Loading...
HomeMy WebLinkAboutContract 47154 i i OTY SE COWMCT NO. 7 IL 41 CITY OF FORT WORTH INFRASTRUCTURE CONSTRUCTION AGREEMENT WHEREAS, D.R. Horton Texas Ltd., an entity authorized to conduct business in Texas, ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), each desire to enter into this Infrastructure Construction Agreement ("Agreement") to make certain improvements to Basswood Boulevard from Cloudcroft Lane to Horseman Road and Robert Downing Road from Basswood Boulevard to Lou Menk Drive including related water, sewer, bridge and drainage improvements (the "Project") as further described by Exhibits A-F attached hereto; and WHEREAS, Developer, on a reimbursement basis for no fee, is willing to provide advance funding and oversight of these needed improvements on an earlier schedule than they might otherwise have been implemented; and WHEREAS, City has approved and authorized funding for the Project through M&C C-27425 (August 18, 2015); and WHEREAS, Developer has retained the services of Peloton Land Solutions, LLLP. ("Engineer") to provide the design of the Project; and WHEREAS, The Project was publicly advertised on August 13, 2015 and August 20, 2015 and low bid bids for construction of the Project were received and publicly opened on September 10, 2015. The company offering the low bid in the amount of $6,625,127.45 (the "Construction Cost") for the Project was JLB Contracting LLC ("Contractor"), who, being accepted by City to construct the Project, will be retained by Developer to do so; and WHEREAS, City has approved and authorized the design, construction, contingencies, staff costs, and other costs such as permitting fees, right of way acquisition, inspection and material testing necessary to support the Project in the aggregate amount of$7,260,710.99 ("Pledged Funds"); NOW, THEREFORE, For and in consideration of the recitals, covenants and conditions contained herein, the City and the Developer do hereby agree as follows: I. General Requirements A. The Policy for the Installation of Community Facilities, dated March 2001, approved by the City Council of the City of Fort Worth and subsequently amended from time to time by a Mayor and Council Communication adopted by the City Council of the City of Fort Worth, and limited to only the specific sections of the Policy that are listed in this paragraph ("Policy"), is hereby incorporated into this Agreement as if copied herein verbatim. The Policy Sections incorporated herein are: Section I "Definitions" (all definitions); Section II "Procedures for Obtaining a Contract for the Installation of Infrastructure Construction Agreement CFW- DR Horton Texas, LTD. (Basswood Blvd)Page 1 of 16 o f� � Community Facilities" (Paragraph 2, Paragraph 3, Paragraph 6, excluding subpart B.1.c., Paragraph 7.C, Paragraph 7.D.1-4, Paragraph 8.A, Paragraph 8.B., Paragraph 8.C.1-2, Paragraph 8.C.6-7, Paragraph 8.D. and Paragraph 8.E.); and, as applicable, Section III "Water and Wastewater Installation Policy" through Section X "Policy for Street Name Sign Installations", inclusive. This Agreement shall be deemed to be a "Community Facilities Agreement" as referenced in that Policy. Developer agrees to comply with all provisions of those incorporated sections of the Policy in the performance of its duties and obligations hereunder and to cause all contractors hired by Developer to comply with the incorporated sections of the Policy in connection with the work performed by said contractors, except as otherwise limited by or provided in this agreement. B. The City will reimburse Developer as set forth herein for the costs of constructing the Project up to the amount of Construction Cost in the amount up to $6,928,910.99 as approved by the City, subject to adjustment by Change Order as set forth in Paragraph C below, and subject to 5% retainage. The agreement between Developer and Contractor shall incorporate City's current standard construction contract documents. Developer shall submit to the City, on City payment request forms, monthly requests for payment, certified by the Engineer, stating the quantity of work that has been completed on the Project, the amount expended for that work, and the estimated costs of the Project that remain uncompleted as of the date of the request. The form of Engineer's certificate must be substantially similar to that contained in the AIA G702 — 1992, or as otherwise approved by the City. The City, upon receipt of the certificate and after confirmation by City staff of the quantity of work completed shall make progress payments of the Pledged Funds within thirty calendar days after receipt by the City of the Developer's request for payment. C. It is understood that the Project may be modified as necessary through the course of construction by written Field Orders or Change Orders prepared by the Engineer on a form that is acceptable to the City. The Construction Cost contains an allowance from which Field Orders (or Change Orders) may be paid. Adjustments to the Construction Cost due to a Change Order will be based on the unit prices in the Contractor's bid when those unit Infrastructure Construction Agreement CFW- DR Horton Texas, LTD. (Basswood Blvd)Page 2 of 16 prices are applicable to the change. The Construction Cost may be modified only by a written Change Order changing the scope of the project that has been approved by the City. The issuance of one or more Change Orders may not increase the original Construction Cost by more than 25%. D. The "Roadway Component" of the Project will generally consist of the roadway infrastructure improvements in Basswood Boulevard from Cloudcroft Lane to Horseman Road and Robert Downing Road from Basswood Boulevard to Lou Menk Drive as further described by Exhibit A, attached hereto. E. Developer will submit, upon completion of the Project, an Affidavit of Bills paid signed by its Contractor and Consent of Surety signed by its surety to ensure the Contractor has paid all sub-contractors and suppliers in full. Additionally, the Contractor will provide in a written affidavit, acknowledgement that the Contractor has been paid in full by Developer for all services, labor and materials provided under this contract. F. Developer agrees to (i) 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; and (ii) that Developer shall not earn a fee or other compensation from City for its services under this Agreement. Developer shall not be required to provide financial security detailed in Paragraph 6 of the Policy. G. The following exhibits are attached hereto and made a part hereof: a. Exhibit A— Paving and Storm Water Improvements b. Exhibit B -Water and Sewer Improvements c. Exhibit C— Construction Costs d. Exhibit D— Construction Administration Costs e. Exhibit E—Street Lights Improvements f. Exhibit F—Vicinity Map H. The Developer shall award all contracts for the construction of community facilities in accordance with the incorporated Sections of the Policy and the contracts for the construction of the public infrastructure shall be administered in conformance with the incorporated Sections of the Policy. Infrastructure Construction Agreement CFW- DR Horton Texas, LTD. (Basswood Blvd)Page 3 of 16 I. Developer agrees to the following: i. To retain at least 5% as the Contractor to construct the Project; provided that, in the event that JLB Contracting LLC is unable to perform as the Contractor for the Project, any other construction contractor who is selected as the "Contractor" must first be approved by the Transportation & Public Works Director and Water Department Director, said contractor(s) to meet City's requirements for being insured, licensed, bonded, and prequalified to do work in public streets and/or prequalified to perform water/waste water construction as the case may be, with the understanding that any such alternate construction contractor must meet all other requirements of the "Contractor" herein, including those set forth above in Paragraph H. ii. To utilize contracts for construction of the Project that incorporate and comply with the City's standard specifications and contract documents, including the City's general conditions revised for developer-awarded infrastructure construction contracts, with any modifications of such specifications and documents subject to the written approval of the City. City's then-current prevailing wage rates must be paid as indicated in the general conditions. iii. There is no Business Diversity Enterprise goal on this Project. iv. To require Contractor to furnish to the City a payment bond and a performance bond in the names of the City and the Developer for one hundred percent (100%) of Contractor's contract price, and a maintenance bond in the name of the City for one hundred percent (100%) of Contractor's contract price for a period of two (2) years 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. V. To require Contractor 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 the Developer shall be named as additional insured on all insurance required by said documents and same will be Infrastructure Construction Agreement CFW- DR Horton Texas, LTD. (Basswood Blvd)Page 4 of 16 evidenced on the ACORD Certificate of Insurance supplied by Contractor's insurance provider and bound in the construction contract book or attached to the respective contract. vi. To require Contractor to give 48 hours notice to the City's Construction Services Division of its intent to commence construction so that City inspection personnel will be available; and to require the Contractor to allow the construction to be subject to inspection at any and all times by City inspection forces, and not to 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. vii. To require 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 Contractor. viii. Intentionally Omitted. J. City agrees to reimburse Developer monthly for construction costs in accordance with Paragraph B, above. K. If Developer is requested by any franchise utility to pay the costs of relocating or replacing franchise utility infrastructure, (including, without limitation, gas, electric, telephone or other communications), Developer shall notify City prior to incurring any construction cost for any work to relocate or replace said franchise utility infrastructure. City reserves the right to review the request to pay the relocation or replacement costs and to determine whether such costs are appropriate, and in which case, City will reimburse Developer as the costs are incurred or paid by Developer. Such reimbursement will be made in accordance with the time frame specified in Paragraph B above. Should Developer fail to notify City prior to commencing the work and/or paying said costs to relocate or replace franchise utility infrastructure, or if Developer elects to pay outright, City shall have no obligation to reimburse Developer for said costs. L. Developer agrees to provide all necessary rights of way and easements Infrastructure Construction Agreement CFW- DR Horton Texas, LTD. (Basswood Blvd)Page 5 of 16 across the property of Developer or its affiliates as required for the construction of the current and future improvements provided for by this Agreement. Dedication of all necessary rights of way and easements shall be made by separate instrument and shall be recorded prior to construction. City agrees to provide or acquire all other property needed but not under the control of Developer or its affiliates. M. 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, or in consequence of any failure to properly safeguard the work, but only to the extent caused by the neglect or misconduct of Developer. N. Developer will require its contractors to indemnify, defend and hold harmless the City, its officers, agents and employees from and against any and all claims, suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from, or in any way connected with, the construction of the infrastructure contemplated herein, whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. Further, Developer will require its contractors to indemnify, and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and construct the improvements in a good and workmanlike manner, free from defects, in conformance with the Policy, and in accordance with all plans and specifications. Such indemnity agreement may be contained in and made a part of the construction agreements between Developer and its contractors. O. Developer agrees that all contracts with any contractor shall include Infrastructure Construction Agreement CFW- DR Horton Texas, LTD. (Basswood Blvd)Page 6 of 16 provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. Further, upon completion of all work associated with the construction of the infrastructure and 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. P. Developer will not be responsible for payment or reimbursement to the City of any costs for construction inspection and/or material testing. Q. If construction of the Project has not commenced within six months from the execution of this Agreement, or if construction of the Project has not been substantially completed, defined as open for regular traffic flow, within one year from the commencement of construction, the City shall have the right to terminate the contract, reimburse the Developer for reasonable costs incurred up to the time of termination and shall have the right to complete the construction of the Project. In connection with the foregoing termination, Developer will assign any construction contracts to the City that the City has chosen to accept assignment of and/or terminate all remaining construction contracts, as directed by the City. The City agrees to accept and assume all responsibilities and liabilities of Developer under any contracts the City directs to be assigned to the City, except to the extent such liabilities arise from the negligence or intentional misconduct of Developer. Infrastructure Construction Agreement CFW- DR Horton Texas, LTD. (Basswood Blvd)Page 7 of 16 Cost Summary Sheet jProject Name: Basswood Boulevard from Cloudcroft Lane to Horseman Road and Robert Downing Road from Basswood Boulevard to Lou Menk Drive CFA/ICA No.: DOE No.: 7529 Construction Cost: See Attachment D for itemized schedule of Construction Cost. Engineering Services for Construction Administration: See Attachment E for description of Engineering Services Infrastructure Construction Agreement CFW- DR Horton Texas, LTD. (Basswood Blvd)Page 8 of 16 ACCORDINGLY, the Developer and City of Fort Worth have each caused this Agreement to be executed in multiple counterparts in their respective names and on their behalf by their respective duly authorized signatories, effective as of the date subscribed by the City Manager's office. D.R. HORTON TEXAS, LTD. CITY OF FORT WORTH A Texas Limited Partnership By D.R. Horton, Inc. A Delaware Corporation Its.aufihorizeo agent- B . Randy Horton Jesus J. Chapa Assistant Secretary Assistant City Manager Date: ���(^�;o � � 5 ).�..��) ..... 1912-,.- Date: � Recommended by: Tr lic Works Department (J. � `-` t Dougla . Wiersig, P.E. Dir r M&C Date: IT ,ry rove to F rm & Legality. d'd6giasM. Black Assistant City Attorney �' ',.. ATTEST: y J. s r , City S F et ry V� f 0,01CIAL RECORD rx Infrastructure Construction Agreement CFW- DR Horton Texas, LTD. (Basswood Blvd)Page 9 of 16 List of Attachments to this Agreement Exhibit A—Paving and Storm Water Improvements Exhibit B—Water and Sewer Improvements Exhibit C—Construction Costs Exhibit D— Construction Administration Costs Exhibit E— Street Light Improvements Exhibit F -Vicinity Map Infrastructure Construction Agreement CFW- DR Horton Texas, LTD. (Basswood Blvd)Page 10 of 16 Exhibit A Paving and Storm Water Improvements [follows] Infrastructure Construction Agreement CFW- DR Horton Texas, LTD. (Basswood Blvd)Page 11 of 16 0 �Nf 6C1 LL ui C9'Lu 0 woo Y co , --—' t Y a - / u r — i a Q Quo uj , Z LL -. . N �'• p o .6£.X3 =�BE vs 0 Lij a_I-- t W&Z i -j Q Z Q N i vi } i } N r 1 d Q tr wzz O 00 Y p CL CL 0 o C!) W w > z o w p tY� t� Cl o o o m 0 - - m m -1 z Jjf O C] o V, o o d m w o ; o Q X r N Cl) s m w a a Q Co 3NV I I cn J: VlOt3h�J"1� �r LU W LLI V? O o Lu CL 0 ui LU � p I la p W m CL 0 Q wa o U 1 W W W¢� M > aN y; O ; W W / °zoo _1I W x �Q;'-- O - � �t I Z Ent I U U) C) CO W1Zj W t Z""'gym 3:0 W 0 w I- = a Io00 W > o W CL Q w Q Z a �' a J o -J z�..z WD C) Of a O F O N W in z_ O ff j. f V Y a a 0 LLI p w :�' dZS I m m o 0 0 a w >• W m O c? O O t �t� ► U .� `\ oo a o U tY X IY x N v) T- = a, W d a LLI b X09; `� `I JOZ U W j� W o U U- 0 a) w Z ; > a° z 0 a A O WW-T x"' ;WTI- W ��� CL UJ qto LO d cr II € { --------- m _---------- W Wx° c ZOZ Z 0 °per 4-- -0— p�— x� p Q wo .- > 0 Q I- . i \ ,; CZ_ W�°Z_o Wi INA c o md X-0W o w m o a u-} i w Z© Q 7 N N LLI d w Y Q Z �j Z — Q Q0 a. o 1 ` l i Z > © w � a 06 m j (Wry O W p m �� 0 p O O Q 20 Co I- to ' 06 Od (!) (' (D U) Q co co w 0 m m Y ! L�_, t- CAL L1� w m a) od O 0 0 (V): N M° = W a a d: g w E � N � I r W� o � LL _ 3NI-I H VIN a2dR31f109.. w a00AASSVO,"\, Z o= z } r I O a Nm _ � DN t ! °.•......,._:..._ 0 ., NCO 5 i ow - f Q.a `ALu0 ! C � LOL AVM VS3W IISSO-4 0 0 w ....i._,..,_.;t S O o L)03 .. - iOZwa x and o. fY W UJ o Z L) _ S ; � J Q Q�z 00d al0 L) o W w -1 0 N o tiBX� = } �W Qm w W 4 on II IE ac n w a z W z z_ 0 Q o >a z Q p z �o O Oo00 z >- m c~n ai c F- z m •v._ ,� w o m w -j Q U) (UD CD) d { o m a4 000 LL : co w W Q. d m �� T Q W CV U) ~ I w _._._�._......i ° nol Q c� Exhibit B Water and Sewer Improvements [follows] Infrastructure Construction Agreement CFW- DR Horton Texas, LTD. (Basswood Blvd)Page 12 of 16 LL LU 0 . a ,M cc Y(llUz i i ❑ �� X30"5.% I vCJS W J ui w w .v-6 I� w fw- z Q O = 0 LLI I w a Z j I JQzm o-s0 N m°o � o ., w LL Oa w p Q w o Z zo w Lj LL > z CIO ZE j Q d z t-- m � CO : mo w w w C/) ♦ r �., w > > w 06 ' ♦ � ' Q p < w } Z W �/ m 0 m O = U W Z W �Y z W W ~ Q w 06(1) W Luo _.i w 0-a a E- F- ►- t- �o O O cn v� cn Q to oz a w w w CL w ou m ul Cl ty,rt•`-+, F--J Exhibit C Construction Costs [follows] Infrastructure Construction Agreement CFW- DR Horton Texas, LTD. (Basswood Blvd)Page 13 of 16 Exhibit C Basswood Boulevard and Robert W. Downing Construction Costs JLB Contracting LLC Construction Costs $ 6,625,127.45 Contingency $ 303,783.54 Material Testing and Inspection $ 331,800.00 Total ICA $ 7,260,710.99 00 o04 pp080000 pO pO 00 O,OO pS OOQS 4nWf(Wpp70000800 O;o OOO ON hnO$p6OOO t"'� Q - OOt m�D.�r m SN.=N$W.P .�ON$rNr nMON'S�(f SV S W OcQ'NN SOSW AW MS7�mto OV hMoM Dppi NmNO-W V W L6 CA C7 O N p lI m 0 F f9 fA M f9 f9 fA N m W N.-f9 f9 N W'ry (9 19 ai 19 � O Vf W � rN•W. M t9 ' u a e �j o 0 0 0 0 0 0 0 o g o 0 0 pp OO o 0 o W W o0 0 0 0 0 0,0.0 Q o o,a pp W Wpp o pp 0 0 F O O O=W � M ON NO AO Om O�W O O g�Q M O Mp�O S N V O Mq 0�S6 0 0 W 0 O 1RrNM�M•rW�W.W��MNWf9 C9 V ems.Qi N W M V rA t0 M J] W W i9 CV cd-: e9*9 Hl {1C80�8mV SCO`1--190 tpQ CO o 0Qoa0°o_8o8$ ° $8 S8 OO .p $0 288N8N NCQ N .-f]Q OtQtryry 90.E fffp�p�C]' .f�W V: cn Oar NOw-M WO h(7 C7h W W NO]N(NNy H Q CBNM��NMNUhi M«hj 1N9 NOV+�wt9 Cm9N0�, VaOO��NrM O;NNi9 6.6N�H�MN�M�M C � a9 to M i9 W M'� N✓! M W W 19 e O w M 9 W iyel r w w D c v F -C$9$�$x8]�8 08�0.818A88C00 8.2m.>un..C99 0.f9.C80 C�8O`Vi 88N8 .yW VQ489NNm9-.OWJ.NW KN OOA r M 99 O � K W W N WN N W W WfA U U O o 0 oa a a a Q a a a o a.o 0 0 0 0 0{� o h o a a o mo o Q o 0 0 0 0•Vc)''m o 0 0 0 o u]o NCL W Q l O t,O CO 6 p' O 41.. V U 1 t;-, (9 W bi1r C1 N)r (r 9r e9 d] W+N Q NOf.^N W f9 tp.-- W W t� C19r0 N O O O O O O O at �Op-C O N—tON Vh ali Cl CM M 4CV 17 ci "s M M t i N M -O,�p 4 C5 m �I 4 L Ny r WSN4Q So M�o Sm S 000 �_ MMNmCN]S M�NON�N ; 0 COQ go dNg W�" W W C9w SOOf`n �N.�smmC�MMmVl N,V]NWNNCmD'wN {r V ' U V] - m f9 m fA C9 lh W t4 N rM W W C9 N W O o z 19 19 ,9 v, _ J aa Q W A C/ w W O C O } {� W F r.r r r -r W W W m N M r m.00Q.M N N W.�W MQ ' - � O n N 0 N r M N �2 rwo CS q r P E 2 Z�m a U ut m '] w(D w Q m CL� U W GO nN� � c ] m U) w w m W 0. m m �- ci LL U m m (n C O C C e > o m > m n.t1 f1 d Q'ti1 -60 E �'m i7�, t-t-r t-c c c V ccnn W `m a n1°m °'d d d.d,Y- m m U}=o.C b V v m g. = m am 4°i a3�w DLO-T t )Rgm U.8 E' m m.�.O.Ar M_���.-' dOtn � Q7yi v'"t'� _ o_`a`o FF a a v 10 a nmm> m� utwQQ otv m❑ cam$ O ��� �`v- p po.M a� °' EES ccM a 5'> m l-O a$m m a'� m v m 4'v �]t-v U'U ai.�V V U, @ a rn rn o,m-m _ a _ 'tEocLLa�Cza Q ' UII,m�y ;_ O°v .00 v L v a R'�v m c cav E m m:`w `m m 0 f�❑4� ..mt tYK i >a mC7x°NHH LL vTc�C`m U may rnrn rn•c. `-t�-�--+to to v v m�.� c Qy a w o a F 3 v U U 3 m m v m q fq(✓)`. < a W 20 o m m o in in in �_ o c r c `m m.: w w to W.- lQ?V .�V'F nr M. W m CC CC]cO=IQ t0 -�n C1pp m' m P V'CC[CCO�].iV CCN�]]..J eJe�t••J 2'aK�{{ J E v N W N r W W C$O S O 9 O.e O O O N d O b 0 Wr 0 0 0o O r W m0 0 0 0 0 0 0 S O CS ppO m N Q �OO.Ch.M�tp0�-0�C0]�[p]OO rO Kr��90 r. 0000'S 210 Q'$OO,OO�OA000O Or��NN ....'...�w�r. .. r•—([_�V(N_�N C��V 0 0 6 QQM��C0�V'l*I M M M CW�I O V •+ (t('��l] (a�7]OM.M W m m CnC.�CM 1c�1l:ttCyl:t�ice.T�h t�h i�ilw K C M M M M MM O M M co CA M NO M M MGM M M q 7 CC]M M M OM+M M m M OM1 M m.M CNCI p}M M M M M[N7 M CN'1 M C+Ni WU rNMVW W h WWO,r{mVWCQ-`mWO O C.�M q'+nWhCO Q]O NM<Wmhm P NC)':C +� r � r N N N N N N N N N N N M M V 4 R OO - 1 °bgaono O O O N OOO000OOD.p 4S$8 O NOO pO 000 tD tV-N 000000 ONOI`7O�d'�rOOD O (mpOO�c�i O OOOO b.d OpQC 1(M9 O m N m W rn O., m R 00 - i C C O 0.N -m .O�9 O 0� O O ONi O tN"I h t�D rn N N m.N-N o 9 0N �S N O M MM Nf0 c0 OTM(OM 0' th CO N(p fV mN M 1DN N:a- 'M Ml9 -M "OiOP GO M f9 NM(9 M N' M M.�Nbi lMll NW i9 N M'M.M to �. rM M.�. w M W p N H m aR� pp po oop M W� IR�19 f9 M � lVM 4f /A HT Vl to M z O!xGO'. O W pS W O S O M O0O SO N fQ9 l m U6 M1>S`0 O 0 O O 0 pp O OO,tOMp O O 4ttOmpp 1,N O 4O.0 N M H O OO ,O O'S M'O N r yp m N p7 M O�tM9 0M N P 00 V0I 0S fJI 0 0�O�CS:O'0000000pp O OQ OOSS o o p pp O Opp BO'S cz 0 SO O 0 0 0 6 O S N 1Oti 00 0�� <Or hM W.pOp ON 4O Y 00 W Q a-�O 0�Q-NW a_ ? -? �9NOlm IM M M --- W M O O� �Q N" °c p� pp pp v h O O O'O O a M S O O w�0 S ON O 64 6,6 VSS OMNF0 0- P O MNM a S.N Ob OM _.M d cl cd N V O N v Iq ` Q. m S,�Sj-S pp(p O��o r(4Op O SO S S O O 00 O m O U O'�ry N t0D P O O O W p S NW(nO�O(Op O O:MO S S S S'O S S S O O W U J Ot m l' .R l D O f/an�m S o S r a N 0 'aZ J ON�.�N�Ne-MM� Mr (�9 V3MNNN�M�M.W t00�.NiM �M(A Hf9 t<!: MM MuiMMpN N N f9 1�.lA V3 Vl f/1 4J O O p OOOO OOOO 0 p 000 OOOO M W [AF-pO t+3 P i OOOO 00�,0�60 P�O.00O10O��Oan 9O M�MIq.l0D O 0C�0J b 0 M0 S�O(R iH+S C N O O 1OO.8 OO O OO O SO00.0000006 00000 ppg g� g M 6,6 0 0H U090P 0 M� W UtAh fY O+MMMMMMM MO 00(0 C14) t0 N /� �^ M M(7 MMMl3M SO (� MMMNMr eR y Q � tA. 1R 64 W �ZQQ QQ.Q QQ tL IL'W LL W LL QdQ QLL/9}}}yy}-)-}Q}LLLL aaNQQLL LL LLLL LLQQQ QQQ QQ 4 mm 147 W W WJJJJJJ�W W W W JJUUUJln(/JUm W Ul-NNW J W J(/)JJJ W W W W(17 W W w O 4 } Mn,N Om0 WI�-O (�00 (m�4�SN V QO> 0 �O m N�-r Oi���-�M Q�-m(7 m o r c00 IM-N.M N-r���,A e-r r r r r?M Sj r ZyaE, � vw� Oww U wro N W U LL. LL m m � O z � �:m � my > nm w tT W._-pv_=w.°_= aYS n a y > d m 9. m m m_x E c. E ... ro m... 5=21 m-- �'c-1 w o��. m'W ac.m�o �oo co.g �Em �U7`v�t� o Ec'm °' acUUt)UC1 �:mm cdm � z a m xp ,•i– m m m._n N 9!n UUUtn Q d Qaja N NCI�! m OSh m rnmtEvman:n:ana m'€amcmiut.m cd�E.-cmo m > >i= i2 o'a a a a �U I (L m a 9:a Q o o'9 0 0 0 0 o o o 9 o E o o o'N., o a c91 KrY r - rB QI b'.m-EEEE E=E EEE�EEEEEE 1-E.c oPn – coE}s mmommmmm m.mmmmm mm mmm_ -mo A CF- r16.JN NMfo(9 r.t 4SM ri--N ffl WtoJ TL h Q) w D. K K elf KK2 t6 e-N t0 f-Qs N+CI N l0 91 h to I�v-'N 01 �0 O M 0 O O O O O O O O O O ::N O 010 O O O O O O O O O pp 0 0 0 0 0 0 0 0 O'O O O O O ppM �(Opp 6 0 0 0 0 O'er 01 V o 00 00 00 o NO o 0 o N o d N.l0D o 0 0 O b b d O.0 0 -O Q pO 00 bO O M M C0')M M'OV V V 0 6 '`�� Oi rT 6lr N m tAbNO M 041 fah tV 10 0)"Oi W .00 of `d't���}}p�p��9W9��to 0i V'�C V V(a�V V'MV MV p spy NN'N NT)M OI OI(70 V P'NNCF pp��Op�ppy V N�Q .. •••••• • M M O>(IS m S M M M m(MCI M M K]M.M M th M M t�lf7 M M M O O D O:OI'O�.IT A d a 4N�l0 h'OD O O N M 0 N h. 91 O N M 0 4)1p h G�O�O N M 0 4).O hRl M O N fh st 10(p Q'1 OI p 1 { 00000 Om000fJS OpOSOO P000'YOia ro q 0 010 N m C?? O e 01D mOOJ.-O�V 00 O tO,Og ON OO.p pN p ppf ovrNrm tf�1D�fp.- bl Moo oM�O -o or r r W l9 tQQ0 1N1��fppP��� O-O V W tD�iO r pVp����M�t�ODO.N tpQ�qpp {W++ C F lMp�O�_Vh mN(m77 e�-n NM �N•r�-Q NaV.m NMMIA�fV CJ � 2 � o 00000aoo'o o0 o0 ° o0000 0000 V � o0000000coo P 00000.gupioo0u; Y 0 �QO �IOO Om0�� 1OM 00'�011 00'pO'tD 7 p � z U pp pp O O o Oo O O O O m O O r 00 0 0 0 0 0 0 0 0 0 0 0 J�•1. Opt�m�O�m�001l OK0J ON00000200'N 100 O F OW IaO-(O�Mp�Np�0 t7m(K�l r01 rN (D Imo. 00 MO o mf00010.10� O Q t0 N.-Nr KaN O O � w����M•ut N�Ui Vi ,Vi�flWV3 N us� A W O 0 0 0 4 0 0 0 0 p 0 0 0 0 0 4 0 0 0 0 OO 0 0 0 0 Q p 0 0�7 0 0 0 f S O N 0 0 N uOiNNNO�A�'nn16 :O uitpO SSSfA�OOrN- tn.••rnmwi((pp ww 'm enr oho ;m m.u7.u> 17 F "C CQ i- fR tly f9 N -fA � a U Z O Q Q. d COiO SO1 a 7 iR O g O r00 O.n 00.0'00,CO,OOSN� e [J) p Jwo 0 CVNO 000bONM.mN 0r ti O N r v �y U J t0Rp� 4l 11�.�CNONV W V 1�M t0mmV NUN Ts. J Q 7w O O t0 01 r em9 r C N N tom�{{ NON r tir�m m Q m � O N fAN V)��W ��NM _ /RW W✓l W W t9 r � W O C N � pp�0pp pp pppp p p �O W U (~A 4 P v ai m N �O N mrm'r r r n�r 10 N r r�00�0 t0 M t0�0-6 V W q � N j LL LL Y}LL Y lA.U.m LL LL LL Q IL Q Q Q QLL. Q Q j O J J,U U a7 O O } {{yy �pMo Z p010OrC)MOS�I~lp�hM NM N M�1`M Nr0-M��fm'3 MN Q +t.r mr�M�NN.m�IpN .N V N Q J ft VV N V-� Ifn o w w Owe az� rn YZa FUwm m m v LL U a'm v 1Le1 Z EL °_ W m z mn m.�ar aNCC'-5 O j f :E N C G. r C C_ m O�m o oUg7U 'mE O y.V O_v N� Lu Q - m QED —_ .�i"`u�c y ppp _ --7 `vs~ Q nZa'ova'' v N v V f�AC�C�2m'42 U'�d'�KA c N K�1 OKm J VNV�ba}-N m10�.-vm NmM 04 mrD (77Op�00000�{:b.��� O .p-NNp p Op p.- 000 fO�m g 00 00 r m M.gi A CW3.O O O mJ N N N l0 1D(0 t0(O t0 t0'CV.t00 t0 O NN Ii 4m t70 m0mi W O P O r 0 004 O O O m Q �wrn mmm 1 Exhibit D Construction Administration Costs [follows] Infrastructure Construction Agreement CFW- DR Horton Texas, LTD. (Basswood Blvd)Page 14 of 16 Exhibit D Basswood Boulevard and Robert W. Downing Construction Administation Costs Material Testing and InspectionCosts Material Testing-Code 84 $ 110,600.00 Inspection- Code 85 $ 221,200.00 Total $ 331,800.00 Exhibit E Street Light Improvements [follows] Infrastructure Construction Agreement CFW- DR Horton Texas, LTD. (Basswood Blvd)Page 15 of 16 LL tvi��lVVY,. M 11380�I 01. N a m F a j57 i F i } W Cl) M ,+�J Q�p �a li UJ s F t W u. f { r W O Z j i (_.._._.._.. ...�a m ut o tii Ol COI' l i O j---- U) F_ O LIB OK Li 1� — 1. - ---r = W O r..l W o Ziuj W '4 W Q W fR ,i t/1:/ ll 1 1 o aL- W U) �F (J W w d. 0 OQ cA T ; a.. (L—� W --- - F — - ---- - -j. Q "a; 1prN�H I m CO aO M Q W CL � --• ._ �� f - �t UT NVIV i Z x w ol Q ` W O YiE .Im wi�� t � ✓ 1 � i 1 � J' Q wa o gg X 4 LLJ W W x M p 1 > I— "U N d / Lu x = r Z r m S) w! a r �Zoo f.s W � r-. a_ �0 m .< cn \ O o i - r 1 W 1 t R i Q t�a '� w f i W�ZD �wz0° i;jr m20, o a a I F > o F U) oo�> Zp W (11 J(.l •?��t � J O rn ! f _�' L 'r m Q o w o � �w LL p LJ/ l t 0 Cn W— LU E" gyp.. p 1 H C1! . 0 Oy cnto/ W 'o W �� 4 r TN v �r LL O co H w Z -> ui "n 02 R N M V) f p AC�6N J tW7W~� a 0~ to Q XWZ N f 1 oo { lIv8i a a- } Q a CO 00 AoO W F ; 1 oo 4 t i : W O boa ■. C)z UJ ol O in O cw Co l� F ,, 3+' y-', t f ) W Q '' ©< 0 F- Z A� ` w T Syr w j Lim l yf`t Y ai/' LL W U) w F- w 0 Lu U w w J p c) W ; g w a- w U m V) 00 w C. CllH/1 `IfIOS.. W o w G. SS1VS.' 0 CO In J O tr- tf1 j Y of W Ili wo t t i LAS m -'- -! W W wm n.tW-. Ad P x _ ds � ss� a oz 0 fill 0 wQzo �Iti!2�1 1 i 100 Z o s003d ago, w 0 co 0 Lo 'W tW [pro w > t f i T� 1 {lm r� nr`zw ¢ ( It II io OLLJ :r f` w� � c) W m in �X W if Z p pu W � : W W W IL ! ( U) U52 d dLu W N Q j ' z�' `n \J o i W : ti 0 Exhibit F Vicinity Map [follows] Infrastructure Construction Agreement CFW- DR Horton Texas, LTD. (Basswood Blvd)Page 16 of 16 :............................... .... . . Z A ov �~to LuC7 �= r — C`® ntoWO a -j U)4 ¢gym F Lu w 4�Q LU 0 1 Z ~ �F� rJ / 0 pQw ZOZ Z O X04. O u. Q ro LU \� O � ltWilao Fi.INOM lit0 Q � -0 _• NI M yWn Alto oNfiovl3ma < a Mika WOz� Gtee� n0 .J Q m D d 3 �zO n O 5, 0-0 5 N k�9 :'• 00 O�Q .J�. SOW 3(}'18 99L --x— U,C) D> ° 1W .� 1 11W1'1 A110 MtlNt'JVS (/r'1\y "+,� W Q ' 3� w vo z 5 t Z O m l 2 W o J , Q 0 z 06 1 LL � u0i Fes/ �o O Z M&C Review CITY COUNcu. AGENbA COUNCIL ACTION: Approved on 8/18/2015'-Ordinance No. 21839-00-2016 DATE: 8/18/2015 REFERENCE NO.: C-27425 LOG NAME: 06BASSWOODICA CODE: C TYPE: NON-CONSENT PUBLIC HEARING: NO SUBJECT: Authorize Execution of an Infrastructure Construction Agreement with D.R. Horton - Texas, Ltd., in an Amount Not to Exceed $6,928,910.99 for Construction of Basswood Boulevard and Street Improvements from Cloudcroft Lane to Horseman Road and Robert Downing Road from Basswood Boulevard to Lou Menk Drive, Provide for Materials Testing and Inspection Costs for a Total Project Amount of$7,260,710.99 and Adopt Appropriation Ordinance (COUNCIL DISTRICT 2) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Transportation Impact Fund in the amount of$7,260,710.99 from available funds; and 2. Authorize the execution of an Infrastructure Construction Agreement with D.R. Horton - Texas, Ltd., in an amount not to exceed $6,928,910.99 for the construction of Basswood Boulevard and Street Improvements from Cloudcroft Lane to Horseman Road and Robert Downing Road from Lou Menk Drive to Basswood Boulevard and authorize a waiver of the Developer's Financial Guarantee requirement (CPN No. 02120). DISCUSSION: D.R. Horton - Texas, Ltd. (D.R. Horton), has designed and constructed portions of Basswood Boulevard east of FM 156 and portions of Robert Downing Road south of Basswood Boulevard totaling over $2,000,000.00 in value to meet its subdivision access and public infrastructure requirements for its portion of the Parr Trust subdivision. The Transportation and Public Works Department desires to accelerate the construction of the remainder of Basswood Boulevard, including a bridge over Big Fossil Creek, from FM 156 to I-35W. In addition, construction of Robert Downing Road south of Basswood Boulevard to connect to Lou Menk Drive will also be accomplished. D.R. Horton procured the design of Basswood Boulevard and Robert Downing Road through a Design Procurement Agreement (City Secretary No. 45531, M&C C-26554 and as amended M&C C-27318). Execution of this Infrastructure Construction Agreement will allow Basswood Boulevard from Cloudcroft Lane to Horseman Road and Robert Downing Road from Basswood Boulevard south to Lou Menk Drive to be constructed on a schedule faster than the City could have delivered the projects. The City will participate in the construction costs with funding of up to $6,928,910.99 from Transportation Impact Fee revenues from Service Areas C and F, under a pass-through reimbursement basis, which includes $255,800.00 for expected wetlands mitigation fees. D.R. Horton has requested relief from the traditional developer's financial guarantee under a CFA. Staff recommends such a waiver. D.R. Horton will not earn a fee for this project. The overall City participation Project Budget is as follows: http://apps.cfwnet.org/council_packet/mc review.asp?ID=21377&councildate=8/18/2015[9/21/2015 2:36:43 PM] M&C Review Construction $6,673,110.99 U.S.Army Corps of Engineers Wetland Mitigation Banks Construction Subtotal $255,800.00 Construction Subtotal $6,928,910.99 Material Testing and Inspection costs $331,800.00 Total Project Budget $7,260,710.99 The construction is anticipated to start September 2015 and will take approximately 12 months to complete. This project will have no impact on Transportation and Public Work's operating budget. The project will be publicly advertised in August 2015 and D.R. Horton will select the contractor based on a best value evaluation process. This project is located in COUNCIL DISTRICT 2, Mapsco 34V, 35N, 35P and 35S. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon the approval of the above recommendation and the adoption of the attached appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Transportation Impact Fund. Fund Available Revenue Amount to Appropriate Remaining Available Funds Service Area C $6,500,774.18 $3,630,355.50 $2,870,418.68 Service Area F $3,825,205.62 $3,630,355.50 $ 194,850.12 TO Fund/Account/Centers FROM Fund/Account/Centers 1)C206 488139 061249991300 $3,630,355.50 2)C206 541200 062230212083 $6.673.110.99 1) C206 488139 061249991600 $3,630,355.49 2) C206 541100 202230212041 $255.800.00 1)C206 541200 061249991300 $3,630,355.50 2)C206 531200 202230212084 $110.600.00 1) C206 541200 061249991600 $3.630.355.49 2) C206 531200 202230212085 $221.200.00 Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: Randle Harwood (6101) Additional Information Contact: David Schroeder (2239) Julie Westerman (2677) http://apps.cfwnet.org/council_packet/mc review.asp?ID=21377&councildate=8/18/2015[9/21/2015 2:36:43 PM] M&C Review ATTACHMENTS http://apps.cfwnet.org/council_packet/Mc review.asp?ID--21377&councildate=8/18/2015[9/21/2015 2:36:43 PM] M&C Review Fla t11t1"t i CITY CODUNcn. COUNCIL ACTION: Approved can 8/10/2015 -Ordinance No. 21839-08-2015 DATE: 8/18/2015 REFERENCE NO.: C-27425 LOG NAME: 06BASSWOODICA CODE: C TYPE: NON-CONSENT PUBLIC HEARING: NO SUBJECT: Authorize Execution of an Infrastructure Construction Agreement with D.R. Horton - Texas, Ltd., in an Amount Not to Exceed $6,928,910.99 for Construction of Basswood Boulevard and Street Improvements from Cloudcroft Lane to Horseman Road and Robert Downing Road from Basswood Boulevard to Lou Menk Drive, Provide for Materials Testing and Inspection Costs for a Total Project Amount of$7,260,710.99 and Adopt Appropriation Ordinance (COUNCIL DISTRICT 2) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Transportation Impact Fund in the amount of$7,260,710.99 from available funds; and 2. Authorize the execution of an Infrastructure Construction Agreement with D.R. Horton - Texas, Ltd., in an amount not to exceed $6,928,910.99 for the construction of Basswood Boulevard and Street Improvements from Cloudcroft Lane to Horseman Road and Robert Downing Road from Lou Menk Drive to Basswood Boulevard and authorize a waiver of the Developer's Financial Guarantee requirement (CPN No. 02120). DISCUSSION: D.R. Horton - Texas, Ltd. (D.R. Horton), has designed and constructed portions of Basswood Boulevard east of FM 156 and portions of Robert Downing Road south of Basswood Boulevard totaling over $2,000,000.00 in value to meet its subdivision access and public infrastructure requirements for its portion of the Parr Trust subdivision. The Transportation and Public Works Department desires to accelerate the construction of the remainder of Basswood Boulevard, including a bridge over Big Fossil Creek, from FM 156 to I-35W. In addition, construction of Robert Downing Road south of Basswood Boulevard to connect to Lou Menk Drive will also be accomplished. D.R. Horton procured the design of Basswood Boulevard and Robert Downing Road through a Design Procurement Agreement (City Secretary No. 45531, M&C C-26554 and as amended M&C C-27318). Execution of this Infrastructure Construction Agreement will allow Basswood Boulevard from Cloudcroft Lane to Horseman Road and Robert Downing Road from Basswood Boulevard south to Lou Menk Drive to be constructed on a schedule faster than the City could have delivered the projects. The City will participate in the construction costs with funding of up to $6,928,910.99 from Transportation Impact Fee revenues from Service Areas C and F, under a pass-through reimbursement basis, which includes $255,800.00 for expected wetlands mitigation fees. D.R. Horton has requested relief from the traditional developer's financial guarantee under a CFA. Staff recommends such a waiver. D.R. Horton will not earn a fee for this project. The overall City participation Project Budget is as follows: http://apps.cfwnet.org/council_packet/mc review.asp?ID=21377&councildate=8/18/2015[9/21/2015 2:36:43 PM] M&C Review Construction $6,673,110.99 U.S.Army Corps of Engineers Wetland Mitigation Banks Construction Subtotal $255,800.00 Construction Subtotal $6,928,910.99 Material Testing and Inspection costs $331,800.00 Total Project Budget $7,260,710.99 The construction is anticipated to start September 2015 and will take approximately 12 months to complete. This project will have no impact on Transportation and Public Work's operating budget. The project will be publicly advertised in August 2015 and D.R. Horton will select the contractor based on a best value evaluation process. This project is located in COUNCIL DISTRICT 2, Mapsco 34V, 35N, 35P and 35S. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon the approval of the above recommendation and the adoption of the attached appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Transportation Impact Fund. Fund Available Revenue Amount to Appropriate Remaining Available Funds Service Area C $6,500,774.18 $3,630,355.50 $2,870,418.68 Service Area F $3,825,205.62 $3,630,355.50 $ 194,850.12 TO Fund/Account/Centers FROM Fund/Account/Centers 1)C206 488139 061249991300 $3.630.355.50 2)C206 541200 062230212083 $6,673.110.99 1) C206 488139 061249991600 $3,630,355.49 2)C206 541100 202230212041 $255.800.00 1) C206 541200 061249991300 $3.630,355.50 2)C206 531200 202230212084 $110.600.00 1) C206 541200 061249991600 $3,630.355.49 2)C206 531200 202230212085 $221.200.00 Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: Randle Harwood (6101) Additional Information Contact: David Schroeder(2239) Julie Westerman (2677) http://apps.cfwnet.org/council_packet/mc review.asp?ID=21377&councildate=8/18/2015[9/21/2015 2:36:43 PM] M&C Review ATTACHMENTS QIQA-Q220-,A--QJl-ll5-R.e-VLwld 3A 2 15-dof� http://apps.cfwnet.org/cowicil_packet/mc review.asp?ID=21377&councildate=8/18/2015[9/21/2015 2:36:43 PM]