Loading...
HomeMy WebLinkAboutContract 46245 Developer and Project Information Cover Sheet: (Developer Company Name: Komada,LLC Address, State,Zip Code: 12025 Starcrest Drive, San Antonio,TX 78247 Phone,E-Mail: 210-807-9200 Ext.4,shaun.perez( !Ut .coin Authorized Signatory/Title:Thomas C.Russell,Area Manager Project Name and Brief Description:Naval Joint Air Station New Commercial Driveway Project Location: Intersection of Alta Mere Dr and Ridgmar Meadow Rd Plat Case No.:N/A Plat Name:N/A Mapsco: 74A Council District: 3 City Project No: 02347 CFA: 2014-063 DOE: 7285 To be com leted y sta f Received by: Date: L Err C—)" ErtTr 1 ^MCI OFFICIAL RECORD CITY SECRETARY FT, WORTRO TX 1 GOVERNMENTAL ENTITY COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 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 Naval Joint Air Station New Commercial Driveway("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 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 or by providing written certification from the Developer's Chief Financial Officer (or equivalent position regardless of title) that the Developer has appropriated sufficient funds to pay its contractor for all 2 work to be performed under this Agreement. Developer 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 acknowledges that the said 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)_, Street Lights & Signal (C) X. E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section lI, paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section lI, 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 3 final acceptance insuring the maintenance and repair of the constructed infrastructure during the tern of the maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253, Texas Government Code. iii. To require the contractor(s) it hues 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 an 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. 4 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 the relocation of any utilities that are or may be in conflict with any of the Improvements 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. 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 iniuries, 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. M. 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 5 - express intended third party beneficiary of such contracts. N. 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. O. 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, if one is submitted, 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, if one is submitted, 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 6 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:Naval Joint Air Station New Commercial Driveway CFA No.: 2014-063 DOE No.: 7285 1 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 $ - 3.Street Lights Installed by Developer $ 38,460.00 4.Street Signal Installed by Developer $ 157,651.00 TPW Construction Cost Total $ 196,111.00 Total Construction Cost(excluding the fees): $ 196,111.00 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%) $ F. TPW Material Testing(2%) $ - G. Street Light Inspsection Cost $ 1,538.40 H. Street Signal Inspection Cost $ 6,306.04 Sub-Total for TPW Construction Fees $ 7,844.44 Total Construction Fees: $ 7,844.44 Financial Guarantee Options(Choose one) Amount Mark choice Bond=100% $ 196,111.00 Completion Agreement=100%/Holds Plat $ 196,111.00 Cash Escrow Water/Sanitary Sewer=125% $ - Cash Escrow Pavin /Storm Drain=125% $ 245,138.75 j Letter of Credit=125%w/2 r expiration period $ 245,138.75 Statement of Appropriated Fundin $ 196,111.00 8 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 Komada,LLC On behalf of The United States Navy Fernando Costa Name: Thomas C.Russel Assistant City Manager Title: Area Manager Date: A f//*— Date: November 24,2014 Recommended by: Water Department Trans ortation&Public Works Department Not Required Gr Wendy Chi-Babulal,EMBA,P.E. Doug iersig,P.E. Development Engineering Manager Directo N2r&Legality: M&C No. Date: Douglas W.Black Assistant City Attorney ATTEST: ATTEST: (if required) M ac� I jA- Mary J."Yaryy Name/ City Sec 0 Coco � Governmental Entity: Leg OffiCUAL RECORD 0 0 C5BTu 111,SECRE RV 9 Gy`10 mumq 7K 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-1: Sewer hnprovements ❑ Sewer Estimate ❑ Exhibit B: Paving hnprovements ❑ Paving Estimate ❑ Exhibit B-1: Storm Drain Improvements ❑ Storm Drain Estimate ® Exhibit C: Street Lights and Signs Improvements ® Street Lights and Signs Estimate I (Remainder of Page Intentionally Left Blank) 10 Exhibits New Commercial Driveway for Naval Air Station Fort Worth Joint Reserve Base CP# 02347/File#K-2347/D.O.E.# 7285 Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment X Exhibit A: Location Ma X Exhibit B-1: Street Light Improvements X Exhibit B-2: Street Lights Estimate X Exhibit C-1: Traffic Signal Improvements X Exhibit C-2: Traffic Signal Estimate X Exhibit D: Approved Cover Page Infrastructure Design/ Engine rin Submittal (Remainder of Page Intentionally Left Blank) Exhibit D: Approved Cover Page Infrastructure Design / Engineering Submittal ON 300 -'ON 103fOUd KLIO -'ON 311d -'ON103f01id N3M3S --ON 103(OUd M31VM _ W O h C7ow W �z� a 3 a ca Z a 9 � W N a u a 7 H M 11111,H110 Ir w Q Q Wow o j$ yyg�kkyy <iagagiSS 5 a d 0 V Z NO U wF83i � 2tP�a Cl MilH t O 3 ° �uum .333 ZO ° °" g �°, _° Qgs� � g Jai c $$ gggg5q �g H re LL vv O= a (A o ib zc 8 %R 8� k ? a K 19 iIRl a s iaahaa axaaaxaxa 3 ¢ -«n.netmz4y-a-°aFf1 ��s;AA��71Y�85 m08aSA BAARFRRaR �p ssss.ss.s.sss C�7 UU pp � LL Co W �cn0 c�z L�0 U) o z z z 1 L < a nZ >"r°�ao Z C , rrnn C L V w LlJ 1 \` wpoa�0 F_ cn wow < > U) OF' z —Qws cn (.9(- > z — � H O cn Z o Q'y E-- aC z M Z y W �U W_� o= o ��� LL LL f— zp wQZ P_ O� > F- - W w N ��// Z 0 ^� O z 0 0WZ j�Z —t1— Z Z °1 a z° U to `� >o- <ow° Sao v1 �- LLI = Z ° =Q w<m 0 w WK�g LL U)f- � �_ a_v�� Z 0 LL Z 1 y I .o y° ORf Gt 3 a ga d €_ = N z m i p �$ WW °�-Q�t� ��o 02� €p� °� '9—N Z w r� M �< wt> F-Vl d] N w h cr Fz " to k� w a � 8 �`^O - > N N N H w5 �'g�,{ i �M O� W h Y O o ° yz 'd &� B w� QG u�Zrnw L. o.. U2 I yy z } W F y Exhibit A: Location Map Project Location Map LED i. �r:l:jl iZx ; S R r f4 £ 1 off we ttt 7 3i fc., r - WTI t JO �J ff �� � 131fCidijE(it P"x6��4i T�?Tf8 ,. �.; L Fort KO x. NAS Joint Reserve Base Fort Worth SR 183(Alte Mere) Project Location _ RidgmarMeadow Road `' :.ZD — il\> � r 3 F 1 1 iR +o, s� New Commercial Driveway for Naval Air Station Fort Worth Joint Reserve Base CP#02347/File#K-2347/D.O.E.#7285 N � � „1 � r , gy CD 0 f� !E 0 • o ' co coN •V '� - •� o x >. ' Z E 0 gra N si b �' to ti 3=� 75 ZN O 4) .5 L 0 3 m a�c_o c c o N cu c .x X m N o Y a o .2-0— O o>rn ca o 2.9- c O L _w_ o a m ��6 ° o.E co c a `m m` a) cNE _t , i Exhibit B-l: Street LiLyht Improvements oa Ld Ld wm cc z OX 0 z u U0 lw SPY bi al IV1383hWOO 03SOdOdc! MAR MEADOW ROAD ol Iza ll� cr LJ lz zit x Exhibit C-1: Traffic Signal Improvements cl Ld I 1z zl os El 11 z 81 31 ha I lo lo 21 2'o Z I'll W m V) (t =) LLJ La z Lj Q) V) IM Lu Lu C14 ad cle Lu I onoz aa» Na O TTTI "a 0 Z z ZO 9-�0 co — u rn > Low– OC DC 00 00 ti NONE# 311 j LIQ ^ rn J 1.11 11 o tf z. viz RiDGM MEADOW 6 BLOCK #7000 so ol Al o o 3—311A Q 3: Z 0 < uj —i u>-0 i ( I ; I MO Ln 2 M u Cf) L -,o 7 .2 LU 0 7 > 1z W Co I �l I cI I I : I —+ 2 1 1 T r))' Z.- 11 0 E _ i �,I 'p- 1� EST -—--—- --ju-8 Z' p 0 t3 :jj RIDG AR MEADOW -—-—._._._I_—•. ROAD Of t, BLCCK #7()C,n T I .,fIFNF It I T T. CD IINT 000 Z,11 z 1. LLj .1 Z 3 >< <, - lu Fr I zw 1.0 m I> 0. z 0— 6i 2.1," z. '1 2'�4 11 1.moo > z 0 =z 66,'u z 'z m -Z 4 1,z < 1 19--z �z T U O bZZE=8350 .1113M 3-3113 LU UJ '08 MOOV3N 8M9018 0 ol Exhibit B-2: Street Lights Estimate 0042 43 DAP-BID PROPOSAL Page 5 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value UNIT V:STREET LIGHTING IMPROVEMENTS 1 2605.3011 2"CONDT PVC SCH 40(T) 26 05 33 LF 566 $9.00 $5,094.00 2 2605.3007 1 1/2"CONDT PVC SCH 80(B) 26 05 33 LF 188 $18.00 $3,384.00 3 3441.1413 NO 6 Bare F,lec Condr SLD 3441 10 LF 18 $1.00 $18.00 4 3441.1408 NO 6 Insulated Elec Condr 3441 10 LF 36 $1.00 $36.00 5 3441.1414 NO 8 Bare Elee Condr 3441 10 LF 736 $1.00 $736.00 6 13441.1409 NO 8 Insulated Elee Condr 3441 10 LF 1472 $1.00 $1,472.00 7 2605.0112 Install Elec Sery Pedestal 26 05 00 JEA 1 $4,000.00 $4,000.00 8 3441.3004 Rdwy Illum Assnibly Special(on signal pole) 3441 20 EA 4 $500.00 $2,000.00 9 3441.3501 Salvage Street Light Pole 3441 20 EA 2 $910.00 $1,820.00 10 3441.3411 Reconnect Conductor 344120 EA 1 $1,500.00 $1,500.00 11 3441.1502 Ground Box Type B,w/Apron 3441 10 EA 1 $730.00 $730.00 12 3441.1503 Ground Box Type D,w/Apron 3441 10 EA 1 $750.00 $750.00 13 3441.3301 Rdwy Illum Foundation 3441 20 EA 3 $1,440.00 $4,320.00 14 34413003 Rdwy Illum Assmbly 3441 20 EA 3 $4,200.00 $12,600.00 TOTAL UNIT V:STREET LIGHTING IMPROVEMENT $38,460.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS-DEVELOPER AWARDED PROJECTS Fonn Version April 2,2014 004243 Bid Proposal_DAP_NAS.xls Exhibit C-2: Traffic Signal Estimate 0U 42 43 DAP-BID PROPOSAL Page 6 of 7 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 UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS 1 2605.01 12 Install Elec Sery Pedestal 26 05 00 EA 1 $4,000.00 $4,000.00 2 2605.3015 2"CONDT PVC SCH 80(T) 26 05 33 LF 16 $9.00 $144.00 3 2605.3016 2"CONDT PVC SCH 80(B) 26 05 33 LF 121 $18.00 $2,178.00 4 2605.3025 3"CONDT PVC SCH 80(T) 26 05 33 LF 56 $10.00 $560.00 5 2605.3026 3"CONDT PVC SCH 80(B) 26 05 33 LF 353 $20.00 $7,060.00 6 3441.1001 3-Sect Signal Head Assmbly 3441 10 EA 10 $900.00 $9,000.00 7 3441.1003 5-Sect Signal Head Assmbly 3441 10 EA 1 $1,400.00 $1,400.00 8 3441.1220 Furnish/Install Model 711 Preemption Detector 3441 10 EA 3 $785.00 $2,355.00 9 3441.1220 Furnish/Install Model 764 Phase Selector 3441 10 EA 1 $3,800.00 $3,800.00 10 3441.1224 Furnish/Install Preemption Cable 3441 10 LF 602 $2.00 $1,204.00 11 3441.1230 Furnish/Install Radar Presence Detection Device 3441 10 EA 4 $9,000.00 $36,000.00 12 3441.1231 Furnish/Install Radar Advance Detection Device 3441 10 EA 2 $9,000.00 $18,000.00 13 3441.1234 Furnish/Install Radar Cable 3441 10 LF 1,231 $2.00 $2,462.00 14 3441.1315 20/C 14 AWG Multi-Conductor Cable 3441 10 LF 593 $6.00 $3,558.00 15 3441.1320 6/C 14 AWG Multi-Conductor Cable 13441 10 LF 454 $2.00 $908.00 16 3441.1313 8/C 14 AWG Multi-Conductor Cable 13441 10 LF 187 $2.00 $374.00 17 3441.1408 NO 6 Insulated Elec Condr 3441 10 LF 310 $1.00 $310.00 18 3441.1414 NO 8 Bare Elec Condr 13441 10 ILF 606 $1.00 $606.00 19 3441.1409 NO 8Insulated Elec Condr 3441 10 LF 1,312 $1.00 $1,312.00 20 3441.1503 Ground Box Type D,w/Apron 3441 10 EA 4 $750.00 $3,000.00 21 3441.1611 Furnish/Install Type 41 Signal Pole 3441 10 EA 1 $3,300.00 $3,300.00 22 3441.1613 Furnish/Install Type 43 Signal Pole 3441 10 EA 1 $3,800.00 $3,800.00 23 3441.1615 Furnish/Install Type 45 Signal Pole 3441 10 EA 2 $5,500.00 $11,000.00 24 3441.1626 Install Mast Arm 16'-36' 3441 10 EA 1 $1,455.00 $1,455.00 25 3441.1627 Install Mast Arm 40'-48' 3441 10 EA 1 $1,900.00 $1,900.00 26 3441.1628 Install Mast Arm 52'-60' 3441 10 EA 2 $2,685.00 $5,370.00 27 3441.1703 TY 3 Signal Foundation 3441 10 EA 1 $2,200.00 $2,200.00 28 3441.1704 TY 4 Signal Foundation 3441 10 EA 1 $2,700.00 $2,700.00 29 3441.1705 TY 5 Signal Foundation 3441 10 EA 2 $2,800.00 $5,600.00 30 3441.1711 Signal Controller Foundation 3441 10 EA 1 $2,495.00 $2,495.00 31 3441.1724 Furnish/Install Controller R Cabinet,Ground MNT 3441 10 EA 1 $13,450.00 $13,450.00 32 3441.2001 Salvage Traffic Signal 3441 13 EA 1 $3,000.00 $3,000.00 33 3441.4001 Furnish/lnstall Alum Sign Mast Ann Mount 3441 30 EA 3 $250.00 $750.00 34 Metro Sign 4 $600.00 $2,400.00 TOTAL UNIT VI:TRAFFIC SIGNAL IMPROVEMENT $157,651.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Fonn Version April 2,2014 0042 43_Bid Proposal_DAP_NAS.xls