Loading...
HomeMy WebLinkAboutContract 52536 Date Received: Jul 15,2019 Time Received: 8:23 AM COMMUNITY FACILITIES AGREEMENT WITH CITY PARTICIPATION Developer Company Name: Sun Valley Developers,LLC Address,State,Zip Code: 5301 Sun Valley Dr,Fort Worth,TX 76119 Phone&Email: 817-572-2250,Bowie@empireroofing.com Authorized Signatory,Title: Bowie Holland,Project Manager Project Name: Sun Valley Detention Pond Brief Description: Storm Drain&Detention Pond Construction Project Location: 4900 Kaltenbrun Rd. Plat Case Number: FS-17-027 Plat Name: Sun Valley Industrial Park Mapsco: 93N Council District: 5 City Project Number: 100093 CFA Number: 2017-075 DOE Number: None City of Fort Worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement with City Participation-Sun Valley Detention Pond CITY SECRETARY CFA Official Release Date:01.22.2017 Page 1 of 14 FT. WORTH,TX COMMUNITY FACILITIES AGREEMENT WITH CITY PARTICIPATION THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No.52536 This COMMUNITY FACILITIES AGREEMENT ("Agreement" or "CFA") is made and entered into by and between the City of Fort Worth,Texas,a home-rule municipal corporation situated in Tarrant, Denton, Johnson, Wise and Parker Counties, Texas ("City"), acting by and through its duly authorized Assistant City Manage-,and Sun Valley Developers, LLC, a Texas limited Liability Company ("Developer"), a.c:ing by and through its duly authorized representative. WHEREAS, this Agreement is being entered into between the City and Developer pursuant to a Development Agreement for the Sun Valley Industrial Park Area,City Secretary Contract Number 52513, between the City, Developer, and Sun Valley Industrial Park, LP ("Owner");and WHEREAS, Developer desires to make certain specific public improvement in the form of a regional detention basis as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Sun Valley Detention Pond ("Project")within the territorial limits of the City of Fort Worth, Texas; and WHEREAS, pursuant to a detailed drainage study, iSWIM Study 2016-0616, performed by Dunaway Associates,L.P.,Developer will derive twenty-five percent(25%) of the benefits and City will derive seventy-five percent(75%) of the benefits of the Project;and WHEREAS,the Developer will pay for twenty-five percent(25%)of the total cost of the Project and the City will pay for seventy-five percent (75%) of the cost of the Project in accordance with this Agreement as presented by the Cost Summary Table and Exhibits attached hereto and authorized by the City Council via M&C C-29057 on March 19,2019;and WHEREAS, The City's total cost participation in the Improvements shall be in an amount not to exceed$2,300,000.00 ("Participation"); and WHEREAS, Developer shall pay for any cost that e),_ceed the City's Participation amount; and WHEREAS, Owner will execute a deed with the City to transfer ownership of Lot 24X, Block 1, Sun Valley Industrial Park Addition to the City of Fort Worth (as de Plat FS-17-027),upon completion of construction of the Improvements; and OFFICIAL RECORD City of Fort Worth,Texas CITY SECRETARY Standard Community Facilities Agreement with City Participation-Sun Valley Detention Pond CFA Official Release Date:01.22.2017 FT.WORTH,TX Page 2 of 14 WHEREAS, Developer desires to provide elective maintenance to the regional detention basin pursuant to a Storm Water Detention Pond Maintenance Services Agreement between Developer and City that will be executed upon completion of construction of the Improvements,but prior to acceptance of the Improvements by the City;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 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. City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Sun Valley Detention Pond CFA Official Release Date:01.22.2017 Page 3 of 14 D. The following checked exhibits describe the Improvements and are incorporated herein: Water (A) ❑, Sewer (A-1) ❑, Paving (B) ®, Storm Drain (B-1) ®, Street Lights & Signs (C) ❑. E. The Developer shall award all contracts for the construction of community facilities in accordance with Section II,paragraph 7 of the Policy and the contracts for the construction of the public infrastructure 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 prequalifred, insured, licensed and bonded to do work in public ways and/or prequalifred to perform water/wastewater construction as the case may be. ii. To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent(100%) of the contract price of the infrastructure, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the infrastructure for a period of two (2) years from the date of final acceptance insuring the maintenance and repair of the constructed infrastructure during the term of the maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253,Texas Government Code. iii. To require the contractor(s) it hires to perform the construction work contemplated herein to provide insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer-awarded infrastructure construction contracts. The City and Developer 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. City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Sun Valley Detention Pond CFA Official Release Date:01.22.2017 Page 4 of 14 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. 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 City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Sun Valley Detention Pond CFA Official Release Date:01.22.2017 Page 5 of 14 account of any injuries(including death)or damages sust,lined by any persons or to any property, resulting from or in connection with the constra,ction, design,performance or completion of any work to be performed by said Developer, his contractors, subcontractors, officers, agents or employees, or in cf,nsequence 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 neWizence of the �'ity of Fort Worth, its officers, servants, or employees. Further,Developer will require its contractors to indemnify and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and construct the improvements in a good and workmanlike manner,free from defects, in conformance with the Policy, and in accordance with all plans and specifications. N. Upon completion of all work associated with the construction of the Improvements, Developer will assign to the City a non-exclusive right to enforce the contracts entered into by the Developer with its contractor along with an assignment of all warranties given by the contractor, whether express or implied. Further, Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. O. Inspection and material testing fees are required as set forth in the Cost Summary Table below. 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 City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Sun Valley Detention Pond CFA Official Release Date:01.22.2017 Page 6 of 14 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. 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 as set forth in section V of this Agreement. 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 Agreement, 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 Agreement. R. IMMIGRATION 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(I-9). Upon request by City, Developer shall provide City with copies City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Sun Valley Detention Pond CFA Official Release Date:01.22.2017 Page 7 of 14 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 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. S. Notwithstanding anything to the contrary herein,City's total liability to Developer pursuant to this Agreement shall not exceed$2,300.000.00. If the City's seventy-five percent 75% of the Project costs exceed $2,300,000.00, Developer agrees to pay any amount that exceeds the City's $2,300,000.00 liability in this Agreement. T. Owner agrees to execute a deed with the City to transfer ownership to the City of Lot 24X, Block 1, Sun Valley Industrial Park Addition to the City Worth(as depicted in Plat FS-17- 027), upon completion of construction of the Improvements. Said deed shall not convey ownership of the masonry screening wall already constructed on the lot. Ownership of the wall shall remain with Owner and Owner agrees to execute an encroachment agreement with the City for the wall to remain on the lot. U. Developer desires to provide elective maintenance to the regional detention basin pursuant to a Storm Water Detention Pond Maintenance Services Agreement between Developer and City which Developer agrees to execute upon completion of construction of the Improvements,but prior to acceptance of the Improvements by the City. V. Developer shall be authorized to receive reimbursement from the City for the City's Participation in the cost of the Improvements in accordance with this section as construction of the Improvements progresses. (1) Developer may,no more frequently than monthly,request reimbursement from City for the City's proportionate share of the Improvements in which the City is participating that have been constructed and approved by the City. (2) Each request from Developer for reimbursement must be delivered to City in writing and include the following: (a) a certification from Developer of the Improvements the City is participating in that have been constructed in compliance with the plans,which have been verified by City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Sun Valley Detention Pond CFA Official Release Date:01.22.2017 Page 8 of 14 the City's inspections thereof such verification not to be unreasonably withheld or delayed; (b) delivery to City of conditional lien waivers for the current request for payment and unconditional lien waivers evidencing payment to all contractors, subcontractors and material suppliers for the Improvements that have been constructed as of the prior request for payment; and (c) a request for the City to reimburse Developer for the amount of the Improvements that have been constructed that are the subject of the request in an amount equal to the City's Participation in those Improvements. (3) Upon approval of each request for payment from the Developer, City shall reimburse Developer for the City Participation for the Improvements that have been constructed for which the City is participating. City will not reimburse Developer Improvements that have not been constructed or for materials stored on site. City shall make payment to Developer in accordance with the Prompt Payment Act, chapter 2251 of the Texas Government Code. (4) Following Developer's completion of the Improvements,Developer may request a final reimbursement for any City Participation owed to Developer for Improvements that have been constructed for which the City is participating and has not reimbursed Developer. The request for final reimbursement must be delivered to City in writing, and must include the following: (a) a copy of the City's acceptance letter for all the Improvements; (b) a certification from Developer stating that the Improvements have been completed in compliance with the plans, which shall be verified by City's inspections thereof; and (c) Unconditional lien waivers evidencing payment in full of all costs incurred by contractors, subcontractors, and material suppliers with respect to the Improvements as of the prior request for payment. (5) City will reconcile the CFA to determine the final amount owed to Developer in order to reach the 75% City, 25% Developer cost split required by the Development Agreement and then make the final payment to the Developer accordingly. Developer will then deliver to the City, within thirty days of City's payment to Developer, final lien waivers evidencing that that all contractors, subcontractors,and material suppliers have been paid in full for construction of the Improvements. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Sun Valley Detention Pond CFA Official Release Date:01.22.2017 Page 9 of 14 Cost Summary Sheet Project Name: Sun Valley Detention Pond CFA No.: 2017-075 City Project No.: 100093 Items Developer's Developer's Cost City's Cost Total Cost Optional Items A. Water and Sewer Construction 1. Water Construction $ $ $ 2.Sewer Construction $ $ $ Water and Sewer Construction Total $ $ $ B. TPW Construction 1.Street $ $ 831,259.66 $ 831,259.66 2.Storm Drain $ $ 824,239.30 $ 824,239.30 3.Street Lights Installed by Developer $ $ - $ - 4. Signals $ _ $ - $ TPW Construction Cost Total $ $ 1,655,498.96 $ 1,655,498.96 Fence Upgrade,Trees,Irrigation* $ 49,570.00 Total Construction Cost(excluding the fees): $ 49,570.00 $ $ 1,655,498.96 $ 1,705,068.96 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ $ $ D. Water/Sewer Material Testing Fee(2%) $ _ $ $ Sub-Total for Water Construction Fees $ $ $ - E. TPW Inspection Fee(4%) $ $ 66,219.96 $ 66,219.96 F. TPW Material Testing(2%) $ $ 33,109.98 $ 33,109.98 G. Street Light Inspection Cost $ $ - $ - H. Signals Inspection Cost $ $ $ 1.Civil/Geotechnical Engineering&Survey(20%) $ - $ $ - TPW Construction Fees Subtotal $ - $ 99,329.94 $ 99,329.94 Total Construction Fees $ - $ 99,329.94 $ 99,329.94 TOTAL CONSTRUCTION COST(with fees) $ 49,570.00 $ 1,754,828.90 $ 1,804,398.90 Engineering $ 140,618.91 $ 120,831.09 Land Value $ 484,601.08 TOTAL PROJECT COST $ 49,570.00 625,219.99** 1,875,659.99** $ 2,550,449.98 Financial Guarantee Options,choose one Amount Choice (Mark one) Bond=100% $ City Participation Funds Held by City $ 1,655,498.96 X Cash Escrow Water/Sanitary Sewer=125% $ Cash Escrow Paving/Storm Drain=125% $ Letter of Credit=125%w/2yr expiration period *Fence,Tree and Irrigation Cost are not part of the 75%City/25%Developer cost share **Pursuant to the Development Agreement,City and Developer will reconcile the Project costs after construction of the Project. 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 City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Sun Valley Detention Pond CFA Official Release Date:01.22.2017 Page 10 of 14 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 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-Sun Valley Detention Pond CFA Official Release Date:01.22.2017 Page 11 of 14 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 Sun Valley Developers,LLC unalm A Texas Li'm__ii't//e//d Liability Company Dana Burghdoff(Ju 12,2019 SLt/2/7P,LL/1't!,('-flGiNLLiL Dana Burghdoff Sandra McGlothlin(Ju112,2019) Interim Assistant City Manager Name: Sandra McGlothlin Title: Managing Member Date: Jul 12,2019 Date: J u 112,2019 Recommended by: ATTEST: (Only if required by Developer) Tennifer Eaernack Jennifer Ezernack(Jul 12,2019) Evelyn Roberts Contract Compliance Specialist Signature Approved as to FormA&Legality: Name: Richard A.McCracken(Jul 12,2019) OWNER Richard A. McCracken Sun Valley Industrial Park, L.P. Assistant City Attorney A Texas Limited Partnership M&C No. C-29057(3/19/19) Jul 12,zo19 By: McGLothlin Equities, L.L.C. Date: A limited liability company Form 1295: '' Its general partner a-�FORT6'L Siuu7��McC�fi� ATTEST: Q; O� Sandra McGlothlin(Jul 12,2019) Name: Sandra McGlothlin nary T. Kc sv er Title: Director Mary J.Kayser(Jul 15,20191 U Mary J. Kayser * ' * Date: J u l 12,2019 City Secretary Contract Compliance Manager: ' By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. rU / .Ir Evelyn Robe As(Jul 12�,20,1✓9)'y Janie S. Morales Development Manager OFFICIAL RECORD City of Fort Worth,Texas CITY SECRETARY Standard Community Facilities Agreement with City Participation-Sun Valley Detention Pond CFA Official Release Date:01.22.2017 FT. WORTH,TX Page 12 of 14 Check items associated with the project being undertaken;checked items must be included as Attachments to this Agreement Included Attachment ® Location Map ❑ Exhibit A: Water Improvements ❑ Water Cost Estimate ❑ Exhibit A-1: Sewer Improvements ❑ Sewer Cost Estimate ® 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 (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Sun Valley Detention Pond CFA Official Release Date:01.22.2017 Page 13 of 14 LOCATION MAP a 1 `' DOAM A➢ � OAND S1AAfUMD „ ` OAYO S AND l~ fl ytA f SE ASEA FA9: 911;BEM. W LAS ER _ 2 AM YA'LEY $JN YALLEY I� x x4Kk1Eh81tU � i,t i BLACK 0AXIME11 �MA 7 GREEN C \f T NAYIAtl CRCSiI'FLD \ CONVETtE.a E 4 C?I'Sti-J1 �. �ry Ca AI ROY . W, AIMSt+ALL ^ LANE RAAK 41 Cgyr d a"CALE ow DORSLI CA x , ' PROJECT SITE VICINITY MAP NOT M SCALE SUN VALLEY DETENTION POND IMPROVEMENTS RUNAWAY FILE K-2508 lZ9oie.Avene.9,r.le CC.FclNmdt.�VV CITY PROJECT NO. 100093 1' �IT975,u' M9N 1 rt4 City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Sun Valley Detention Pond CFA Official Release Date:01.22.2017 Page 14 of 14 � I J W W � � N Z � W Qo Q 31VOSS ao d 3 a0WVN3 ONN3l o r _z m 0 OM3a0HS w 30Htl1 N — SWVaBV V 1 Ld w a NIVa �� Y N < o l Q V3AVl /rj ) o �� w a w U.=o OVl�l0V0 7 3y�bi j ° En �° o '' a o L W r �, SONIadS NVWMOB c G Q ¢ W r = NaVd 3NV_l 3133Ha1 W / W o F 30Va0H0 V m / > 0 O J 1 1 1 U Q I ■ U U a M CJ W L r O O O U a oo . . U m I Y ¢ z Y l O Q NZ (n J J Q cr wQY ~ NO2i3WV0 f1 O V a ? LV WW_ JO s` Lu J s y nHl 800 W J w Z J \aOQ P� I Z � o Joky �O��1 W V ' a w a a U U 0P� U > N `1 CT Er S3Nor 31aV 3-lVOSi00s o a W Q J 0 J N33a0 0 H01H l y' o X > � . o QNOSa30N3H — a3NaVd o VON M Zam x d J =SNtlO NIMl V) 'A A V3HM ¢ SOOWO V 1 3 B g 0 a NVW1aVH Y °N v 1 "^ o�LL C Q N O 34 to cm h 6mP'sW!4)(g v=o AaIRA unS1sa RP2 V�D bTZT-9T\S7!q!4X31s6uIMejO\Z00\u6!sa0\TEST\009T00\OOSuaI33nP(ud\:D:HLVd]IIA WV ET:S:IV LTOZ'ST AEW'AepuaW:NO—['Jaf)ulll:AS 031101, .�..�`nnLLI �►,_ .Water m l� 11 , e , ■ , • • Z F- LU �a �3��$ ��'3�'j � i' py�`4•S�ita-+ -�— �+' 1,7/ • ,•••'Jar j�.�—SlSh_.�cnrrlax�sy. .•ew.lrses�>atial:,aa-Jn•.tL� �s..m.,�-+err�'�, .-s dtt'i%�'a _rriirs.iiw�r�saac+.:�u•...�,sa:ct-r_ 11 T. 11. 11 11 1 • -IUm%rjt.. • • _ -_ -_ - -� M„Zl-X3 M"Zl-X fj--- - --- ---S -X3 b r— a — — a-- — i l V Vlal CLo o u co I ¢N �Go N II CL Y� `o I �I x � � o �k (o N o I a o aW I . � �o Q� I �. MIS oY I ( I cr 00 ow Qo Do I v�oo CLo oZo.11; z-o QD_ ?JJ vJ _ 04 � `J I >(3 ` Q0 >> 61s z §o �jv�W� III o III I I \ D z I II -- — cj Lo ,� I .�ti Q I ( m o m3�a m W Of \ -- -- /moo J \I I� O <� I I Z m0 I I m Q O > _ / r I loll— I I I fi zz Q I C) / X I I O O OF OF O N I `^ `^ cn I I ct; N co V) V) o o z 8 =Q I I 100 om N r11N Ii NNW z 0 0 J uj O oci I W J II Z IW i! ``'te a I li _ w �/• I III IINe W i I III/ II I I II ® I o tit 6Mp's7!q!4x3 tldJ Aa!!eA unS\sp.q!4xa tldJ bTZT-3T\sl!q!yx3\s6u!MejQ\ZOO\uo!sa0\T£9T\OQ9T00\OQSuo.pnPad\:J:H1tld3lli Wd ST:£:IV STOZ'ZZ pieW'Aepsmyl:NO sauAe[MaiPW:A9(iauOld 00 42 43 DM-RID PROPOSAL No 1 of 2 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM ADDENDUM N3 UNIT PRICE PROPOSAL Bidder's Application Project Item Information Bidders Proposal Bidlist Item Specification Unit of Proposal No. Description Section No. Measure Quantity Unit Price Proposal Value UNIT III:DRAINA E IMP OVEMENTS 1 0241.3017 Remove 30"Storm Line 0241 14 LF 36 $30.00 $1,080.00 2 3305.0109 Trench Safety 33 05 10 LF 973 $1.00 $973.00 3 3305.0116 Concrete Encasement for Utility Pipes 33 05 10 CY 8 $300.00 $2,400.00 4 3341.0205 24"RCP,Class III 3341 10 LF 681 $135.00 $91,935.00 5 3341.0302 30"RCP,Class III 3341 10 LF 9 $159.00 $1,431.00 6 3341.0309 36"RCP,Class III 334110 LF 134 $290.00 $38,860.00 7 3341.0402 42"RCP,Class III 33 41 10 LF 96 $248.00 $23,808.00 8 3341.0409 48"RCP,Class III 3341 10 LF 53 $360.00 $19,080.00 9 3349.0001 4'Storm Junction Box 33 49 10 EA 1 $6,100.00 $6,100.00 10 3349.0002 5'Storm Junction Box 33 49 10 EA 2 $5,200.00 $10,400.00 11 3349.2003 24"Parallel Headwall,1 pipe 33 49 40 EA 2 $4,950.00 $9,900.00 12 3349.2011 48"Parallel Headwall,1 pipe 334940 EA 1 $15,100.00 $15,100.00 13 3349.7001 4'Drop Inlet 33 49 20 EA 1 $5,300 00 $5,300.00 14 3349.7003 6'Drop Inlet 33 49 20 EA 3 $8,450.00 $25,350.00 15 3349.9003 4'Grate Inlet 33 49 20 EA 1 $6,650.00 $6,650.00 16 9999.0001 Cone.Retaining Wall 99 99 01 SF 10224 $53.00 $541,872.00 17 9999.0002 Flexamat Slope Armoring Mat 99 99 02 SF 2963 $8.10 $24 000.30 T TAL gUIT III:DRAINAGE IMPROVEMENTS $824,239.30 UNIT IV:PAVING IMPROVEMENTS 1 0170.0100 Mobilization 01 7000 LS 1 $68,000.00 $68,000.00 2 0241.0900 Remove Misc Cone Structure 0241 13 LS 1 $1,250.00 $1,250.00 3 0241.1000 Remove Cone Pvmt 0241 15 $Y 3094 $6.00 $18,564.00 4 0241.1100 Remove Asphalt Pvmt 0241 15 SY 102 $18.00 $1,836.00 5 0241.1300 Remove Cone Curb&Gutter 0241 15 LF 1452 $2.00 $2,904.00 6 3110.0101 Site Clearing 31 1000 LS 1 $2,500.00 $2,500.00 7 3123.0101 Unclassified Excavation by Plan 31 23 16 CY 45239 $9.12 $412,579.68 8 3125.0101 SWPPP Z 1 acre 31 2500 LS 1 $4,700.00 $4,700.00 9 3137.0101 Concrete Riprap 31 37 00 SY 1587 $77.00 $122,199.00 10 3137.0103 Large Stone Riprap,grouted 31 37 00 SY 391 $59.00 $23,069.00 11 3201.0203 Asphalt Pvmt Repair Beyond Defined Width, 34 01 17 SY 102 $100.00 $10,200.00 12 3213.0103 8"Cone Pvmt 32 13 13 $Y 225 $113.00 $25,425.00 13 3211.0400 Hydrated Lime 32 11 29 TN 5 $175.00 $875.00 14 3211.0502 8"Lime Treatment 3211 29 SY 237 $35.00 $8,295.00 15 3216.0101 6"Cone Curb and Gutter 321613 LF 541 $12.00 $6,492.00 16 3231.0123 6'Chain Link,Aluminum 3231 13 LF 427 $25.00 $10,675.00 17 3292.0100 Block Sod Placement 32 92 13 SY 13397 $7.34 $98,333.98 18 3471.0001 Traffic Control 3471 13 MO 2 $1,000.00 $2,000.00 19 9999.0003 12"Cone Curb and Gutter 99 99 03 LF 494 $23.00 $11,362.00 T L UNIT IV:PAVINQ IbIPROVEMENTS $831,259.66 Base Bid Proposal Summary UNIT III:DRAINAGE IMPROVEMENTS $824,239,30 UNIT IV-PAVING IMPROVEMENTS $831,259.66 Total Base Constmetion Proposal $1,655,498.96 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Pam Version Sepoenlw 1,2015 2019 Sun Valley Pay items 00 42 43 DAP-BID PROPOSAL Page 2 of 2 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM ADDENDUM N3 UNIT PRICE PROPOSAL Bidder's Application Project Item Information Bidders Proposal Bidlist Item Specification Unit of Proposal No. 7Description Section No I Measure I Quantity Unit Price Proposal Value ADDENDUM N3 ADDITIVE ALTERNATIVE BID#1 1 9999.0004 6'Wrought Iron Fence 99 99 04 LF 1 427 $65.00 $27,755.00 2 3231.0123 6'Chain Link Aluminum 13231 13 LF 427 $25.00 - 10 675.00 ADDITIVE ALTERNATIVE BID#2 1 13293.0102 Plant 2"Tree 1329343 1 EA 1 18 $555.001 $9,990.00 ADDITIVE BID ITEM#1 Underground City Water Irrigation system,Design-Build per State regulations,including 1"water meter,backflow 1 preventer,piping,heads,controller and installation as EA 1 stated on the project plans $22,500.00 $22,500.00 Total Construction Proposal(including Additive Alternatives) $1,705,068.96 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 240 calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. CITY OF FORT WORTFI ST ANDARD CONSTRUCTION SPECIFICATION DOCUhtISN'TS-DEVELOPER AWARDED PROJECTS Forth Version September 1.2015 2019 Sun Valley Pay items M&C Review Pagel of 3 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FoRIr— TWORTH COUNCIL ACTION: Approved on 3/19/2019 06SUN VALLEY DATE: 3/19/2019 REFERENCE NO.: **C-29057 LOG NAME: REGIONAL DTN. DEV. AGT. CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of Development Agreement and Community Facilities Agreement with Sun Valley Industrial Park, L.P., Sun Valley Properties, L.P., South Loop 820, L.P., Mosson L.P., 5301 Sun Valley Drive, L.P., SM Equities, LLC, and Sun Valley Developers, LLC, with an Estimated Project Amount of$2,978,864.81, with City Participation in an Amount Not to Exceed $2,300,000.00 for the Construction and Oversizing of a Public Regional Stormwater Detention Facility (COUNCIL DISTRICT 5) RECOMMENDATION: It is recommended that the City Council authorize execution of a Development Agreement and Community Facilities Agreement with Sun Valley Industrial Park, L.P., Sun Valley Properties, L.P., South Loop 820, L.P., Mosson L.P., 5301 Sun Valley Drive, L.P., SM Equities, LLC., and Sun Valley Developers, LLC, in the estimated amount of$2,978,864.81 with City Participation in an amount not to exceed $2,300,000.00 for the construction and oversizing of a public regional stormwater detention facility to serve the Sun Valley Industrial Park and anticipated future development in the surrounding area. DISCUSSION: Sun Valley Industrial Park, L.P., Sun Valley Properties, L.P., South Loop 820, L.P., Mosson L.P., 5301 Sun Valley Drive, L.P., and SM Equities, LLC, and Sun Valley Developers, LLC (Developers), intend to develop their properties located in the Sun Valley Industrial Park area of the City of Fort Worth as depicted on the map attached to this Mayor and Council Communication (M&C). Detailed Stormwater detention modeling was performed by Dunaway Associates, L.P., to design a regional detention basin that will provide mitigation of flooding conditions for Developers' properties and other properties located in the Southern Sub-Region of Sun Valley Industrial Park. The detailed drainage study determined that Developer's proportional share of the cost of the regional stormwater detention facility is 25 percent and the City's share of the cost is 75 percent. The regional stormwater detention facility will be constructed by Developers pursuant to a Community Facilities Agreement and will be publicly bid. The regional detention facility will be a public facility owned by the City of Fort Worth. As part of the agreement, the Developers will donate 3.361 acres of land to the City. A formal appraisal has determined that the value of the 3.361 acres is $3.31 per square foot, for a total land value of$484,601.08. The Developers are also contributing engineering design costs for the project. The Developers will receive credit towards their 25 percent of the cost of the regional stormwater detention facility for the value of the donated land and the engineering cost. Developers are also constructing a private linear detention pond to serve Developers' properties located in the Northern Sub-Region of Sun Valley Industrial Park. The City will not participate in the cost of the linear detention pond. Both the linear detention pond and the regional detention facility will provide stormwater mitigation benefits for Developers' properties when they are developed in the future. The City and Developers desire to execute a Development Agreement to establish the duties and http://apps.cfwnet.org/council_packet/mc_review.asp?ID=26779&councildate=3/19/2019 7/15/2019 M&C Review Page 2 of 3 responsibilities of the parties and the benefits conferred by the regional detention facility and the private linear detention pond. The major terms of the Development Agreement with regard to the regional stormwater detention facility are: (1) The City's share of the cost is 75 percent and the Developers' share is 25 percent. However, the City's participation shall not exceed $2,300,000.00 and Developers will be responsible for any cost that exceeds that amount. (2) The regional stormwater detention facility will be owned by the City and the lot where the facility is located will be transferred to the City after construction of the facility pursuant to a separate M&C. (3) The City will be responsible for maintaining the regional stormwater detention facility. Developers, or a property owners association created by Developers, will adopt the regional detention facility in order to provide enhanced landscaping and maintenance for the facility. Through the adoption agreement, Developers will maintain the pre-cast screening wall on the lot, the decorative fencing surrounding the facility and may plant and maintain trees, shrubs, and other plantings. (4) The mitigation benefits provided by the regional stormwater detention facility to Developers' properties will run with land and be transferable by Developers to future purchasers of Developers' properties. The estimated cost of the regional stormwater detention facility is depicted below. The reimbursement of the City participation, excluding inspection and material testing fees, is not a lump-sum amount and may differ depending upon the bids received and the actual quantities from the Notice of Final Completion Package, commonly referred to as the Green Sheet Package. Developer City Cost TPW Construction Cost 25% 75% Total Cost 1. Street $0.00 $903,366.40 $903,366.40 2. Storm Drain $0.00 $872,081.00 $872,081.00 3. Street Lights Installed by Developer 1 $0.001 $0.00 $0.00 -Contingency 20% $0.00 $355,089.48 $355,089.48 Total Construction Cost -(excluding the fees): $0.00 $2,130,536.88 $2,130,536.88 A. TPW Inspection Fee (4%) $0.00 $71,017.90 $71,017.90 B. TPW Material Testing (2%) $0.00 $35,508.95 $35,508.95 C. Street Light Inspection Cost (4%) $0.00 $0.00 $0.00 Total Construction Fees $0.001 $106,526.85 $106,526.85 Other Cost Developer City Engineering Fee $257,200.00 $0.00 $257,200.00 Land Cost $484,601.08 $0.00 $484,601.08 Total Other Cost $741,801.08 $0.00 $741,801.08 TOTAL PROJECT COST TPW $741,801.08 $2,237,063.73 $2,978,864.81 TOTAL PROJECT COST $741,801.08 $2,237,063.73 $2,978,864.81 Percentage 25% 75% 100.00% The major terms of the Development Agreement with regard to the private linear detention pond are: (1) The City will not participate in the cost of the linear detention pond. (2) The Developers owning the lots where the pond is located will execute a Stormwater Facility Maintenance Agreement whereby they will be responsible for maintaining the linear detention pond. The Developers may contract with a property owners association created by the Developers to provide the maintenance. (3) The mitigation benefits provided by the linear detention pond to Developers' properties will run with land and be transferable by Developers to future purchasers of Developers' properties. http://apps.cfwnet.org/council_packet/mc_review.asp?ID=26779&councildate=3/19/2019 7/15/2019 M&C Review Page 3 of 3 The anticipated operating impacts for proposed City maintenance responsibilities for the public regional stormwater detention facility are expected to be less than $5,000.00 annually. This development is located COUNCIL DISTRICT 5. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendation, funds are available in the current capital budget, as appropriated, of the Stormwater Capital Projects Fund and the Stormwater Capital Projects - Bonds Fund. 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 (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 1295 Forms_Redacted.pdf CONCEPTUAL IMPROVEMENTS EXHIBIT.pdf Sun Valley Service Area A Exhibit A.pdf SUN VALLEY VICINITY MARK http://apps.cfwnet.org/council_packet/mc_review.asp?ID=26779&councildate=3/19/2019 7/15/2019