Loading...
HomeMy WebLinkAboutContract 49905 COMMUNITY FACILITIES AGREEMENT WITH CITY PARTICIPATION Developer Company Name: Crowley 96,LLC Address,State,Zip Code: 201 W.Bufford,Suite,101,Burleson,TX 76028 Phone&Email: 817-295-7368,dshipmln@sh'xaanco.com Authorized Signatory,Title: David;Shipman,Sr.,Manager Project Name: Southfork Estates 1 &Off Site SS Brief Description: Water, Sewer Project Location: Between Longhorn Trail&Crowley Cleburne Rd Plat Case Number: FP-16-085 Plat Name: Southfork Estates Mapsco: 117K Council District: 6 City Project Number: 101051 & 100884 CFA Number: 2017-128 DOE Number: None To be completed staff Received by: Date: !� City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Southfork Estates 1 &Off Site SS CFA Official Release Date:01.22.2017 Page 1 of 12 CITY SECRETARY 905 CONTRACT N0._ COMMUNITY FACILITIES AGREEMENT WITH CITY PARTICIPATION THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, Crowley 96 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 Southfork Estates Phase 1 & Off-Site Sanitary Sewer ("Project")within the City of Fort Worth, Texas("City"); and WHEREAS, the City has reviewed the proposed Improvements and desires to have the Developer oversize the proposed Improvements to provide capacity for future development in the area("Oversized Improvements"); 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 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 28454 on October 24 ,2017_;and WHEREAS, The City's cost participation shall be in an amount not to exceed $166,964.29 ("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. 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 e O with all provisions of said Policy in the performance of its duties and obligations hereunder 0g, OFFICIAL RECORDWorth. Texas ommunity Facilities Agreement with City Participation-Southfork Estates 1 &Off Site SS CITY SECRETARYal Release Date:01.22.2017 FT.WORTH,TX 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) 0, Paving (B) 0, Storm Drain (B-1) , Street Lights & Signs (C) 0. E. The Developer shall award all contracts for the construction of community facilities in accordance with Section H,paragraph 7 of the Policy and the contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section 11, 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 City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Southfork Estates 1 &Off Site SS CFA Official Release Date:01.22.2017 Page 3 of 12 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 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. City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Southfork Estates 1 &Off Site SS CFA Official Release Date:01.22.2017 Page 4 of 12 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 will 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 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 City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Southfork Estates 1 &Off Site SS CFA Official Release Date:01.22.2017 Page 5 of 12 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 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 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 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 (1)additional year. If the Improvements are not completed within such extension period, there will be no further obligation of the City to participate. City participation in this CFA shall be subject to the annual availability of City funds as approved by the City Council. City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Southfork Estates 1 &Off Site SS CFA Official Release Date:01.22.2017 Page 6 of 12 Cost Summary Sheet Project Name: Southfork Estates Phase 1 &Off--Site Sanitary Sewer CFA No.:2017-128 City Project No.: 101051 & 100884 Items Developer's Cost City's Cost Total Cost A. Water and Sewer Construction 1. Water Construction $ 455,497.70 $ - $ 455,497.70 2.Sewer Construction $ 691,371.71 $ 128,434.07 $ 819,805.78 Contingency 25% $ 32,108.52 $ 32,108.52 Water and Sewer Construction Total $ 1,146,869.41 $ 160,542.59 $ 1,307,412.00 B. TPW Construction 1.Street $ - $ - 2.Storm Drain $ - $ - 3.Street Lights Installed by Developer $ - $ 4. Signals $ $ $ - TPW Construction Cost Total $ - $ - $ Total Construction Cost(excluding the fees): $ 1,146,869.41 $ 160,542.59 $ 1,307,412.00 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 22,937.38 $ 3,210.85 $ 26,148.24 D. Water/Sewer Material Testing Fee(2%) $ 22,937.38 $ 3,210.85 $ 26,148.24 Sub-Total for Water Construction Fees $ 45,874.76 $ 6,421.70 $ 52,296.48 E. TPW Inspection Fee(4%) $ - $ - $ - F. TPW Material Testing(2%) $ - $ - $ - G. Street Light Inspsection Cost $ - $ - H. Signals Inspection Cost $ - $ - $ - TPW Construction Fees Subtotal $ - $ - $ - Total Construction Fees $ 45,874.76 $ 6,421.70 $ 52,296.48 TOTAL PROJECT COST $ 1,192,744.17 $ 166,964.29 $ 1,359,708.48 Financial Guarantee Options,choose one Amount Choice (Mark one) Bond=100% $ 1,275,303.48 x Completion Agreement=100%/Holds Plat $ 1,275,303.48 Cashscre:-nr Water/Sanitary Sewer=125% $ 1,433,586.76 Cash Paving/Storm Drain=125% $ - The costs stated herein may be based upon construction estimates rather than actual costs. The City's portion of inspection and material testing fees are directly allocated to the City's accounts for charges and does not reimburse the Water Inspection and Material Testing Fees to the Developer.The City's participation estimate shall be limited to the unit prices contained in City of Fort Worth Ordinance No. 19192-06-2010, as amended, ("Unit Price Ordinance")or as determined by public competitive bid. The City's cost participation (excluding inspection and material testing fees) is not a lump sum amount and may be less than stated above City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Southfork Estates 1 &Off Site SS CFA Official Release Date:01.22.2017 Page 8 of 12 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 Oversized Improvements. 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 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. V. The City may utilize the Developer's financial guarantee to cause the payment of costs for construction of the Improvements before the expiration of two (2) years if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction, the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement. Q. Developer acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Developer certifies that Developer's signature provides written verification to the City that Developer: (1)does not boycott Israel;and(2)will not boycott Israel during the term of the contract. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Southfork Estates 1 &Off Site SS CFA Official Release Date:01.22.2017 Page 7 of 12 depending upon actual quantities as shown on the Notice of Final Completion package(`Green sheet') and based on unit prices from the construction contract documents. In no event shall the City pay more per unit than as determined pursuant to the Unit Price Ordinance or public competitive bid. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Southfork Estates 1 &Off Site SS 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 JEVER LCJesus J. ChapaAssistant City Manager Shipman,Sr. � �� er Date: �f Date: Recommended by: a, &14—&L ATTEST: (Only if required by Developer) Wendy Chi- abulal, EMBA, P.E. Development Engineering Manager Signature Water Department Name: <Name>• Contract Compliance Manager: Douglas W. Wiersig, P.E. Director By signing I acknowledge that I am the person Transportation&Public Works Department responsible for the monitoring and administration of this contract, including Approved as to Form &Legality. ensuring all performance and reporting requirements. Richard A. McCracken Assistant City Attorney ' M&C No. .. 9R5Q Nle—: Date: 1044 1 Z Title: -PAJ-Ci Q "p"', Form 1295: 2p17 -2tt7ta4-!h OFF0 A?'TEST. G !Q E� �O M J. Kayer City Secretary •" .♦c �` City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Southfork Estates 1 &Off Site SS CFA Official Release Date:01.22.2017 Page 10 of 12 ar S r r Acting Director Water Department 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 with City Participation Location Map I31 Exhibit A:Water Improvements Water Cost Estimate Exhibit A-1: Sewer Improvements Sewer Cost Estimate Q Exhibit B: Paving Improvements 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 Exhibit D:Off-Site Sewer Cost Share Breakdown (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Southfork Estates 1 &Off Site SS CFA Official Release Date:01.22.2017 Page 11 of 12 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 1.010'51 &'jaq'984 None City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Southfork Estates 1 &Off Site SS CFA Official Release Date:01.22.2017 Page 12 of 12 � 1lC,6p$ret� faith Gtviatian � �` �tlmCw Wa adxeidlS.� 4twki G'tt 91 .G;.:r;, n x 4 TBasKd i iO%!M A+gbew9X WiE.e& Ewa Kan!h fres -4GWi}yA ettimtaa..na g � & >m asr 8wW'4 agaar E a u s it n t;Nrala 5d. 'EtigYry61 E sawn, Cn«ky KGli r�d!ad-: >w��. C;rowlay � sw.,Tmsi fe<yx+>1 w�c aerra �`+`sr ,7 x �g ucamdda., F Ma!n Sl ,. fa.aeonr;r.::z q � a a its FMil ON" Grade Gmrpw si1omyS' ow— s` !!a+. =""'J 'pro'.-� � ji �.: r✓s �t faWk a�n.aa aon °p°max &wa wnw.aa s `"`-Lze' to s e S ...a� h' � sY!r4� r#ratrAi;^: �•. LOCATION MAP N.T.S. PR=14. 287-9345 sswift LOCATION MAP EXHIBIT � DATE: 05/Z§1,2017 f221 Worth, tloadewrtl.Sot*76132 SOUTHFORK ESTATES PRASE I SHM i=art Werth, Texaa 76132 (O]SI T.291.gts0 (Fj 8t 7.791.8144 ®.as Ragismred Ergineenrry Finn F-10996 fas Reyibar $array. F1�t588G7 ww'w.6arronstark.wm �'=4PHIC SCALE 1"=300' 300 0 300 600 L f " W.L. � I r G I I � 8" W.L. I LEGEND 1 PROPOSED 8" WATER W PROPOSED GATE VALVE �' - �" tA1•L. PROPOSED FIRE HYDRANT T— I I< DOE NO. I I CITY PROJECT NO. OWNER/DEVELOPER s I CROWLEY 96, LLC I I 121 NORTHWEST NEWTON ST. BURLESON, TX 76028 I> I I TEL 817-295-7368 0 F CHARLES F. STARK .................................� $" W.L. �p 57357 s c�s' tt`1SS/ONAL " L 105�26��Q11 USE OF THIS ELECTRONIC SEAL/SIGNATURE AUTHORIZED BY CHARLES F. STARK, P.E. TEXAS REGISTRATION NO. 57357 © PRIlArl Ne. 282-9345 ftffM EXHIBIT 'A' WATER IMPROVEMENTS DA11 2017 6221$OWW "st8aui"vard,SUM100 SOUTHFORK ESTATES PHASE I Sim Fort Worth, Tema 7613, (0)817,23t.8t00 1F)817.235.814, w Teras Regism Ergo—ng F'—1-1 TeWG Roqats•ed Surrey Fi-F-10159kCq www.berrons'lark.cam 17 GRAPHIC SCALE 1'=300' 300 0 3w 806 � E ss � � I r I � c{ _� ,. I i LEGEND Ii PROPOSED 8" SEWER S PROPOSED 10" SEWER Vi �! I PROPOSED 4' MANHOLE Vi gg DOE NO. CITY PROJECT NO. OWNER/DEVELOPER IIT CROWLEI'96, LLC 121 NORTHWEST NEWTON ST. BURLESON, TX 76028 I I J I I TEL- 817-295-7368 1 , ........................, I I .CHARLES. F. .STARK 57357 l� jS/ONAL \ USE OF THIS ELECTRONIC SEAL/SIGNATURE AUTHORIZED BY CHARLES F. STARK, P.E. TEXAS REGISTRATION NO, 57357 PROTECT Ib. 76�-9l43 EXHIBIT 'AP WASTE WATER IMPROVEMENTS a, 17 ::,i;r nhnr••a 5;alr•v,.:, SOUTHFORK ESTATES PHASE I SHM Fnf1':'JG'1I1, li•.x:,: �r E:i':'..� =gi Szmd En 9__g fim g y tared Survey Flm F-015MOp .vw.0a.ronslark.cnm 00 42 43 DAP-BID PROPOSAL Pagel of3 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Unit of Specification Bid Item No. Description Leasure Section No. Quantity Unit Price Bid Value UNIT I: WATER IMPROVEMENTS 1 3311.0261 8"PVC Water Pipe LF 33 11 12 7398 S26,19 $193.753.62 2 3312.3003 8"Gate Valve EA 33 12 20 30 51,474,40 544.232.00 3 3312.2003 1"Water Service EA 33 12 10 146 $727,50 $106,215.00 4 3312.2003 1" Irrigation Service EA 331210 2 $1,061.18 $2,122.36 5 3312,0001 Fire Hydrant EA 33 12 40 12 55,073.08 $60,877.00 6 3305.0109 Trench Safety LF 33 05 10 7398 50,49 53,625.02 7 3311.0001 Ductile Iron Water Fittings wl Restraint Tb-14---33 11 11 3.5 $5.335.00 S18.672.50 8 33120117 Connect to Existing 12"Water EA 33 12 25 1 54,500.00 S4,500.00 _ w_.. _ _ ...._. ...... 9 3312.0110 Connect to Existing 36"Water EA 331225 25 1 $21,500.00 $21,500.00 __.._ . ...... ......_... __.... _...._._._. ....... ....... ____._ _. ..._.__ .. 10 11 12 _ 13 _ 14 15 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 _.. .� 33 34 35 TOTAL UNIT I: WATER IMPROVEMENTS $455,497.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 00 42 43—Bid Proposal DAP Rev Per CFA 00 42 43 DAP-BID PROPOSAL Page 2 of 6 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidlist Description Unit of Snecification Bid Unit Price Bid Value Item No. Measure Quantity UNIT II: SANITARY SEWER IMPROVEMENTS 1 3331.4115 8"Sewer Pipe L; ,i 10,33 3. 3845 $31.04 $119.348.80 2 3331-4116 8"Seaver Pipe.CSS Backfill L;: 33 11 10,33 3 1 1 C! � 5=0.'•1 55.044.00 3 3331.4201 10"Sever Pipe-On Site LF 33 11 10,33 all L:'i)1 S36 cu S91,818.26 4 3331.4202 10"Sewer Pipe,CSS Backfill L 33 11 10,33 31 1 SF , I S6,984.00 5 3339.1001 4'Manhole to 8'Depth EA 33 39 10,33 34 31;! S1."6 I.CC S41,9C".0C 6 3301.0002 Past-CCTV Inspection Lf: 3301 31 f,53(3 Si-! '' $6,339.52 _ _ _ .. 7 3301.0101 Manhole Vacuum Testing EA 3301 30 36 S1130.1)5 $5.761.80 8 3305.0109 Trench Safety LF 33 05 10 6536 S0 49 $3.169.96 _.... �_... _ _. ..__............... n 9 3331.3101 4"Sever Service EA 3331 50 1-1P=• S°'c .45 S97-C-09.70 10 3339.1003 4'Extra Dept,�rdanhole VF 33 39 10.33 39 6;, 5242.50 $14.550.00 11 0330-0001 Concrete Encase 10"Sever Pipe LF 03 30 00 100 548.50 $4,850.00 12 0330-0001 Concrete Encase 8"Se.ti^r Pie LF 03 30 00 1G(' S48.50 $4,850.00 13 14 15 16 17 18 19 20 _ 21 22 23 24 25 26 27 28 29 30 31 �... _ 32 33 34 35 _._.. TOTAL UNIT II Pr1 SANITARY SEWER IMPROVE 7E $401,630.44 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 00 42 43—Bid Proposal_DAP W SS SD P SL SS >y _ Ne .W'A+ $6 p cmkt Gity et ...r. §ggS 14aavxllrt MOUWu1BW (;xpApy,'fryAa` ;•.�'. R J� iia c•. S *eta ar lntea�xhsa ScnoW R yT$ -7 'ea�Y Ak j �FpIII� ArbelrZ NArx 81 FNA iw Auwd Cg�j4 L0 66kApyt4 fhwlr V+os� iWWRe, d61ptlY[79 W.N. ew-rd 4 AF Ca4s4�• .• f1Wan, [BwM�AH QVt,IF/"��tarry;,� wAlwnn Cxuw,Ny 9 6MbYoo Bt >*wm+se t�e.�d LWNtt 91 KP+d�M � � q. AFCPA^i!dt•• )f 4 } eM.aao tiew G .f In?"oto. ' ,wqi Toll CoM"tMM wr4 !weeA r 4 Rp a� l•�',-•u C✓Aw CArt" F y�00— Y qMh W!a ji�Qv .n1,4u! all: � 8 iiAA W� i 1167S1Hflk-w M1 w' t ce 0040— ft-,WW bra _��� 6Ar:A:Ot MlIR[MII 3 crf:.enfex a wx a6 6wr6Fa d LOCATION MAF NTS. ' PR=kn. 2d2-9345 LOCATION MAP EXHIBIT aTE: 2,2D„ 6221 SouttF t®ouk—M,Swte 10] SOUTHFORK ESTATES PHASE I �r Fon worth, 7*xps 7F112 f01 017,291.8100 (F)617.231.8144 _ Teras Reg.alereemg OFF-SITE LOCATION iEeas R9gRtW S Sag,lF-1 F�F-1p15810"96 www.pampnSlprh.Wm GRAPHIC SCALE 1'=300' 300 0 300 600 N LEGEND PROPOSED 10 SEWER S PROPOSED 4' MANHOLE PROPOSED 36' SEWER 1 PROPOSED 6' MANHOLE 1 DOE NO. CITY PROJECT NO. OWNER/DEVELOPER CROWLEY 96, LLC 121 NORTHWEST NEWTON ST. BURLESON, TX 76028 TEL 817-295-7368 ... J I lCHA•RLESF. STA:R�K Q ............................•• •, o: 57357 ,� � CONAL. • "?,911 USE OF THIS ELECTRONIC SEAL/SIGNATURE AUTHORIZED BY CHARLES F. STARK, P.E. TEXAS REGISTRATION NO. 57357 45 aanmest PRDW"°*os«N+t EXHIBIT 'A P WASTE WATER IMPROVEMENTS '�� " C-16.911-bo— SOUTHFORK ESTATES PHASE I °"'� 02/27/2017 Wou h,e�sou�evsia,s76 i 2 '23, sHfEr F�rrl W21 TpxaS 7h 1'i 8,°° BI'23'b'° OFF—SITE LOCATION A 1 -c es Re.glsmrMS.•.ev=1rn.=-'_�pb;C wvnr-perr„rinl ar,:iii SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Biddees Proposal Bidiist Descriptio Unit of I Specification Bid Bid Value Item No. asurel Section No. Quantic, UNIT II: SANITARY SEWER IMPROVEMENTS-OFF SITE 1 3331.420 1 10"Se.U r 1ipt 1 1 12x4 S 3 $60.077-92 f 333'.,`,2 0"Sc ,er P L e.CSS E;Br, fir L= lir.33 31 6055.55'L 3 333? Y",o", .;:" l Sc: zr. CSS Backfill L= 3311 10 65-1 S3i,3fi S55.3:ic 24 _ CIF 4 3331.441 ?F; Sr::er F p•e L�: 11 10,3331 1577 S`2ri 10 Q ?5.Q c 5 3331.441 36" e:r r P pe,CSS Backfill._ L -� 11 10,33 31 1Cn,_- S 6 GS S'iii.^,Cc.O _. ......... . ........_._.- —. _�_ ....... 6 3339.111 'PJanh,l- EA 39 10,3339 S2 13.1 00 $10.:711 0 7 3339." 4'Crop Manhole EA_ ?O!A,'43 39 53 FL2 r0 . 53.492. '11 8 _ ,9 6'Manhole E:4 ;39 3 So 49:1 CO .�.... S19.497.0C � _poxy Manho'e Li•ix r .4' .'H' 4_ — 33 �,. 13 ....... S''h l S2.295,02 I,; P+•. .. Liner _ '.'h1 VF '-- 33 3g 6 1L $21 .4G S2,5u0.80 3361 i i r:�1.C� C�L �cs;! i`. pc.,u.:r r=� �,1 37115 ,.. 97 $3.593 85 301 u'11'1 '.13r,ho', V,-, l lm e•-tirg EA 33 01 3" 9 Si6-1 $1.440 4' 3 3305.0 11,9 -rcr.r:'i Safe-y LF 33 05 1C 37C-5 SJ-9 $1.815.45 14 3305.0'°2 Core e e "'1 3 EA 33 05 s 17 S2 i .50 $1. 12.60 �._ _. 5 ... w. :5 3339.10(-'-3 4 E,-i U,;,p: 39 10,33 39 :i3 S2-12.50 $9.215.00 16 3339 1,'03 ❑epa '.1U vi--le V" rn.'_ .n 26 5291.00 $7.566.00 .....-....... 17 033C.G:G1 C;oncre:e Cr•c e Server Pipe LL 11:; 1G.: 5.:8 50 S4.8bG.00 18 9999.0002 Connect to Ex.str� g Lift Station EA Cil"c OC 1 ?:1 ..E �$3.4`2.46 19 3201.0616 Permanent: orc. Pvmt. Repair Sy 32 _ 2 $2,303.75 20 3471.0001 Traffic Control `,'i-Carl Street LS 3.1 1 S'2 66 :p $2.667.50 21 0241.0500 Re:r:..c Fep;:cc Fence L ft Sta LS G2 41 13 1 52,667 714 $2,667.50 22 23 24 25 26 _ ____._.._....-...._._..... _....._............... .........._....... ...___ 27 28 _. 29 _ 30 31 32 33 43536 i4- 35- 36 37 38 39 TOTAL UNIT N:SANITARY SEWER IMPROVEMENTS $418,175.34 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 00 42 43_Bid Proposal_DAP Wildstone Underground Off Site SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal BidlistDescription Unit of I Specification Bid Unit Price Bid Value Item No. Measure ISection No. I Quantity Bid Summary UNIT II:SANITARY SEa ER iVPROVE JEN i S-OFF SITE $418,175.34 Total Construction Bid $418,175.34 Contractor agrees to complete WORK for FINAL ACCEPTANCE 20 calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version Septenber 1,2015 00 42 43—Bid Proposal_DAP Wildstone Underground Off Site Southfork Off-site Sewer Cost Participation SEWER COST SHARE (The City pays for 10'736"sewer offsite cost particpaton for upsize) City Contractor Contractors Lower Price Difference or Total City Item No. Description Unit Qty Unit Price Unit Price City Unit Diff Diff Percentage Participation 1 36"P.V.0 Sewer LF 1577 $151 00 $126.10 10"P.V.0 Sewer LF 15 ' SCti.37 $47.53 $85.13 $78.57 $78.57 $123,904.89 % 2 36"P.V.0 w/CSS Backfill 1 CC 5Q CJ $160.05 $0.00 $90.21 $0.00 $0.00 10"P.V.0 w/CSS Backfill LF r. $0 QO $69.84 3 5'ManholeEA 3 $5,366.67 $2,560.80 $2,953.01 $426.80 $426.80 $1,280.40 4'Mahhole F.A $2,413.66 $2,134.00 4 36"epoxy liner IVF $213.40 �C expoxy Einer I'VF 1e $161 00 317654 $116.28 $36.86 $36.86 $442.32 _... 2.,.i $174.05 $48.50 $48.50 $1,261.00 c= -w• 6 Trench Safety LF 1577 $0.98 50.00 1 $0.98 $0.00 $0.98 $1,545.46 Sub Total $128,434.07 Sub Total $128.434.07 Total(including 25-: contingency'. S 160.542.59 Inspection S 3210.85 Mater,ai testing, 5 _ 3.210.85 Grand tetai F 5 166,964 29 1 23,•'25= x.72 .22-1;21-1. Cast Iron Fittings fw Water Mains City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 10/24/2017 DATE: Tuesday,October 24,2017 REFERENCE NO.: C-28454 LOG NAME: 60SOUTHFORK ESTATES SUBJECT: Authorize Execution of a Community Facilities Agreement with Crowley 96 LLC,in the Amount of$1,359,708.48 with City Participation in an Amount Not to Exceed$166,964.29 for the Construction and Oversizing of 1,577 Linear Feet of 10-Inch Sewer Main to 36-Inch Sewer Main East and West of McCart Ave and North of Old Cleburne Crowley Road in the City of Fort Worth and its ETJ(COUNCIL DISTRICT 6) RECOMMENDATION: It is recommended that the CiCty ouneil authorize execution of a C`onimunity � �", 1=aoilifiie� re �r resat itlt C'roGvle� )C� 11.E', ,n iht�Amount of$1,359.708.48 � W, � � � with City partic;ipatioin in an amount not to ex4ccd S 166,964,29 for the µ�. . � . ,,� ��� � � �R construction and oversizin of 1,577 linear feat of 10-Inch sewer line:to 36-1ric:h sewer main Fast and West of McC:art Ave:and North of Old Cleburne Crowley Road in the Cit;°offort Worth and its E'ri. DISCUSSION: Crotivley 9(a LLC r Lle�°elopen� Is constructin,, the Southfork Estates Phase 1 development in tlicwtl ,� i Fort \Vorth FIT The development requires a 10 1nC11 Sf;1t'er laa«1L11 tU 1�r�� ifi till. 1 f]C 1;'.lt�r CJt I'f)1't 4t'Orth i5 CC1�t �, � ,, �� � itis a� `k� � ;y�r participating In the (?ver,,lying' Slt'the s�:wer 1niain to a 36-inck line to � �' r� K�� � �" a �id� �� T, r serve anticipated futi,ine del i:li7pricni growth to the surrounding area, The z y } oversized line will send rc�Gdcillw will the City. The Citv'S CuSt .action in the cortStruk•ti01I of thu sewer mann is estimated to'$e participation SI66.964 29 as shown In the table below k { Developer er Construction �;q _ , CUP Cost 'Total,Cost 01, L Water . $45S,497 70 $0.00 S455,49" 7Mt- 0 v h ?. Sewer : $69 1.171 7 �' ,:.. 28,434,07 $819,805 78M. Mg C onstruction ;,,� 3 � Cast Sub-Total 5128,43.4 07 51,275,303.48 r PVNO! (alatlYa cttcy10 ' �. !1 �� 'S3 .10'.52 '� Ci -47 a yh, '�� m Total S1,146.869. S160,54?.59 $1,307,412.t10 � C[aiaStl't1e lolt Construction $ Fees: �w ' g yk d a a s e B. In,, �� ✓ 'C Z �� i Fee(211 $22,037,'Y� ja ze $ C1,k48 G �� X �4 c C. Material 5f'� Tcstila Fee c x $22 937 39 $3,210.85 $26.145 `a4 ,.. 4 $45,87478 $6,421.70 552,296,48 CERTIFICATE OF INTERESTED PARTIES FORM 1.295 boli 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 I Name of business entity tiling form,and the city,state and country of the business entity's place Certificate Number: of business. 2017-267648 Crowley 96,LLC Burleson,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 101022017 being filed. Date Acknowledged: City of Fort Wonh 3 Provlde 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 100884 Offsite Sewer Nature of Interest a Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary- Crowley 96,LLC Burleson,TX United States X 5 Check only if there is NO Interested Party. Q 6 AFFIDAVIT 1 swear,or affirm,under penalty of perjury,that the above disclosure is true and correct, Signature ofau ag contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE -~~ Sworn to ano subscribed before me,by the said 001! t 1� -J( - this the j. day of WG 20__J�,to certify which,witness my hand and seal of o --"' L r Gat ,Etpires r .'w 'ro�� Signature'of officer ministering oath r ted name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state,mus Version V1.0.3337