Loading...
HomeMy WebLinkAboutContract 50763 COMMUNITY FACILITIES AGREEMENT WITH CITY PARTICIPATION Developer Company Name: Walton Development&Management TX,LLC Address,State,Zip Code: 5420 LBJ Freeway Ste.790,Dallas,TX,75240 Phone&Email: 214-838-2101,mrobinsorgwalton.com Authorized Signatory,Title: John Vick,President Project Name: Rock Creek Ranch/Tarleton State University 36"Sanitary Sewer Main Brief Description: Sewer Project Location: Stuart Feltz Road East of Chisholm Trail Parkway Plat Case Number: None Plat Name: None Mapsco: 116B Council District: 6 City Project Number: 101142 CFA Number: 2017-135 OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Rock Creek Ranch/Tarleton State University 36"Sanitary Sewer Main 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. �D D rJ C WHEREAS, Walton Development & Management TX, 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 Rock Creek Ranch Tarleton State University 36" Sanitary Sewer Main ("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 28656 on April 10,2018;and WHEREAS, The City's cost participation shall be in an amount not to exceed $1,012,476.60 ("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 with all provisions of said Policy in the performance of its duties and obligations hereunder City of Fort Worth,Texas Standard Community Facilities Agreement with City ParticipattOFFICIAL ock.Crek." leton State University 36"Sanitary Sewer MainI b-GCFA Official Release Date:01.22.2017 TY SECRETARYPage 2 of 12T,W1 ORTH,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 H,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- 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 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) 0_ Sewer (A-1) -Z_ Paving (B) E3. Storm Drain (B-1) ti, Street Lights & Signs (C) D. 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 H, 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. City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Rock Creek Ranch/Tarleton State University 36"Sanitary Sewer Main CFA Official Release Date:01.22.2017 Page 3 of 12 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 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. City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Rock Creek Ranch/Tarleton State University 36"Sanitary Sewer Main CFA Official Release Date:01.22.2017 Page 4 of 12 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 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 Cityfor any losses, damages, costs or expenses suffered by the City or City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Rock Creek Ranch/Tarleton State University 36"Sanitary Sewer Main CFA Official Release Date:01.22.2017 Page 5 of 12 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 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-Rock Creek Ranch/Tarleton State University 36"Sanitary Sewer Main CFA Official Release Date:01.22.2017 Page 6 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. R. IMMIGRATION AND NATIONALITY ACT Developer shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form(1-9). Upon request by City,Developer shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Developer shall adhere to all Federal and State City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Rock Creek Ranch/Tarleton State University 36"Sanitary Sewer Main CFA Official Release Date:01.22.2017 Page 7 of 12 laws as well as establish appropriate procedures and controls so that no services will be performed by any Developer employee who is not legally eligible to perform such services.DEVELOPER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES,LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY DEVELOPER,DEVELOPER'S EMPLOYEES, SUBCONTRACTORS,AGENTS,OR LICENSEES. City,upon written notice to Developer,shall have the right to immediately terminate this Agreement for violations of this provision by Developer. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Rock Creek Ranch/Tarleton State University 36"Sanitary Sewer Main CFA Official Release Date:01.22.2017 Page 8 of 12 Cost Summary Sheet Project Name: Rock Creek Ranch/Tarleton State University 36"Sanitary Sewer Main CFA No.:2017-135 City Project No.: 101142 Items Developer's Cost City's Cost PID Total Cost A. Water and Sewer Construction 1. Water Construction $ - $ - $ 2.Sewer Construction $ 75,454.36 $ 885,032.00 $ 1,342,860.64 $ 2,303,347.00 Contingency $ 88,503.20 $ 88,503.20 Water and Sewer Construction Total $ 75,454.36 $ 973,535.20 $ 1,342,860.64 $ 2,391,850.20 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): $ 75,454.36 $973,535.20 $1,342,860.64 $2,391,850.20 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 1,509.09 $ 19,470.70 $ 26,857.21 $ 47,837.00 D. Water/Sewer Material Testing Fee(2%) $ 1,509.09 $ 19,470.70 $ 26,587.21 $ 47,837.00 Sub-Toto)for Water Construction Fees $ 3,018.18 $ 38,941.40 $ 53,714.42 $ 95,674.00 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 $ 3,018.18 $ 38,941.40 $53,714.42 $95,674.00 TOTAL PROJECT COST $ 78,472.54 $1,012,476.60 $1,396,575.06 $2,487,524.20 Financial Guarantee Options,choose one Amount Choice (Mark one) Bond=100% Completion Agreement=100%/Holds Plat Cash Escrow PID Bond Funds $ 2,487,524.20 x 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 #han stated above 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. City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Rock Creek Ranch/Tarleton State University 36"Sanitary Sewer Main 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 DEVELOPER Walton Development&Management TX,LLC 9esu�7 l irea JesusJChapa(May� ✓rohn Vi6k Jesus J.Chapa John Vick(May 11,2018) Assistant City Manager Name: John Vick Date: May 15,2018 Title: President Date: May 11,2018 Recommended by: ATTEST: (Only if required by Developer) Evelyn Foxe (May 1T, 1,2018) Evelyn Roberts Project Assistant Signature Name: <N atnc-> Approved as to Form &Legality: Contract Compliance Manager: ,�IL�IAYa>R y1L�.YuLK�f Rwh'r' MIC—ken;Illy 15 201A, By signing I acknowledge that I am the person Richard A. McCracken responsible for the monitoring and Assistant City Attorney administration of this contract, including M&C No. C-28656 ensuring all performance and reporting Date: 4/10/18 requirements. Form 1295: 2018-323300 Scams cleft Mnrale„M j1/�7�fi`—//��' ,� ATTEST.• Janie S. Morales Development Manager Mary J. r(N ,20181 17 Mary J. Kayser City Secretary OFFICIAL RECORD CITY SECRETARY City of Fort Worth,Texas FT.WORTH,TX Standard Community Facilities Agreement with:City Participation-Rock Cre Ranch/Tarleton State U versity 36”Sanitary Sewer Main CFA Official Release Date:01.22.2017 Page 10 of 12 -fowl' 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 f Location Map Q Exhibit A:Water Improvements Water Cost Estimate Exhibit A-1: Sewer Improvements Sewer Cost Estimate fl Exhibit B: Paving Improvements Q Paving Cost Estimate ❑ Exhibit B-1: Storm Drain Improvements D Storm Drain Cost Estimate Exhibit C: Street Lights and Signs Improvements Street Lights and Signs Cost Estimate (Remainder of Page Intentionally Left Blank) a- City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Rock Creek Ranch/Tarleton State University 36"Sanitary Sewer Main CFA Official Release Date:01,22.2017 Page 11 of 12 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 101142 None City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Rock Creek Ranch/Tarleton State University 36"Sanitary Sewer Main CFA Official Release Date:01.22.2017 Page 12 of 12 m' O � N " r-p am o W U W a 4 z in � 3 a NH hit 3NWM3 no S� ;... G3 U 'yN 0/i� cn ` � L .. d yrioitswa �`.,« A zi cn z1-133-�.avni,s 0 Q 3 a HIUOM I1 AanaNv?D a-ro 4 _ 3 F O r U W N W z OM 4xoo � n f f OD o O W 3 � o. W� a Z 1-T�HS o Q U IT gSS � ]N p~j. ..� M5 Cc - " CIVON 3N21namo.1S3m � o � 4 U. —1g � W of T (blot do)AVON zl�3—la Is ct Z U aW N ) W � o Zcj� k o M mQ0 z Q o 3 3 a W a3 w o o a o w t13 w O O O �y1dpCG 0p. p z c I cn I O GD CD LU BB N cv Z N �' O N R A O �J Q � U) Q �. L.L. u � Z ® o C ie s•-zN W � O CLIL dv ti u w¢o U F tU TNI w C� _ o � U D cr � O LUf Z C W I I U �y Z b o C-vf V ( PC y W U L c x w D o to W C-4 z a Qo � m W W Ld U n ccin w w 2 y y bj o w O � 0 0 us w Ov o0. ma. Of zo _.C U LU ch in LU 00 4l 00. AP BID FORM 1'aoc 1 oC3 SECTION 00 4100 DAP BID FORM Walton Development&Management TX,LLC TO: 5420 LBJ Freeway,Suite 790 Dallas,TX 75240 .FOR: Rock Creel(Ranch/Tarleton.State University Offsite 36"Sanitary Sewer Main City Project No,: 101142 Units/Sections: Sewer 456008-0700430-101142-001480 X--24701. 1. Enter Into Agreement The undersigned Bidder proposes and agrees;ifthis Bid is accepted,to enter into an Agreement with Developer in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and Within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the.Contract Documents. 2. BIDDER Acknowledgements and.Certification 2.1. In submitting.this.Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS,including without limitation those dealing with the disposition.of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance,will do so pending contract award,and will provide a valid insurance certificate meeting all requirements in the construction contract. 2.3. Bidder certifies thatthis Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group,association,organization,or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder.has not solicited or.induced any individual,or entity to refrain from bidding. '2:6. Bidder has not engaged iti corrupt,fraudulent,collusive,or coercive practices.in competing for the Contract. Forthe purposes of this Paragraph: A. "corrupt practice" means the offering,giving,receiving,or soliciting of anything of`value likely to influence the action of-a public official in the bidding process. CITY OF FORT WORTH RCR/TSU Offsite 36-SanitarySewer Main STANDARD CONSTHLkTJON SIDTORM—DEVELOPER AWARDED PROJECTS City 0101142 rpm Revised April 2.2014 004100. DAP 1310 FORM Piga 2 df 3 b: "fraudulent practice" means an intentional misrepresentation of facts made. (a)to influence the bidding piocess.to the detriment of Developer(b)to establish.Bid prices at artificial non-competitive levels,or(c)to deprive Developer of the benefits.of free and open competition. c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of Developer,a purpose ofwhich is to establish Bid prices.at artificial,non-competitive levels. d. "coercive practice" means harming_or threatening to harm,directly or indirectly,persons or their property to influence their participation in-the bidding process or affect the. execution of the Contract. 3. Prequalitication The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: Sewer Interco tors,Development,42-inches and smaller 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 210 calendar days after the date when the Contract Time commences to run as provided in the General Conditions. 4.2. Bidder accepts the provisions of the Agreement to liquidated damages,if applicable,in the event of failure to complete.the Work(and/or achievement of Milestones.)within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a.part of this Bid: a. This Bid..Form, Section 00 4100 b. Bid Bond(if required),Section 0043 '13 issued by it surety meeting the requirements of the General Conditions. c. Proposal Form,Section 00 42 43 d. MBE Forms (if required) e: Prequalification Statement,Section.00 45 1'2 f. Any additional documents that may be required by Section 12 of the.Instructions to Bidders g. Bidder.pre-qualifcation application(optional) 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below,please enter the total bid amount for this project.Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling 611,of the dktended amounts. 6.3. Evaluation of Alternate Bid Items -<use this if applicable,otherwise delete> C[TY OF FORT WORTH RCKMV Offsite 36"San"arySewer Main STANDARD CONSTRUCTION BID FORM—DEVELOPER"AWARDED PROJECTS City i 101142 Farm Revised April I.2014 004100 DAP BID FORM Paye 3 o1`3 Total Base Bid Alternate Bid Deductive Alternate Additive Alternate TOTAL BID Fiberglass $2,322,663.00 7. Bid Submittal 1 This Bid is submitted on ?i / 1 /7-0 1 8 by the entity named below: Respectfully submitted, By. Receipt is acknowledged of Initial (Signaturethe following Addenda: Addendum No. I Printed Name) f'�Esso was /C60 Addendum No.2 (Title) Addendum No.3 Company: Condie Construction Co.,Inc. Addendum No.4 Address: 53 North 1650 West Springville,Utah 84663 State of Incorporation: Utah Email: Brad@Condieconstruction.com Phone:940-648-2000 END OF SECTION CITY OF FORT WORTH RCR/TSU Offsite 36"Sanitary Sewer Main STANDARD CONSTRUCTIOt!BID FORM—DEVELOPER AWARDED PROJECTS 0ty0 101142 Form Reviud April 2.2014 sFC1i0N 00 4243 Developer Awarded Projbcts-PROPOSAL FORM Rock:Creek Ranch-36"Offset Sanitary Sewer Main UNIT PRICE BID Project Item lnrormution: Condie Construction BidlistSpecificationSection Unit of Aid Item -Description No, Mcasun Quantity Unit Price Bid Value. 36"OMCUSauitary Sewer Stain RCR 1 3311 10,33 31 12 3331.4115 8"Sewer Pie 33 31.20 LF 156 $88,00 $13,728.00 2a 3331.4414 36"Solid Wall PVC pr ASTM F679,SDR-26 3331.20 LF 10239 $0.00 $0.00 2b 3331:442)36"Fiberglass SewerPipe 33.31 13 LF 10239 $158.00 $1,617,762.00 3 9999,0001 Remove.36"Plug and Connect to Ex,36"Slub=Out 00.0000. EA 1 $3,550.00 $3,550.00 4 3339.110I S Manhole 33 39 10,33 39 20 EA 1 $5,800.00 $5,800.00 5 3339.1005 T A Manhole 33 39'10,33 39 20 EA 25 $9,600.00 5240,000,00 6 3339.1103 5'Extra Depth Manhole 33 39 10,33 39.20 VF 8 $307.00 $2,456.00 7 3339.1003 Type A Extra Depth Manhole 33'39 10,33 39:20 VF 195 $357.00 $69,615.00 8 3305.0109 Trench Safe! 330516 LF 10395 $1.00 $10;395:00 9 3301.0002 Post CCTV Inspection. 33 01 31 LF 10395 $1.00 $10,395.00 10 9999.0002 8"End&Plug 00 00 00 FA 7 $50.00 $350.00 1.1 3339.G001 Epoxy Manhole Liner 33 39 60 EA 26 $3,460.00 `$89,960.00 12 9999.0003 Odor Vent 000000 EA 1 14 $5,200.00 $72,600.00 13 9999.0004 Anchor Stubout 00.0000 EA 1 $2,000.001 $2,000.00 14 3305.0112 Concrete Collar 330517 EA .26 $750.00 $19,500.00 3301;0101 ManholeVacittrnTeSting.. 33:.01:_30.. FA ,..::. :::_26 $160:00 .._:.:..... $4.160.00 16 3305.0113 Trench Watcr*Stpp 330515 EA 2 $2,650:00 $5,300.00 17 3292.0200 Seeding,Broadcast(Coastal Bennuda) .329213 SY 58340 $0.50 $29,170.00 18 3292.0100 Block Sad Placement 329213 SY 6255 $6.00 $37,530.00 19 3291.()100 Topsoil .329119 CY .520 $29.00 $15,080.00 20 3137.0104 Medium Stone Riprap.dg 313700 SY 417 $31.00 $12,927.00 21 3125,0101 SWPPP 312500 LS 1 $23,500.'001 $23,500,00 22 9999 0005 Remove&Replace 18"R.CT. 00 00 00 EA 1 $1,275.00 $1275:00 23 3471.0001 TraflieCbntrol 3471 13 MO 2 $4,000.00 $8,000.00 E2627 4 3305,0.110 Utility Markers 33 05 2 0 19 -2 ,00 $3,990,00 9999.0006 Remove&Replace Gravel Pvmt 00 00 00 SY 400 $13.00 $5,200.00 9999.0007 Remove&Re lace Conc Pvrnt 000000. SY 35 $137.00 $4,795.00 9999.0008 Remove&Rc lace Tarrant Count As halt Pvint 00 00 00 SY 75 $105.00 $7.875.00 3305:0103 Exploratory Excavation of Existing Utilities $1,850.00, $5,550.00 Bid Summary TOTAL BID $2,322,663.001 CownwAor is to bidcitlier it'm 2a or 2b and cwt both. All bidders shall provide unit ptking fir fhb bid iters list below and failure to provide unit costs for said bid items will cease the bidder to be considered unresponsive and be di' nal ficd. These ittrws are For costsh.whiq m ses and will Not 13e Awarded as parl of this wivracr, i 2c 13331.4225 t8"PVC Sewer Pipe 333120,33:31 21 LF 10239 $85.00 $870,315.00 5b 3339.1001 4-Manhole 33 3910,33 39 20 EA 25 $4,900.00 $122,500.00 7b 13339.1003 4'Ezim De th Manhole 33.39 10,33 39 20 1 VF 1 203 1 $254.001 $51,562.00 t c z C7rYtg 10FT W0a71r {:r�K11V1aeV.YIYI?Ct7rM IIaa1F1Y�16Pt�11kW.lglM AW,W7Gl)IYaLhCI� fGr4:l'rl Rosh9w..r+,yap.e8hi" I waewirdJrewgJ.2alY roJ:+)IMd NtaW M&C Review Page 1 of 2 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FoRIr— TWORTH COUNCIL ACTION: Approved on 4/10/2018 06ROCK CREEK DATE: 4/10/2018 REFERENCE C-28656 LOG NAME: RANCH/TARLETON STATE NO.: UNIVERSITY SANITARY SEWER MA CODE: C TYPE: NON- PUBLIC NO CONSENT HEARING: SUBJECT: Authorize Execution of a Community Facilities Agreement with Walton Development& Management TX, LLC, in the Amount of$2,507,612.84 with City Participation in an Amount Not to Exceed $1,012,476.60 for the Construction and Oversizing of 10,239 Linear Feet of 18-Inch Sewer Main to 36-Inch Sewer Main to Serve Rock Creek Ranch/Tarleton State University located in the City of Fort Worth (COUNCIL DISTRICT 6) RECOMMENDATION: It is recommended that the City Council authorize execution of a Community Facilities Agreement with Walton Development & Management TX, LLC, in the Amount of$2,507,612.84 with City participation in an amount not to exceed $1,012,476.60 for the construction and oversizing of 10,239 linear feet of 18-Inch Sewer Main to 36-inch sewer main on West Cleburne east of Cleburne Crowley Road and past Old Cleburne Crowley Junction to serve Rock Creek Ranch/Tarleton State University in the City of Fort Worth. (City Project No. 101142) DISCUSSION: Walton Development & Management TX, LLC, (Developer) is constructing the Rock Creek Ranch/Tarleton University Sanitary Sewer Mains and Force Main to serve its Rock Creek Ranch development in south west Fort Worth. The development requires an 18-inch sewer main to serve the site. The City of Fort Worth is cost participating in the oversizing of the sewer main to a 36-inch line to serve anticipated future development growth in the surrounding area. The oversized line will serve residents within the City. The City's cost participation in the construction of the sewer main is estimated to be $1,012,476.60 as shown in the table below. Construction Developer City Cost Total Cost Cost* Sewer $1,437,631.001 $885,032.00 $2,322,663.00 Contingency 10 Percent F $0.0011 $88,503.20F $88,503.20 Total Construction 11 $1,437,631.00 $973,535.20 $2,411,166.20 Construction Fees: Inspection Fee (Two Percent) $28,752.62 11 $19,470.70 $48,223.32 Material Testing Fee (Two $28,752.62 $19,470.70 $48,223.32 Percent) Construction Fees Sub-Total $57,505.2411 $38,941.40 $96,446.64 Total Project Cost 1 $1,495,136.24 1 $1,012,476.60 $2,507,612.84 The bulk of the funding identified as Developer Cost will be paid out of proceeds from bonds issued in connection with Public Improvement District (PID) No. 17, Rock Creek Ranch, which was created in http://apps.cfwnet.org/council_packet/mc_review.asp?ID=25726&councildate=4/10/2018 5/18/2018 M&C Review Page 2 of 2 2016 to assist with the funding of infrastructure for the development. In addition to the $12.7 million in PID bonds issued for water and sewer projects in 2017, the City anticipates issuing additional bonds for Brewer Road later this year. Because the property associated with the Tarleton State University campus is not subject to PID assessment, the Developer will be directly paying the cost of benefits attributable to that land, which are estimated at 5.47 percent of the total sanitary sewer costs and 5.32 percent of the water costs. Staff recommends execution of a Community Facilities Agreement with the Developer, with City participation, to construct the project to its ultimate configuration. The costs stated herein are based on public bid cost. The reimbursement of the participation, excluding inspection and material testing fees, is not a lump-sum amount and may be less than stated above depending upon actual quantities from the Notice of Final Completion Package, commonly referred to as the Green Sheet Package. The work is anticipated to begin after the approval of this M&C. This project is located in COUNCIL DISTRICT 6. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budgets, as appropriated, of the Water/Sewer Bond 2017A Fund. The Water/Sewer Bond 2017A CFA Programmable Project P00001 includes an appropriation of$8,929,975.00 for the city participation on developer capital projects. After the funding of this M&C, the amount of$7,917,498.00 of the appropriation will be available to fund future individual projects. TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year (ChartField 2) FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year I (Chartfield 2) Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Randle Harwood (6101) Additional Information Contact: Janie Morales (7810) ATTACHMENTS CFA Exhibits.pdf Cost Participation Exhibit.pdf Cost Share Breakdown.pdf Form 1295.pdf Location Map.pdf http://apps.cfwnet.org/council_packet/mc_review.asp?ID=25726&councildate=4/10/2018 5/18/2018 (2 -a2�2�� 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 I Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2018-323300 Walton Development&Management TX, LLC Dallas,TX United States Date Filed: 2 Name of governmental entity or state agency that is a parry to the contract for which the form is 03/07/2018 being filed. City of Fort Worth Date Acknowledged- 3 cknowle ged: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. CFA#2017-135 Construction of 36"Sanitary Sewer Main for Rock Creek Ranch/Tarleton State University(CPN 101142). Major Work includes 10,120 LF of 36"Sanitary Sewer Main by open cut. 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling r Intermediary Vick,John Dallas,TX United States X Robinson,Matt Dallas,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARAT.InON, My name is U`� 't� szb,1 tl . and my date of birth is My address is ma. C W . �.'� l I�,I con i5iA (street) (city) (state) (zip code) (country) I declare under penalty ofperjurythat the foregoing is true and correct. JA oA Executed in (v _County, State of on the day of "ZcA^ ,20 1?—, . (month) (year) Signature of authorized agent of contracting business entity . (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.5523