any and all claims,suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from,or in any way connected with,the construction of the infrastructure contemplated herein,whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth,,its officers,servants, or employees. Further,Developer will require its contractors to indemnify,and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and construct the improvements in a good and workmanlike manner, free from defects, in conformance with the Policy, and in accordance with all plans and specifications. City of Fort Worth,Texas Standard Community Facilities Agreement-S&B Technical CFA Official Release Date:02.20.2017 Page 5 of 11 N. Upon completion of all work associated with the construction of the Improvements, Developer will assign to the City a non-exclusive right to enforce the contracts entered into by the Developer with its contractor along with an assignment of all warranties given by the contractor, whether express or implied. Further, Dcveloper 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 tees equal to two percent (2%)for a total of 4% of the developer's share of the total construction cost as stated in the construction contract. ii. Developer shall pay in cash paving and storm drain inspection fees equal to four percent(4%) and material testing fees equal to two percent (2%) for a total of 6% of the developer's share of the total construction cost as stated in the construction contract. iii. Developer shall pay in cash the total cost of streetlights or if the city is not installing the streetlights, inspection fees equal to four percent (4%) of the developer's share of the streetlight construction cost as stated in the construction contract. iv. Developer shall pay in cash the total cost of street signs. P. COMPLETION WITHIN 2 YEARS i. Developer shall complete the Improvements within two (2) years, provided, however, if construction of the Improvements has started within the two year period,the developer may request that the CFA be extended for one additional year. ii. Nothing contained herein is intended to limit the Developer's obligations under the Policy, this Agreement, its financial guarantee, its agreement with its contractor or other related agreements. iii. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the construction of the Improvements if at the end of two(2)years from the date of this Agreement(and any extension period) the Improvements have not been completed and accepted. iv. The City may utilize the Developer's financial guarantee to cause the completion of the construction of the Improvements or to cause the payment of costs for City of Fort Worth,Texas Standard Community Facilities Agreement-S&B Technical CFA Official Release Date:02.20.2017 Page 6of11 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 lieii 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 Goverimicrtt Code. By sighing 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. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth,Texas Standard Community Facilities Agreement-S&B Technical CFA Official Release Date:02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name: S&B Technical CFA No.: 2017-124 CityProject No.: 101132 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 $ 43,114.00 2.Sewer Construction $ 102,891.50 Water and Sewer Construction Total $ 146,005.50 B. TPW Construction 1.Street $ 57,190.25 2.Storm Drain $ - 3.Street Lights Installed by Developer $ - 4. Signals $ TPW Construction Cost Total $ 57,190.25 Total Construction Cost(excluding the fees): $ 203,146.76 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 2,920.11 D. Water/Sewer Material Testing Fee(2%) $ 2,920.11 Sub-Total/or Water Construction Fees $ 5,840,22 E. TPW Inspection Fee(4%) $ 2,287.61 F. TPW Material Testing(2%) $ 1,143.61 G. Street Light Inspsection Cost $ H. Signals Inspection Cost $ H. Street Signs Installation Cost $ Sub-Total/or TPW Construction Fees $ 3,431.42 Total Construction Fees: $ 91271.64 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% 203 195.75 Completion Agreement=100%/Holds Plat $ 203,195.75 Cash Escrow Water/Sanitary Sewer=125% $ 182,506.88 x Cash Escrow Paving/Storm Drain=125% $ 71,487.81 x Letter of Credit=125%w/2yr expiration period $ 253,994.69 City of Fort Worth,Texas Standard Community Facilities Agreement-S&B Technical CFA Official Release Date:02.20.2017 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 S&B Technical Products,INC Jesus J.Chapa(Oct 9,2 17) Jesus J. Chapa Assistant City Manager eorge p en,(Oct 6,2017) Date: 10/09/17 Name: George French Title: Treasurer Recommended by: Date: Oct 6,2017 Evelyn Roberts(Oct 6,2017) ATTEST: (Only if required by Developer) Evelyn Roberts/Jennifer Ezernack Project Assistant Planning and Development Department Not required(O ,2017) Signature Name: Approved as to Form &Legality: Contract Compliance Manager: LGLI� A(clke?,11 B1? Richard A.McCracken(Oct 9,2017) By signing,I acknowledge that I am the Richard A.McCracken person responsible for the monitoring and Assistant City Attorney administration of this contract,including M&C No. ensuring all performance and reporting Date: requirements. Form 1295: Not required(OA,2017) ATTEST: Name: Janie Morales Title: Development Manager N1AryT.Kq�er MAry J.Kayser(Oct 9,2017) Mary J.Kayser/Ronald Gonzales City Secretary/Assistant City Secretary Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement City of Fort Worth,Texas Standard Community Facilities Agreement-S&B Technical CFA Official Release Date:02.20.2017 Page 9 of 11 Included Attachment ® Attachment 1 -Changes to Standard Community Facilities Agreement kocation Map ® Exhibit A:Water Improvements ® Water Cost Estimate ® Exhibit A-1: Sewer Improvements ® Sewer Cost Estimate ® Exhibit B: Paving Improvements ® Paving Cost Est iiijate ❑ 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-S&B Technical CFA Official Release Date:02.20.2017 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 10 1132 None City of Fort Worth,Texas Standard Community Facilities Agreement-S&B Technical CFA Official Release Date:02.20.2017 Page 11 of 11 LOCATION MAP • �' jj I zz 1 I fI �I GRAPHIC SCALE IN FEET 0 10 20 40 I ' W i Lu I� UJ f LEGEND Ecn • • PROPOSED WATER LINE { I I - -- �( � � EXISTING PROPERTY LINE ■ ■ -- EXISTING PROPERTY LINE IC ii ( PROPOSED PRIVATE i WATER LINE I� PROPOSED WATER TEE PROPOSED WATER PLUG PROPOSED BACK FLOW PREVENTER 4� Him ® PROPOSED WATER METER S&B TECHNICAL PRODUCTS EXHIBIT A Kimley»)Horn 4 ADDITION, LOT 1 & 2, BLOCK A FORT WORTH,TEXAS WATER IMPROVEMENTS AUG 2017 aw.rrw. w.rm LEGEND z 0 • . PROPOSED SANITARY ,(7 SEWER LINE _ O PROPOSED WATERTIGHT SANITARY SEWER MANHOLE GRAPHIC SCALE IN FEET S1 EXISTING SANITARY 0 50 100 200 SEWER MANHOLE —� PROPERTY LINE V. j EXISTING SANITARY LOT 2,RLOCK A S SEWHRLINE 1Ss1NACRES w 123. Ea PT. ( gg s I J �1 S&B TECHNICAL PRODUCTS EXHIBIT A-1 Kjmley*Horn ADDITION, LOT 1 & 2, BLOCK A SANITARY SEWER IMPROVEMENTS FORT WORTH,TEXAS M,r�n...nw�►.w+ur r� �1 AUG 2017 LEGEND ----�— — — EXISTING PROPERTY LINE NORTH PROPOSED CURB PROPOSED SIDEWALK PROPOSED BARRIER GRAPHIC SCALE IN FEET BFR FREE RAMP 0 35 70 140 EAST BERRY STREET IOU wu It Y v S&B TECHNICAL PRODUCTS EXHIBIT B K mley)))HOrtn ADDITION, LOT 1 & 2, BLOCK A PAVING IMPROVEMENTS „ „;m FORT WORTH,TEXAS AUG 2017 ar r apr.wrw. 0(11741 rtw.wlwllrnerl. SECTION 00 42 43 Developer Awarded Pt*Os-PROPOSAL FORM UNIT PRICE BID Bidder's Application PNhem IPfu 1m . f tiv-1 Iqn Nu osanPu.n 3pa+ikrlim sruim Nn. Ma un1 U if Rive 0W V.loa I;WATE It MPAOVEMENTS I 10170.0100MOblllzatlon 017000 LS 119 $2,500,001 521500.00 2 3201.0123 6'Wide Asphalt Pvmt Re it Arterial 32 01 17 LF 11.0 S226,00 S2,475.00 3 3216,0101 6'Cone Curb and Guhar 32 16 13 IF '15 37.00 $655.00 4 3305.1102 16"Casing By Other Than Op2n Cut 330522 LF 60 S31SM $18,900.00 5 33060109 Trench Safety 330510 LF 71 $0.75 S54.D0 6 3311,0001 Ducdle Iron Water Fillincra Restraint 3311 1111 TON 0.11 $1,650 $186.00 1 3311,0161 6-PVC Water Pl a 331112 LF 10 $63.00 $66000 8 3311 0241 8'Water Pie 13311 11)33 11 12 1 LF 1 62 $62.00 $3,844.00 9 13312.2203 2'Water Service 1331210 EA 1 52.60000 $2,00000 10 3312.3002 6'Gere Valve 33 12 20 EA f 5900.00 $900.00 11 3312.41 D7 12"x e'T Sleeve 8 Valva 3312 26 EA 1 56 550.00 56,660.00 12 13471.0001 Traffic Control 134 71 tJ I MO 1 $4,000.001 54,000.00 TOTAL UNIT t:WATER P 543.114.00 1 0241.1000 Remove Cone PvrM 024115 Sy 3201 $5.60 $1.760.00 2 0330.0001 Con"@ Encase SevAn Pi 03 30 00 CY 5 $115.00 $57500 3 3301 W02 Poef-CCTV Inspection 33 0131 LF 959 1.50 $1436.50 _4_ 3301,0!01 Manhole Vacuum Testa 330130 EA 4 $150.00 $500.00 5 3905.0109 Trench Safe ti 33 05 10 LF 950 51.00 $959.00 6 3305.0112 Concrete Collar 330617 FA 4 $200.00 8800.00 7 3305.0113 Trench Water Slops 330516 EA 4 {0000 $400.40 8 3331.32016'SewerSenAce 333150 EA 1 $1,920,00 $1,02000 9 3331.3242 6'2-way Cleanom 333160EA 1 876000 $75000 10 3331.4115 9'Sever Pipe 33 11 10,33 31 12.33 3120 1 LF 934 571.001 $66,314.00 11 3331.4116 8'Sewer Pipe,CSS Backfill 133 11 10 33 31 12 33 31 20 LF 25 3245,001 $6.125.00 12 3339.1001 4'Manhole InI 39 10 33 39 20 EA 4 $6,717601 $20,96(l,00 NIT I• 5102.691.50 Huff Ill,PAVEMINT 1 10241.1300 Remove Conc CurbeGutler 024113 LF 75 $9.00 5875.00 2',3212,0401 HMAC Tranmlion 32 12 16 TN 10 340.65 S3,405. 3 13213.0301 4'Conc Sidawalk 321320 SF 2435 $10,85 $26.419.75 4 3213.11402 7'Concrete Onveway 321320 SF 1170 $19.00 $22.230.00 5 3243.0506 Samar Free Rarrm.Type P-1 321320 EA 1 i2 200.00 S220000 6 3213.0507 Banner Free As".Type P-2 321320 FA 1 $2,200,00 $2,200.00 7 3441.4004 Fumistvinsfall Alum Sign Ex Pole Mount 34 41 30 FA 2 $3000 $6000 TOTAL UNIT 0:PAVTKO FNTS $57,190.25 tad summary UNIT CWATER IMPROVEMENTS _ ;43,it4.00 UNIT 11'SANITARY SEWER IMPROVEMENTS 5702,891.50 UNIT III:PAVEMENT 5571196.25 Toro Cet.Imd n Iltill $203,195.70 CIrmdor agg-to teWha.WORK hot FINAL A('('[1'rA..X".'L WPala 60 r LW d.,d.tr•D4r lkW 461..ee.1Ae C'ONMAC i'c.mt.tArer 10 No.e Prorated t.the Ge-al Condid.w r NT)of aF.(l 104 cnY OF F011r WdnN STANGAaDCO nrUCr*tt 8011-IrAnON WCA"Ts.MWLOPM AWAl"D P110A[CTS Ptew V~5el1.MW 1,leis ]d/ru4rFhrMt 4MrdYF