HomeMy WebLinkAboutContract 48661 CITY SECRETARY
CONTRACT NO.
Developer and Project Information Cover Sheet:
Developer Company Name: Quail Valley Devco I,LLC
Address, State,Zip Code: 8401 N. Central Espressway, Suite 350,Dallas,Texas, 75225
Phone&Email: (214)766-2288; cyeager@republicpropertygroup.com
Authorized Signatory, Title: Clint Yeager,Vice President
Project Name: Walsh Ranch Quail Valley Phase lA—Street Lighting and Sidewalks
Brief Description: Street Lights and Sidewalk
Project Location: East of Walsh Ranch Parkway north of I-30
Plat Case Number: FP-16-019 Plat Name: Walsh Ranch Quail Valley Phase 1
Mapsco: 761G Council District: 3 City Project Number: 100370
I
CFA Number: 2017-019 DOE Number: N/A
To be completed by s
Received by: Date: e
OFFICIAL RECORD
CITY SECRETARY
FT.WORTH,TX
City of Fort Worth,Texas
Standard Community Facilities Agreement- Walsh Ranch Quail Valley Phase IA—Street Lighting and Sidewalks
CFA Official Release Date: 01.03.2017
Page l of 1 l
STANDARD COMMUNITY FACILITIES AGREEMENT
THE STATE OF TEXAS § City Secretary
COUNTY OF TARRANT § Contract No.
WHEREAS, Quail Valley Devco I, 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 Walsh Ranch Quail Valley Phase IA — Street Lighting and
Sidewalks ("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
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
City of Fort Worth,Texas
Standard Community Facilities Agreement-Walsh Ranch Quail Valley Phase IA—Street Lighting and Sidewalks
CFA Official Release Date: 01.03.2017
Page 2 of I 1
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) E , Sewer(A-1) ❑', Paving (B) ®, Storm Drain(B 1) O, Street Lights & Signs
(C) .
E. The Developer shall award all contracts for the construction of the Improvements in
accordance with Section 11,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- Walsh Ranch Quail Valley Phase I—Street Lighting and Sidewalks
CFA Official Release Date: 01.03.2017
Page 3 of 11
bond. All bonds to be furnished before work is commenced and to meet the
requirements of Chapter 2253, Texas Government Code.
iii. To require the contractor(s) it hires to perform the construction work contemplated
herein to provide insurance equal to or in excess of the amounts required by the
City's standard specifications and contract documents for developer-awarded
infrastructure construction contracts. The City shall be named as additional insured
on all insurance required by said documents and same will be evidenced on the
Certificate of Insurance (ACORD or other state-approved form) supplied by the
contractor's insurance provider and bound in the construction contract book.
iv. To require its contractor to give 48 hours advance notice of intent to commence
construction to the City's Construction Services Division so that City inspection
personnel will be available;to require the contractor to allow the construction to be
subject to inspection at any and all times by City inspection forces, to not install or
relocate any sanitary sewer, storm drain, or water pipe unless a responsible City
inspector is present and gives his consent to proceed, and to make such laboratory
tests of materials being used as may be required by the City.
V. To require its contractor to have fully executed contract documents submitted to
the City 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.
1. 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 of Fort Worth,Texas
Standard Community Facilities Agreement- Walsh Ranch Quail Valley Phase I—Street Lighting and Sidewalks
CFA Official Release Date: 01.03.2017
Page 4 of 11
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 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 notsuch injuries, death or damages are caused, in whole or in part,
bV 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.
City of Fort Worth,Texas
Standard Community Facilities Agreement-Walsh Ranch Quail Valley Phase I A—Street Lighting and Sidewalks
CFA Official Release Date: 01.03.2017
Page 5 of 11
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 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
City of Fort Worth,Texas
Standard Community Facilities Agreement- Walsh Ranch Quail Valley Phase l A—Street Lighting and Sidewalks
CFA Official Release Date: 01.03.2017
Page 6 of 11
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)
City of Fort Worth,Texas
Standard Community Facilities Agreement-Walsh Ranch Quail Valley Phase I—Street Lighting and Sidewalks
CFA Official Release Date: 01.03.2017
Page 7 of l l
Cost Summary Sheet
Project Name: Walsh Ranch Quail Valley Phase IA—Street Lighting and Sidewalks
CFA No.: 2017-019 City Project No.: 100370
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 $ 294,256.00
2.Storm Drain $ -
3.Street Lights Installed by Developer $ 142,750.50
4. Signals $ -
TPW Construction Cost Total $ 437,006.50
Total Construction Cost(excluding the fees): $ 437,006.50
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%) $ 11,770.24
F. TPW Material Testing(2%) $ 5,885.12
G. Street Light Inspsection Cost $ 5,710.02
H. Signals Inspection Cost $ -
H. Street Signs Installation Cost $ -
Sub-Total for TPW Construction Fees $ 23,365.38
Total Construction Fees: $ 23,365.38
Choice
Financial Guarantee Options,choose one Amount Mark one
Bond=100% $ 437,006.50
Completion Agreement=100%/Holds Plat $ 437,006.50
Cash Escrow =125% $ 546,258.13
Escrow Pledge Agreement= 125% $ 546,258.13 X
Letter of Credit=125%w/2yr expiration period $ 546,258.13
City of Fort Worth,Texas
Standard Community Facilities Agreement-Walsh Ranch Quail Valley Phase 1 A—Street Lighting and Sidewalks
CFA Official Release Date: 01.03.2017
Page 8 of 11
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
Quail Valley Devco I, LLC
-�L
Jesus J. Chapa
Assistant City Manager
Date: l 7 Name: Clin er
Title: Vice Presid t
Recommended by: � �`/ ✓�j
,`/ Date: /
AV A- ATTEST: (Only if required by Developer)
Wendy Chi-Babulal, EMBA, P.E.
Development Engineering Manager
Water Department
J I Signature
CJ-. w Name:
Dougla . Wiersig,P.E.
Director Contract Compliance Manager:
Transportation&Public Works Department
By signing, I acknowledge that I am the
Approved as to Form &Legality: person responsible for the monitoring and
administration of this contract, including
ensuring all performance and reporting
4ytv�� requirements.
Richard A. McCracken
Assistant City Attorney ,1
M&C No. NA I� N-0 (Aim 'fimuo(a
Date: I Name:
Form 1295: Al �- Title:
PITO
ATTEST: ®;•' :%
' OFFICIAL.RECORD
Mary J. ays r * :.EXQS CITY SECRETARY
City Secretary FT. YYlIORTH, TX
City of Fort Worth,Texas
Standard Community Facilities Agreement-Walsh Ranch Quail Valley Phase IA—Street Lighting and Sidewalks
CFA Official Release Date: 01.03.2017
Page 9 of 11
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
Q Exhibit A: Water Improvements
Water Cost Estimate
14 Exhibit A-1: Sewer Improvements
QSewer Cost Estimate
Exhibit B: Paving Improvements
Paving Cost Estimate
Exhibit B-1: Storm Drain Improvements
D Storm Drain Cost Estimate
C Exhibit C: Street Lights and Signs Improvements
Qi Street Lights and Signs Cost Estimate
(Remainder of Page Intentionally Left Blank)
City of Fort Worth,Texas
Standard Community Facilities Agreement-Walsh Ranch Quail Valley Phase 1 A—Street Lighting and Sidewalks
CFA Official Release Date: 01.03.2017
Page 10 of 11
ATTACHMENT"1"
Changes to Standard Agreement
Community Facilities Agreement
City Project No. 100370
The financial guarantee for this CFA will be the existing escrow pledge agreement,recorded as City
Secretary Contract 48079.
City of Fort Worth,Texas
Standard Community Facilities Agreement- Walsh Ranch Quail Valley Phase 1 A—Street Lighting and Sidewalks
CFA Official Release Date: 01.03.2017
Page 11 of 11
V
W„ THERFORD ROAD,
f - J
I�
PROJECT SITE
r
x
NORTH
` 1 IeERSTATE
INTERSTATE 30_
J � �
Z
C7
LOCATION MAP
o N.T.S.
N
O
�D
O
M
O
M
O
d
N
Y
O
2
O
N
COVER SHEET
o QUAIL VALLEY-PHASE 1A-
SIDEWALKS&STREET LIGHTING
o January 11,2017
N
I! i I A it 1;,;WALSH
”
J
m RANCH
1 �
I , Z
1 : w0
U) 0 n
m =w N
a
m: z
Lu(j)
— - Y X (L
Q > J
J Q
Y Dw
w
n.
N
a 0O
4 0
m _ MATCH LINE — — o
x coTHIS SHEET I f M
V) = II
p
a
w O o
i Y �
a J
J � J
W
Z 0
w 0
0
ai ro
O
0
0
0
Sc
n
0
!c
N �[
N � J
119
W Y
J Q
N c
S
O+
a Q
O
r
O
\ MATCH LINE —
O THIS SHEET
W
J
L)
fn
i
of
F
w -i I\
_ W J t�
Z
r
U =aWN
LL, r"
j = W J06 7 '
0:>Y m T+
Jk NJ3a7 _
Q Q W
Wj �� xx
d w �U
c� j I Qz
N
p dN
m _
j ccoo
j C
En
= t�]
m MATCH LINE -
N lK — THIS SNEET ,* M
m I =
1 s o
� II M
Y 0. J m _��_ Z i;j
cn
a PS J N
a O
m p
O �
m j
a
U p
% Q
J
1
U
Z y,'
C7
0 22
hI i Q
N �X
O
M x
in
i m jN
a �
--I
W RN 2
/ a = jJ
\�, N Vi J k
O � O
n
0
n
cn
o '*
N �
\ MATCH LINE — =
_ — THIS SHEET
w
V _ A
ro
1/31/2017 004243
DAP-BID PROPOSAL
Pap I of t
SECTION 00 42 43
Developer Awarded Projects-PROPOSAL FORM
Walsh Ranch-Quail Valley:PHASE 1A-Sidewalks&Street Lighting
UNIT PRICE BID Bidder's Application
Project Item Information Bidde?s Proposal
Bidlist Item Description Unit of SpecificationBid Unit Price Bid Value
No. Measure Section No. Quantity
UNIT IV:PAVING IMPROVEMENTS
�132 13,0302 5"Conc Sidewalk SF 3213 20 59,964 $4,00 $239,856.00
3213.0504 Barrier Free Ramp,Type M-2 EA 321320 4 $1,000,00 $4,600.00
3 3213.0506 Barrier Free Ramp,Type P-1 EA 3213 20 42 $1 200.00 $50 400.00
TOTAL UNIT IV:PAVING IMPROVEMENTS $294,256.00
UNIT V:STREET LIGHTING IMPROVEMENTS
1 2605.3011 2"CONDT PVC SCH 80(T) LF 26 05 33 4,087 $8.00 $32,696.00
2 3441,1501 Ground Box Type B EA 34 41 10 13 $750.00 $9,750.0
3 3441.3201 LED Lighting Fixture EA 34 41 20 20 $550.00 $11,000.00
4 3441.3301 Rdwy Ilium Foundation TY 1,2,and 4 EA 34 41 20 20 $1,200.001 $24,000.00
5 3441.3350 Furnish/install Rdway Ilium TY 8 Pole EA 34 41 20 20 $2,550.00 $51,000.00
6 13441.3404 2-2-2-4 Quadpiex Alum Elec Conductor LF 34 41 20 1 4,087 $3.501 $14,304.50
TOTAL UNITY:STREET LIGHTING IMPROVEMENTS $142,750,50
Bid Summary
UNIT IV:PAVING IMPROVEMENTS $294,256-001
UNIT V:STREET LIGHTING IMPROVEMENTS $142,750.50
Bid Total $437,006.50
25%Confingencyl $109,251.63
Total Construction Bid $546,258.13
Contractor agrees to complete WORK for.FJNAL ?calendar days after the date when the
CONTRACT commences to run as provided in the General Conditions.
CITY OP FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS•DEVELOPER AWARDED PROJECTS WALSH RANCH•QUAIL VALLEY-PHASE JA
Form Vwion September 1,2015 HZ PROJECT R303M.02