Loading...
HomeMy WebLinkAboutContract 46739 Developer and Project Information Cover Sheet: Developer Company Name: Sunbelt-CFX, LLC Address, State,Zip Code: P. O. Box 5566 , Dothan AL 36302 Phone : 954-770-3022 E-Mailmarkr@Ibaproperties.com Authorized Signatory/Title: Hayne Hollis , Managing Member Project Name and Brief Description: Stockyards Hotel—Retaining Wall and Channel Improvements Project Location: Southwest Corner of 26`h St and Main St. Plat Case No.: NA Plat Name: NA Mapsco: 62G Council District: 2 City Project No CFA: 2015-047 DOE:7459 To be completeVys Received by: � Date: /J OFFICIAL RECORD CITY SECRETARY SIT.WORTH,TX 5 COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary �-/ COUNTY OF TARRANT § Contract No. 1 WHEREAS, the undersigned Developer ("Developer") desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Stockyards Hotel Retaining Wall and Channel Improvements ("Project") within the City 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 Improvements and 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 �3b contractors hired by Developer to comply with the Policy in connection with m the work performed by said contractors. B. Developer shall provide financial security in conformance with paragraph 6, m C=` Section II, of the Policy and recognizes that there shall be no reduction in the a 00 collateral until the Project has been completed and the City has -officially Caccepted the Improvements. Developer acknowledges that WFICIAL RECORD 2 CITY SECRETARY FT.WORTH,TX acceptance process requires the Developer's contractor(s) to submit an 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 must also 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 are made a part hereof: Water(A) , Sewer(A-1)_, Paving (B) _, Storm Drain (B-1)X , Street Lights & Signs (C)_ 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. 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 streets and/or to perform water/waste water 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 Improvements, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the Improvements valid 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 3 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 at least 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 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, 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 contemplated herein. I. City shall not be responsible for any costs that may be incurred by Developer in 4 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, 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, his contractors, sub-contractors, officers, agents or employees, 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. M. Developer will further require its contractors to indemnify, defend and hold harmless the City, its officers, agents and employees from and against any and all claims, suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from, or in any way connected with, the construction of the infrastructure contemplated herein, whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. Further, Developer will require its 5 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 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 has started within the two year period, the developer may request that the CFA be extended for one additional year. ii. Nothing contained herein is intended to limit the Developer's 6 obligations under the Policy, this Agreement, its financial guarantee, its agreement with its contractor or other related agreements. iii. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the construction of the Improvements if at the end of two (2) years from the date of this Agreement (and any extension period) the Improvements have not been completed and accepted. iv. The City may utilize the Developer's financial guarantee to cause the completion of the construction of the Improvements or to cause the payment of costs for 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. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) 7 Cost Summary Sheet Project Name: Stockyards Hotel- Retaining Wall and Channel Improvements CFA No.: 2015-047 DOE No.: 7459 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 Water and Sewer Construction Total $ - B. TPW Construction 1.Street 2.Storm Drain $ 481,291.00 3.Street Lights Installed by Developer TPW Construction Cost Total $ 481,291.00 Total Construction Cost(excluding the fees): $ 481,291.00 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%) $ 19,251.64 F. TPW Material Testing(2%) $ 9,625.82 G. Street Light Inspsection Cost $ - H. Street Signs Installation Cost Sub-Total for TPW Construction Fees $ 28,877.46 Total Construction Fees: $ 28,877.46 Financial Guarantee Options Choose one Amount Mark choice Bond=100% $ 481,291.00 Completion Agreement=100%/Holds Plat $ 481,291.00 Cash Escrow Water/Sanitary Sewer=125% $ - Cash Escrow Paving/Storm Drain= 125% $ 601,613.75 Letter of Credit= 125%w/2yr expiration period $ 601,613.75 8 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 saidoper has execu tis Y7� instrument in qu ruplicate, at Fort Worth, Texas this day of 12 CITY OF FORT WORTH-Recommended by: Water Department Transportation & Public Works Department 1 C! u Wendy Chi-Babulal, EMBA, P.E. Douglas . Wiersig, P.E. Development Engineering Manager Director` Approved as to Form & Legality: Approved by City Manager's Office Douglas W. Black Fernando Costa Assistant City Attorney Assistant City Manager M&C No. A„, Date: O kFR� ATTEST: Q °s 0 v � Mary J. ser �o City Secretary °°°X 5 ATTEST: DEVELOPER: Sunbelt-CFX, LLC Si gnAre Signatur : (Print)Name: �)Rxli[ Print Name: Hayne Hollis Title: Managing Member OFFICIAL RECORD CITY SECRETARY 9 FT.WORTH,TX 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 Estimate ❑ Exhibit A-]: Sewer Improvements ❑ Sewer Estimate ❑ Exhibit B: Paving Improvements ❑ Paving Estimate ❑ Exhibit B-l: Storm Drain Improvements ❑ Storm Drain Estimate ❑ Exhibit C: Street Lights and Signs Improvements ❑ Street Lights and Signs Estimate (Remainder of Page Intentionally Left Blank) 10 N.W. 28th STREET ------- I' IZ ' ( I I I I 11 i I i I i i i' I I IN; I I '31 ff Fill ---'�;I ;WI' I--- _- , �---- FT. WORTH IC/iA.--I r -I�---I NrDi_GLYLTtr---1 I--- --- -----i INI I I I I I ---� i ; SUNTIBELT-CrX, LLC.' BLOCK 21, LOT:IR l i I I I I I II I I I I �J I II I I , I .- -- STOCKYARDS BLVD.---- INJ�L r2�ttl __ I If ;ol MARINE I-----o! CREEK i BLOCK 21 ;-----oZj LOT 2R a I--Irt r---I T� I I i I i I -_Li i__L,I__-.i I �UI__I I---- --- `-----------I'-------- --I E. EXCHANGE AVE r------ --------------- -' f— �W ---1W PRGt/ECT LOC 170N 0 500 1000 � ,3I �2EI--- I I I SCALE IN FEET LOCATION MAP COUNCIL DISTRICT #2, MAPSCO 62G CITY OF FT. WORTH, TEXAS D.O.E. NO. 7459 STOCKYARDS HOTEL FILE NO. SD-0413 WATER PROJECT NO. N/A STORM DRAIN - CHANNEL IMPROVEMENTS SEWER PROJECT NO. P275702130257183 T/PW/DRAINAGE PROJECT NO. C205 202760257183 O'Brien Engineering, Inc. CITY PROJECT NO. 02571 ;:::Md7=nFuL. MAY 2015 Tm A 0- Elo"Ip Rm F-3M 5/4,12015 150504-CFA_LOCATION-MAP.DWG N.W. 26th STREET PROP. R (R.O.W. LINE) CON .. RIP-RAP- TOP FACE R (R.O.W. LINE) OF PROP. .3 RETA/N/NG SUNBELT-CFX, L.L.C. 17 WALL mp..) : . I BLOCK 21 LOT 1R PARK/NG LOT PROP. PLANS BY ROCK OTHERS RIP-RAP A :�- :' j 0 60 R SCALE IN FEET w cr PROP. STONE i �n PROP. GABION MAT N ROCK RIP-RAP �---- - ----� z EXHIBITS BUILDING EXIST. STONE TOP FACE , PARTNERSHIP ION MAT OF PROP. BLOCK 21 RETAIN/NG LOT 2R WALL (74)F) R (R.O.W. LINE) PROJECT P LAN [09'Brien OF FT. WORTH, TEXAS D.O.E. NO. 7459 STOCKYARDS HOTEL FILE NO. SD-0413 WATER PROJECT NO. N/A M DRAIN - CHANNEL IMPROVEMENTS SEWER PROJECT NO. P275702130257183 T/PW/DRAINAGE PROJECT NO. C205 202760257183ngineering, Inc. CffY PROJECT N0. 02571 � � ��� MAY 2015 aa.ft*tm E&omrhg flm F-3 M 5/4/2015 150504—CFA—ProjecLPIon.dwg r MARK Contracting Services May 15, 2015 Sunbelt-CFX, LLC 2733 Ross Clark Circle Dothan,AL 36301 Attn: Mr. Hayne Hollis RE: Stockyards Hotel Retaining Wall&Channel Improvements Dear Mr. Hollis: We are pleased to quote complete and in-place the attached scope of work in accordance with the plans prepared by O'Brien Engineering, Inc.and the project manual for the construction of Stockyards' Hotel retaining wall and channel improvement. Sincerely ;6e Mark orth Ark Contracting Services,LLC 420 South Dick Price Road I Kennedale,Texas 76060 1 p:817.478.7400 f: 817.478.7438 1 www.Arkcontractingservices.com OD 42 43 DAP-BJD PROPOSAL Page 1 ar7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit of Bid Unit Price Bid Value No. I Section No. Measure Quantity UNIT I:WATER IMPROVEMENTS None 0.00 TOTAL UNIT I:WATER IMPROVEMIFMI 0.00 CITY OF FORT WORTH STANOARD CONSTRUCTION SPECBrJCATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Stockyards Hatsl Farm Version April 2.2014 02571 004243 DAP-BID PROPOSAL Paea 2 of 9 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Priv Bid Value IT ll:SANITARY SEWER IMPROVEMENTS None 0.00 TOTAL UNIT II:SANITARY SEWER IMPROVEMENTS 0.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVP LOPER AWARDED PROJECTS Stockyards Hotel Form Version April 2.2014 02571 00 42 43 DAP•DID PROPOSAL Psae]or7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Biddels Proposal Bidlist Item Description specification Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity UNIT III:DRAINAGE IMPROVEMENTS 1. Site Clearing and Demolition 31-10-00 LS 1 $42,550.00 $42,550.00 2. Unclassified Excavation 31-23-16 CY 5,500 $11.50 $63,250.00 3. Erosion&Sediment Control 31-25-00 LS 1 $13,200.00 $13,200.00 4. Gabion Mattress 3146-00 CY 20 $944.00 $18,880.00 5. Concrete Rip Rap-2.2A 31-37-00 CY 6 $1,198.00 $7066.00 6. Rock Rip Rap-2.28 31-37-00 CY 227 $114.00 $25,8780O 7. Precast Modular Block Retaining Wall 32-32-16 SF 5,133 $59.00 $302,847 00 6, Utility Trench Exaev,Embedment&Backfill Conc.Collor 33-05-10 CY 1 $2,200.00 $2.200.00 9. Adjusting Manholes 33-05-14 EA 1 $3,300.00 $3,300.00 10. Storm Drain Headwalls&Wingwalls 33-49-40 EA 1 $2,000.00 $2,000.00 TOTAL UNIT III:DRAINA E IMPR50EMENTSI $481,291.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS.DEVELOPER AWARDED PROJECTS Sumiryrrds Hold Form Version April 2.2014 02571 004241 DAP-BID PROPOSAL Paga 4 or7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Specification Unit of Bid No Description Section No. Measure Quantity Unit Prig Bid Value UNIT IV:PAVING IMPROVEMENTS None 0.00 TOTAL UIT IV:PAVING IMPROVEMENTS 0.00 CRY OF FORT WORTH STANDARD CONSTRUCTION SPECWICATtON DOCUMENTS-DEMOPER AWARDED PROJECTS Stockyards Howl Form Version April 2.2014 02571 On 42 43 DAP-DID PROPOSAL Fees S or7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project item Information Bidder's Proposal Bidlist Item Description Specification Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity NI V-STREET LIGHTING IMPROVEMENTS None 0.00 TOTAL UNI V:STREET LIGHTING MPROVEMENT 0.00 CITY OF FORT WORTH Hotel STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROICCTS Stockyards 02571571 2 Form Version April 2,2014 00 42 4) DAP-BID PROPOSAL Pepe 6 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist[tem Description Specification Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS None 0.00 TOTAL UNIT •TRAFFIC SIGNAL IMPROVEMENTS! 0.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVE1O11F3i AWARDED PROTECTS Stoelryerdr Hotel 02571 Forth Venion April 2.2014 W 42 43 DAP-BID PROPOSAL Page I or 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Specification Unit of Bid No Description Section No. hicasure Quantity Unit Price Bid Value Bid Summary UNIT I:WATER IMPROVEMENTS 0.00 UNIT If:SANITARY SEWER IMPROVEMENTS 0.00 UNIT III:DRAINAGE IMPROVEMENTS _ _ $4_8_1.291.00 UNIT IV:PAVING IMPROVEMENTS 0.00 UNIT V:STREET LIGHTING IMPROVEMENTS 0.00 UNIT Vi:TRAFFIC SIGNAL IMPROVEMENTS 0.00 Total Construction Bid $481,291.00 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 120 calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Stockyards Hotel Form Version April Z.2014 02571 1