Loading...
HomeMy WebLinkAboutContract 52868 Received Date: 10/03/19 Received Time: 3:53 PM Developer and Project Information Cover Sheet: Developer Company Name: Jabez CTR 2.3,LLC. Address, State,Zip Code: 1038 Texan Trl. II Grapevine,Texas 1176051 Phone&Email: 817-849-5100 11 nelson.mitchell@historymaker.com Authorized Signatory, Title: B.Nelson Mitchell,Jr. ,CEO Project Name: Off-Site sewer improvements to serve Chisholm Trail Ranch Section 2 Phase 3 Brief Description: Sewer Project Location: NEC of McPherson Blvd and Risinger Rd. Plat Case Number; None Provided Plat Name: Chisholm Trail Ranch Mapsco: Council District: CFA Number: CFA19-0057 City Project Number: 102075 OFFICIAL RECORD CITY SECRETARY FT. WORTH,TX City of Fort Worth,Texas Standard Community Facilities Agreement-Off-Site sewer improvements to serve Chisholm Trail Ranch Section 2 Phase 3 CFA Official Release Date:02.20.2017 Page 1 of 12 STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 52 868 WHEREAS, Jabez CTR 2.3, 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 Off-Site sewer improvements to serve Chisholm Trail Ranch Section 2 Phase 3 ("Project") within the City or the extraterritorial jurisdiction of Fort Worth, Texas ("City"); and WHEREAS, the City has no obligation to participate in the cost of the Improvements or Project; and WHEREAS, any future City participation in this CFA is subject to the availability of City funds and approval by the Fort Worth City Council and shall be memorialized as an amendment to this Agreement; and WHEREAS, the Developer and the City desire to enter into this Community Facilities Agreement ("CFA" or "Agreement") in connection with the collective Improvements for the Proj ect. 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 11, of the Policy and recognizes that there shall be no reduction in the collateral until the Project City of Fort Worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement-Off-Site sewer improvements to serve Chisholm Trail Ranc to ►SECRETARY Phase 3 CFA Official Release Date: 02.20.2017 FT.WORTH,TX Page 2 of 12 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 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 this contract. C. Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City-approved construction plans, specifications and cost estimates provided for the Project and the exhibits attached hereto. D. The following checked exhibits describe the Improvements and are incorporated herein: Water(A) U. Sewer(A-1)-0, Paving(B) L 1. Storm Drain(B-1) L l- Street Lights & Signs (C) F - E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section II,paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section II, of the Policy. Developer shall ensure its contractor(s)pays the then-current City-established wage rates. F. For all Improvements included in this Agreement for which the Developer awards construction contract(s), Developer agrees to the following: i. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to meet City's requirements for being prequalified,insured, licensed and bonded to do work in public ways and/or prequalified to perform water/wastewater construction as the case may be. ii. To require its contractor to furnish to the City a payment and 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 City of Fort Worth,Texas Standard Community Facilities Agreement-Off-Site sewer improvements to serve Chisholm Trail Ranch Section 2 Phase 3 CFA Official Release Date: 02.20.2017 Page 3 of 12 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 th.e construction work contemplated herein to provide insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer-awarded infrastructure construction contracts. The City shall be named as additional insured on all insurance required by said documents and same will be evidenced on the Certificate of Insurance (ACORD or other state-approved form) supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours advance notice of intent to commence construction to the City's Construction Services Division so that City inspection personnel will be available; to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces,to not install or relocate any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. V. To require its contractor to have fully executed contract documents submitted to the City in order to schedule a Pre-Construction Meeting. The submittal should occur no less than 10 working days prior to the desired date of the meeting. No construction will 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. City of Fort Worth,Texas Standard Community Facilities Agreement-Off-Site sewer improvements to serve Chisholm Trail Ranch Section 2 Phase 3 CFA Official Release Date:02.20.2017 Page 4 of 12 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. J. Developer hereby releases and agrees to indemnify, defend and hold the City harmless for any inadequacies in the preliminary plans, specifications and cost estimates supplied by the Developer for this Agreement. K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer and required for the construction of the current and future improvements provided for by this Agreement. L. The Developer further covenants and agrees to, and by these presents does hereby, fully indemnify, hold harmless and defend the City, its officers, agents and employees from all suits, actions or claims of any character,whether real or asserted, brought for or on account of any injuries or damages sustained by any persons (including death) or to any property, resulting from or in connection with the construction, design, performance or completion of any work to be performed by said Developer, its contractors, subcontractors, officers, agents or employees, or in consequence of any failure to properly safeguard the work, or on account of any act, intentional or otherwise, neglect or misconduct of said Developer, its contractors, sub-contractors, officers, agents or employees, whether or not such injuries, death or dama'-es are caused, in whole or in part, by the alleged negli,-ence of the City of Fort Worth, its officers, servants, or employees. M. Developer will further require its contractors to indemnify, defend and hold harmless the City, its officers, agents and employees from and against any and all claims, suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from, or in any way connected with,the construction of the infrastructure contemplated herein, whether or not such injuries, death or dama,-es are caused, in whole or in part, by the allezed ne,-likence 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 City of Fort Worth,Texas Standard Community Facilities Agreement-Off-Site sewer improvements to serve Chisholm Trail Ranch Section 2 Phase 3 CFA Official Release Date: 02.20.2017 Page 5 of 12 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° 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. P. COMPLETION WITHIN 2 YEARS i. Developer shall complete the Improvements within two (2) years, provided, however, if construction of the Improvements ias started within the two year period,the developer may request that the CFA be extended for one additional year. ii. Nothing contained herein is intended to linn it the Developer's obligations under the Policy, this Agreement, its financial guarantee, its agreement with its contractor or other related agreements. iii. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the construction of the Improvements if at City of Fort Worth,Texas Standard Community Facilities Agreement-Off-Site sewer improvements to serve Chisholm Trail Ranch Section 2 Phase 3 CFA Official Release Date: 02.20.2017 Page 6 of 12 the end of two(2)years from the date of this Agreement(and any extension period) the Improvements have not been completed and accepted. iv. The City may utilize the Developer's financial guarantee to cause the completion of the construction of the Improvements or to cause the payment of costs for construction of same before the expiration of two (2) years if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction, the contractors and/or suppliers may put a 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. IMMIGRATION AND NATIONALITY ACT R. 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 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 City of Fort Worth,Texas Standard Community Facilities Agreement-Off-Site sewer improvements to serve Chisholm Trail Ranch Section 2 Phase 3 CFA Official Release Date: 02.20.2017 Page 7 of 12 LICENSEES. City, upon written notice to Developer, shall have the right to immediately terminate this Agreement for violations of this provision by Developer. City of Fort Worth,Texas Standard Community Facilities Agreement-Off-Site sewer improvements to serve Chisholm Trail Ranch Section 2 Phase 3 CFA Official Release Date: 02.20.2017 Page 8 of 12 Cost Summary Sheet Project Name: Off-Site sewer improvements to serve Chisholm Trail Ranch Section 2 Phase 3 CFA No.: CFA19-0057 City Project No.: 102075 An Engineer's Estimate of Probable Cost is acceptable. However, the construction contract price will ultimately determine the amount of CFA fees and financial guarantee. The bid price and any additional CFA payments will be required prior to scheduling a pre-construction meeting. An itemized estimate corresponding to each project-specific exhibit is required to support the following information. Items Developer's Cost A. Water and Sewer Construction 1. Water Construction 2.Sewer Construction $ 125,787.16 Water and Sewer Construction Total $ 125,787.16 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): $ 125,787.16 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 2,515.74 D. Water/Sewer Material Testing Fee(2%) $ 2,515.74 Sub-Total for Water Construction Fees $ 5,031.48 E. TPW Inspection Fee(4%) $ - F. TPW Material Testing(2%) $ G. Street Light Inspsection Cost $ H. Signals Inspection Cost $H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ - Total Construction Fees: $ 5,031.48 Choice Financial Guarantee Options,choose one Amount Mark one' Bond=100% $ 125,787.16 x Completion Agreement=100%/Holds Plat $ 125,787.16 Cash Escrow Water/Sanitary Sewer-125% $ 157,233.95 Cash Escrow Paving/Storm Drain=125% $ - Letter of Credit=125%w/2 r ex iration period $ 157,233.95 City of Fort Worth,Texas Standard Community Facilities Agreement-Off-Site sewer improvements to serve Chisholm Trail Ranch Section 2 Phase 3 CFA Official Release Date: 02.20.2017 Page 9 of 12 ACCORDINGLY, the City of Fort Worth and Developer have each caused this instrument to be executed in quadruplicate in each entity's respective name by its duly authorized signatories effective as of the date executed by the City's City Manager or his/her designee. CITY OF FORT WORTH DEVELOPER T_1__-l— % 1 T T n .I aDez 1.11_I.�.J,LLI.. Jesus J.Chapa(Jul 18,2019) Jesus J. Chapa Assistant City Manager g• uW4yyy Date: Jul is,zoie B.Nelson Mitchell,Jr.(Jul 2,2019) Name: B.}4 elson Mitchell, Jr. Recommended by: Title: CEO <,1f JA Date: J u 12, 2019 Evelyn Robe s(Jul 8,2019) Evelyn Roberts/Jennifer Ezernack Project Assistant Planning and Development Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and Approved as 'to Form &Legality: administration of this contract, including ensuring all performance and reporting "1-2 requirements. p.M,Cnvcken(Jul 9,2019, Richard A. McCracken Tame Scar/eft Morales Janie Scarlett Morales hlul 8,20191 Assistant City N torney M&C No. Name: Janie Morales Date: Title: Development Manager Form 1295: N/A FO A. ATTEST: * :2 M—a�pr�9 f 2019)Mary J.Kayser(Jul2s I # Mary J. Kayser/Ronald Gonzales AS City Secretary/Assistant City Secretary OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth,Texas Standard Community Facilities Agreement-Off-Site sewer improvements to serve Chisholm Trail Ranch Section 2 Phase 3 CFA Official Release Date:02.20.2017 Page 10 of 12 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 ® Location Map El Exhibit A:Water Improvements ® Exhibit A-1: Sewer Improvements Water and Sewer Cost Estimates fl Exhibit B: Paving Improvements ❑ Paving Cost Estimate ❑ Exhibit 13-1: Storm Drain Improvements ❑ Storm Drain Cost Estimate 1_1 Exhibit C: Street Lights and Signs Improvements CI Street Lights and Signs Cost Estimate (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement-Off-Site sewer improvements to serve Chisholm Trail Ranch Section 2 Phase 3 CFA Official Release Date: 02.20.2017 Page 11 of 12 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 102075 None. City of Fort Worth,Texas Standard Community Facilities Agreement-Off-Site sewer improvements to serve Chisholm Trail Ranch Section 2 Phase 3 CFA Official Release Date:02.20.2017 Page 12 of 12 0D 42 43 DAP-BID PROPOSAL Page I of[ SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Chisholm Trail Ranch See 2 Ph 3 Olfsite Sewer City Project 102075 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Section No. Unit of Bid Unit Price Bid Value No. Measure Quantity UNIT I:SANITARY WgRIMPflQVgMCNTS 1 3331.4115 8'SDR-26 PVC Sewer Pipe 33 11 10,33 31 12, LF 1,675 $35.31 $59.144.25 3331 20 2 3331.3101 SDR-26 4"Sewer Services 33 31 50 EA 30 $765.71 $22,971.30 3 3339.1003 4'Std.Dia.Manhole 33 39 10,33 29 20 EA 6 $3,557.54 $21,345.24 4 3339.1003 Extra De th for 4'Dia.Manhole 33 39 10,33 39 20 LF 20 $204.14 $4,082.80 5 3331.4116 8"PVC Sanitary Sewer Pipe w/CSS Backfiil 33 11 10,33 31 12, LF 147 $73.07 $10,741.29 33 31 20 6 3305.0109 Trench Safety 33 05 10 LF 1,822 $1.01 $1,840.22 7 3301.0002 Post-CCTV Inspection 33 01 31 LF 1,822 $1.41 $2,569.02 8 9999.0001 Connect to Existing 8"Sewer 00 00 00 EA 1 $761.20 $761.20 9 9999.0002 Core into Existing Manhole 00 00 00 EA 1 $1,204.84 $1,204.84 10 3301.0101 Vacuum Test Manholes 33 01 30 EA 6 $102.00 $612.00 11 3292.0200 Seeding,Broadcast 32 92 13 AC 1.03 $500.00 $515.00 TOTAL UNIT I:WATER IMPROVEMET11 $125,T8T.16 Bid Summary UNIT I:SANITARY SEWER IMPR MENTS $125,787.16 Total Construction Bid $125,787.15 This bid is submitted by the entity listed below:Company; L.H.Lacy Company,Ltd. By. Print Name Bo6b►�w 'Gv--Jor, Street Address: 1880 Crown Dr.,Ste.1200 City,State,Zip Code: Dallas,TX 75234 Phone: 2143S7.0146 iP '�--- Tltls: Pros: 0. Date: 5 N0111 Contactor agrees to complete WORK for FINAL ACCEPTANCE within 15 working days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CRY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS•DEVELOPER AWARDED PROJECTS Fina Var=n SeplmEe 1,2013 00 42 43 Bid Proposal-Sec2 Phi Ofs,te Sews-Lary Coosauchoo m C"' 0 wORrN CV BENBROOK 40 CV LAKE FORT RT COLUMBUS 0 T iuo V FRANCIS VILLAGE r } U K 7 m N a = PROJECT PH RSO BLVD ROCKY LOCATION RCretock "o FORT Rock 3 V Pork o o RTH uj a _ i po m FORT N U w Q ~ U 11 J U I O � a F- Q N V F T WORT CITY S ART-FELT n 3 � v �P CV c V �Q ock WEST C E-CROWLEY V N O (n P= OQ U N / CROW Y-PLOVER I87 Iy7 W E a) U) o S s W CV c V VICIN17 Y MAP N Mrs Cn CPN 102075 MAPSCO#103W u 0 CC:MSIF-IIOILM TRAIL ERANCIHI / SIECC THON 2 PHASIE 3 L V OIFFS= SEWER LOCATED EN O=OF FORT WORTH,TR KM E 0 U) PREPARED FOR: PREPARED BY: u PSOS OOODWINI M�HAL L _N H I STO RYMAKE R CML ENGINEERS—PLANNERS—SURVEYORS Q HOMES 2405 MLwbm g DrNe,Grspovkv,Taxes 78051 0 Metro(817)329-4373 1030 Ter Tray,GrnprArmk TOM 7W51 / (877)9,9.510) Y9 2019 W N CHISHOLM TRAIL RANCH W*E S o SECTH®N 2 PHASE SCALE: V = 300' OFFS]lTE SEWER I� E)=T°A—fl° O T O O CL v\ `. Il) N 0 L n CV T c / \ U) I 1 7 a� 0 L -- n i c c O U N Cy U) I JO 76 S / •cT C / L U C o LEGEND L s �nxEDgoR S� PROPOSED SANITARY U SEWER LINE PP"nxEDBY: EXISTING SANITARY cV GyO DVMI S SEWER LINE ��, 9 HISTORYMAKER NOTE I 0 CMLENaINEERS-PLANNERS-SURVEYORS HOMES ALL PROPOSED SANITARY SEWER / 24MMUMRMD&G,Grepevim,T®ms-1 ion Tom Tn+.empmhm%Tem M51 Metro(SM 33"M W-4 84 810D LINES SHOWN ARE S" IN DIAMETER lJJ