Loading...
HomeMy WebLinkAboutContract 49237 §MCTRETARrL COMMUNITY FACILITIES AGREE NO. WITH CITY PARTICIPATION Developer Company Name: Criterion Race Street I,LLC Address,State,Zip Code: 14160 N.Dallas Pkwy,Dallas,TX 75254 Phone&Email: 214-393-4107,priddick@criteriondp.com Authorized Signatory, Title: W. Pretlow Riddick,President Project Name: River East Brief Description: Water,Paving, Street Lights Project Location: 2900 Race Street Plat Case Number: FS-16-248 Plat Name: Plumwood Addition Mapsco: 63-R Council District: 9 City Project Number: 100983 CFA Number: 2017-061 DOE Number: None To be completed b ff Received by: Date: Z h6, 8910 Y 7 1016 $ LCb OFFICIAL RECORO CI'T'Y g11CR�'ARY City of Fort Worth,Texas IT.WORTH91rX Enhanced Community Facilities Agreement with Criterion Race Street 1,LLC-River Eas Page 1 of 14 ENHANCED COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, Criterion Race Street 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 River East("Project") within the City of Fort Worth, Texas ("City"); and WHEREAS, the City has reviewed the proposed Improvements and desires to have the Developer reconstruct and provide streetscape improvements to Plumwood Street as well as paving and landscaping improvements to the public connection through the site("Improvements"); and WHEREAS,the Developer and the City desire to enter into this Enhanced Community Facilities Agreement ("ECFA" or "Agreement") in connection with the collective Improvements for the Project; and WHEREAS,the Project is necessitated by the Developer's plans to construct a mixed- use development with multi-family,commercial, live/work and retail uses of at least of 151,000 square feet and a multi-level parking garage, which developer has committed to have completed by December 31, 2019 for which the Developer will receive a tax abatement as stated in CSC No. 48635, Tax Abatement Agreement for Property Located in Neighborhood Empowerment Zone, and as more specifically set forth in Section P; and WHEREAS, the City has reviewed the Project and, contingent on Developer's compliance with all terms and conditions of this Agreement, including those with respect to Developer's commitments regarding the private improvements set forth in Section P, in return for the anticipated economic impact that the City will realize as a result of the increased residential and commercial activity resulting from these private improvements, the City is willing to participate in the Project in accordance with this Agreement as presented by the Cost Summar-v Table and Exhibits attached hereto and authorized by City Council via M&C �.'%252 on U_201r' ;and WHEREAS, the City's cost participation shall be in an amount not to exceed $1,000,000.00 as more specifically set forth in the terms and conditions of this Agreement ("Participation"); and City of Fort Worth,Texas Enhanced Community Facilities Agreement with Criterion Race Street I,LLC-River East Page 2 of 14 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 further acknowledges that said acceptance process requires the Developer's contractor(s) to submit a signed affidavit of bills paid signed by its contractor 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 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 describe the Improvements and are incorporated herein: Water (A) ®, Sewer (A-1) ❑, Paving (B) ®, Storm Drain (B-1) ❑, Street Lights & Signs (C) N. E. The Developer shall award all contracts for the construction of community facilities in accordance with all applicable competitive bidding requirements applicable to the City, and with Section II, paragraph 7 of the Policy. Developer's construction contracts for the construction of the public infrastructure shall be administered in conformance with City of Fort Worth,Texas Enhanced Community Facilities Agreement with Criterion Race Street I,LLC-River East Page 3 of 14 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 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. City of Fort Worth,Texas Enhanced Community Facilities Agreement with Criterion Race Street I,LLC-River East Page 4 of 14 V. To require its 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 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. I. City shall not be responsible for payment of any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. City will be responsible for the costs of utility relocation necessitated by the City's participation in this Agreement. 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. Developer also will donate any necessary easements for public right-of-way associated with the Race Street Improvements. 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 (including death) or damages sustained by any persons 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, its contractors, sub-contractors, officers, agents or employees, whether or not such injuries, death or damages are City of Fort Worth,Texas Enhanced Community Facilities Agreement with Criterion Race Street 1,LLC-River East Page 5 of 14 caused, in whole or in part, but the alleged negligence of the City of Fort Worth, its officers, servants, or employees. A The 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 contractors to indemnify and hold harmless the Cityfor 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 and further apportioned in the Cost Summary Table below 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. City of Fort Worth,Texas Enhanced Community Facilities Agreement with Criterion Race Street I,LLC-River East Page 6 of 14 iv. Developer shall pay in cash the total cost of street signs necessary for Developer's portion of the Project. P. ENHANCED REQUIREMENTS i. Conditions for Maximum Reimbursement: Subject to subsection(ii)below,the City will reimburse Developer a maximum of$1,000,000.00 of the cost of the Improvements as set forth in the Cost Summary Sheet herein, contingent on all of the following: a. By December 31, 2019 Developer must expend at least $20,000,000.00 in Construction Costs for (i) minimum of 138,000 square feet of residential rental space containing at least 152 dwelling units (the "Apartments") comprising at least twenty percent of the total Gross Floor Area; and (ii) a minimum of 13,800 square feet of office, restaurant, entertainment, retail sales and services, and/or live/work space (the "Retail Spaces"); and (iii) a multi-level parking garage to accommodate the apartment residents and retail customers ("the Required Improvements") For purposes of this Agreement"Construction Costs"mean the following expenditures made by Developer for the Required Improvements: Hard Construction Costs, actual construction costs of the Required Improvements;including contractor fees; the costs of supplies and materials; site development costs, streetscape improvements to Plumwood Street as well as paving for and landscaping improvements to the public connection through the site; construction interest paid during construction until the issuance of a final certificate of occupancy and other professional fees and other professional fees, development fees, and permitted fees related to construction. Attainment of this requirement must be documented in a Certificate of Completion. Developer's failure to meet this requirement will not constitute a breach of this Agreement, but will instead render Developer ineligible for any reimbursement by the City for costs of the Improvements. b. By December 31, 2019 a temporary or final certificate of occupancy shall be issued for all of the Required Improvements. Developer's failure to meet this requirement will not constitute a breach of this Agreement, but will instead render Developer ineligible for any reimbursements by the City for costs of the Improvements. City of Fort Worth,Texas Enhanced Community Facilities Agreement with Criterion Race Street I,LLC-River East Page 7 of 14 ii. Failure to Meet All Other Requirements. If Developer fails to meet any of the requirements set forth in Section P. L(a)and(b)above, meaning that Developer (i) failed to expend or cause to be expended at least $20,000,000.00 in Construction Costs for the Required Improvements by the December 31, 2019, as confirmed by the issuance of a temporary or final certificate of occupancy, or(ii)the Required Improvements did not obtain the issuance of a temporary or a final certificate of occupancy by December 31, 2019; or the Improvements were not accepted by the City as completed in accordance with this Agreement, the Policy, and all applicable laws, ordinances, rules and regulations by December 31, 2019, then notwithstanding anything to the contrary herein, Developer will be responsible for all costs of the Improvements and will not be entitled to any reimbursement by the City for any of those costs iii. Additional Goals for the Developer. Developer will by December 31, 2019, expended or cause to be expended with Fort Worth Companies the greater of(i) $3,000,000.00 in Hard Construction Costs for the Required Improvements or (ii) at least 15% of all hard construction costs for the Required Improvements, regardless of the total amount of such Hard Construction Costs(the"Fort Worth Construction Commitment"). Developer will by December 31,2019,expend or cause to be expended with Fort Worth Certified M/WBE Companies the greater of(i)$3,000,000.00 in Hard Construction Costs for the Required Improvements or(ii)at least 15%of all hard construction costs for the Required Improvements, regardless of the total amount of such Hard Construction Costs (the "M/WBE Construction Commitment"). For purposes of this Agreement, payments to a general contractor which is a Fort Worth Company/Fort Worth Certified M/WBE Company will be counted toward the Fort Worth Construction Commitment/Fort Worth M/WBE Construction Commitment, regardless of whether any subcontractors are themselves Fort Worth Companies/Fort Worth Certified M/WBE Companies. Likewise payments to subcontractors which are Fort Worth Companies/Fort Worth Certified M/WBE Companies will be counted toward the Fort Worth Construction Commitment/FortWorth Certified M/WBE Commitment, regardless of whether the general contractor of such subcontractors is itself a Fort Worth Company/Fort Worth Certified M/WBE Company. Developer's failure to achieve either or both of these goals will not City of Fort Worth,Texas Enhanced Community Facilities Agreement with Criterion Race Street I,LLC-River East Page 8 of 14 constitute a breach of this Agreement or cause any reduction to amount of the City's reimbursement obligations hereunder. iv. Certificate of Completion. Within 90 calendar days following receipt by the City of the final construction report for the Required Improvements submitted in accordance with CSC No. 48635, to the extent the City is able to verify that Construction Costs of at least $20,000,000.00 were expended for the Required Improvements by December 31,2019,the Neighborhood Services Director will issue a Certificate of Completion confirming that the Developer has met the obligations of CSC No. 48635. V. Inspection and Audits. Upon reasonable notice to Developer,the City will have the right to inspect the Required Improvements in order to evaluate and confirm any of Developer's commitments and obligations under Section P. vi. Use of Financial Guarantee to Complete Improvements. If the Improvements have not been completed and accepted by December 31, 2019, even if Developer has satisfied and obligations under this Agreement, Developer will be in breach of this Agreement. In this event, or in the event that Developer at any time breaches any other provision of this Agreement or fails to pay costs of construction to its contractors and subcontractors,the City may then utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of construction of the Improvements.In this event, Developer will not be entitled to any reimbursement by the City for the costs of the Improvements. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth,Texas Enhanced Community Facilities Agreement with Criterion Race Street I,LLC-River East Page 9of14 Cost Summary Sheet Project Name: River East CFA No.: 2017-061 City Project No.: 100983 Items Developer's Cost A. Water and Sewer Construction 1.Water Construction $17,974.00 2.Sewer Construction - Water and Sewer Construction Total $17,974.00 B.TPW Construction 1.Street $141,751.48 2.Storm Drain 3.Street Lights Installed by Developer $40,810.00 4.Signals TPW Construction Cost Total $182,561.48 Total Water/TPW Construction Cost(excluding fees): $200,535.48 C.Other 1.Landscape/Other $704,850.22 Other Construction Cost Total $704,850.22 Total Other Construction Cost: $704,850.22 Construction Fees: D.Water/Sewer Inspection Fee(2%) $359.48 E.Water/Sewer Material Testing Fee(2%) $359.48 Sub-Total for Water Construction Fees $718.96 F.TPW Inspection Fee(4%) $5,670.06 G.TPW Material Testing(2%) $2,835.03 H.Street Light Inspection Cost(41%) $1,632.40 I.Signals Inspection Cost J.Street Signs Installation Cost Sub-Total for TPW Construction Fees $10,137.49 Total Construction Fees: $10,856.45 K.Soft Costs $222,186.98 Total Project Cost(Water/TPW Const+Other Const+Fees+Soft Costs) $1,138,429.13 Total Economic Development Participation $1,000,000.00 Remaining Developer Participation $138,429.13 City of Fort Worth,Texas Enhanced Community Facilities Agreement with Criterion Race Street I,LLC-River East Page 10 of 14 Financial Guarantee Option,choose one Amount Choice Bond=100% $200,535.48 Completion Agreement=100%/Holds Plat $200,535.48 Cash Escrow Water/Sewer=125% $22,467.50 Cash Escrow Paving/Storm Drain=125% $177,189.35 Letter of Credit=125%w/2yr expiration period $250,669.35 x (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth,Texas Enhanced Community Facilities Agreement with Criterion Race Street I,LLC-River East Page 11 of 14 ACCORDINGLY,the City of Fort Worth and Developer have each 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 said Developer has executed this instrument in quadruplicate, effective as of the date subscribed by the City's designated City Manager. CITY OF FORT WORTH DEVELOPER CRITERION RACE STREET I,LLC A Delaware limited liability company Jesus J. Chapa Assistant City Manager By:CPC RS Investors,LLC,a Delaware limited liability company,its Member Date: � Moe By: CPC-T Race Street,LLC,a Recommended by: Delaware limited liability company, its Managing Member t By: CPC-T, L.P.,a Delaware limited Wen y Chi-Ba ul , EMBA, P.E. partnership,its Member ��elopment Engineering Manager By: CPC GP,LLC,a Delaware Water Department limited liability company,its General Partner Dougla6W. Wiersig, P.E. Director By. Name: W.Pretlow Riddick Transportation& Public Works Department Title: President Approved as to Form &Legality: ATTEST: if requir y Developer) e mda Ramos Na Chad A. Colley Sr. Assistant City Attorney Contract Compliance Manager: M&C No. &�C)12 Date: LA le t tya By signing I acknowledge that 1 am the person Form 1295: X P-.ZQ Ig9 Uz; responsible for the monitoring and administration of this contract, including ATTEST. ensuring all performance and reporting requirements. Naine: Aad J. e 1 City Sec tart' O� FOR,-,- Title: OR T� �� �� Title: U: = �XAS CORD City of Fort Worth,Texas (01Ci�A�' Enhanced Community Facilities Agreement with Criterion Race Street I,LLC-River East C��S&CROAV Page 12 of 14 W09TIA�`� 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 with City Participation ® Location Map ® Exhibit A: Water Improvements ® Water Cost Estimate ❑ Exhibit A-1: Sewer Improvements ❑ Sewer Cost Estimate ® Exhibit B: Paving Improvements ® Paving Cost Estimate ❑ Exhibit B-1: Storm Drain Improvements ❑ Storm Drain Cost Estimate ® Exhibit C: Street Lights and Signs Improvements ® Street Lights and Signs Cost Estimate (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Enhanced Community Facilities Agreement with Criterion Race Street I,LLC-River East Page 13 of 14 ATTACHMENT"V Changes to Standard Agreement Community Facilities Agreement City Project No. 100983 1. "Project" shall refer to the public project and is not the private project. 2. L. The Developer further- eovenants and agrees to, and by these presents does hereby, ful , indemnify, hold ba-mless and defend the City,its offie , agents and employees fromallsuits,, actions or elaims of any ehar—aet ,•, • Nether al nsser-ted, brought for- or on aeeount of any ii�ur-ies (ineluding death) or- damages sustained by any per-sons or- to afty PFOperty, resulting from 4ion with the > design, per-formanee or eompletion of any work to be performed by said > > subeontraetors, offieers, agents oF employees, . itee of any failure to proper-ly safeguard the wor-k, or-on aeeount of an u2r–intentional r--or- otherwise, negleet or miseonduet of said Developer, it > > offieers, agents or employees-, whether or no! sileh injuries-> death or damages are eaused-, in whole or bi part-, but the afted negfigenee > > or employees. City of Fort Worth,Texas Enhanced Community Facilities Agreement with Criterion Race Street I,LLC-River East Page 14 of 14 z w 75G w 0 C� G Z - w O LLS 0' J o Z' niv '^ w 3Va8 31NN08 �SNV�318 0 \ IVINO-100 V JO _Z a- SNIA3l8 w 301Sa3�R! a � -C LL X,N30lOH < v M w —, kVIONVEI oWG a3� a31(3W3 I ]NdH0 '\ w ` v1 .3e No l3N J � 3- - , Nb ND O = LL w s o i 5NIHOf11Ilk w m, LL X /A w _a: 3MIla61tl8 OO W V J r. " Z O _N W dirrdniis N V (/! � � vJ � � o < RIVER 0 Q m_ w �_ O Rr U ` � w ��� -� 'S U 5 s��\` u I w w �IN30S�l I Q > o"�?J � x z Q 0- C)U J D � O I L� 3 ` HI ON I � J F-- LLI Z {Wy z N W U W I— (�: 3 Ir y 10 i LLI W f 2 w 3 r= o LL W � � >00 � Z0 ft t W .-tN-4 .....I U r iRui � Q x LLJ ¢~ li OF co W 3 �m m OLLI LLJ Z cc to _.. LLIX tjFn b Q f 4 ; ao ' W W a a D-riH n c y k [C Y O ��• � s: O.a ; - :�� -Flt N b„ i�!ni 1 : �- 0 0 0 0 0 0 0 0 0 0 O000000000 0 0) Oo6 (DOci (oC; U 't00 (n00 (f) NO ti J (fl oo O O O C'7 r� t O m Efl �— ffl (fl O (f} fA I- W I- W 0 0 0 0 0 0 0 0 0 U 0 0 0 0 0 0 0 0 0 — (n00 () (DO (r CD VD- N O Cn 0 m 0 N O d H) m CO O (O � ffl O Vy Z 6p, H} J O N N .— N .— I,- < Ch a— I- O F- ~ Z W W 2 F- X W - O H a. Q a. } w CA N N •— N I- ce) � Z o Z U W (D Q ::i W U 5 U) C1 a � Z ~ wwd ¢ dd ¢ wv� Q Uw Zaawwwwwww I a o O ° > c z a w Q Q LLH U w 3 w N w i co N > > p —CZ .� >> o i cz W � ° 0g000 F— O O O N N M M O O D O .-r CT CT m M M M M M M M Cr, CT O Z 2 --+ N M Vl 00 CT W H I lu V 1 O U I a z a J S, Lu F- LU W fi p�Z Z W YLzl �a Ol 7 cl '^ coe LU co a T t r 1 k ^ ti J}^ 9 'e L IL w cc3 w Z w w x — — ILU <y # 3 w ya F lggkuS N/ONVM U) o -' - oocq0 00 a O vi Do a, o o a; o U r- a, �0000O LO N an O O 00 Vl 1- 06 00 kf � M V) Q F- O �' F- 2 W F- W O 00 0 0 0 0 U o n a o Cl Cl Cl N M O O �c O M 69 O O 69 O 69 69 �/1 Vl V> F' 69 69 .121 Z D J V) .--� vi 7 N 00 --� Q 00 N r+ F- M cn O cn F- F- w w 2 X > O Q U O O N 7 N � .� L p M y D r d F- p M ~ Z U WLO Q J = U U) C'1 � Uw � a � � wwaa WOO O LL W > W Q � LL F- U) U > z en 0 o A A y y a� T U U C G U > 8 M 8 M O _O O O O O_ O F- 0 0 0 0 0 0 0 CO W M M M M M M a O Z C — W Li F- a� CO ry w w � > z Ow 20 � w F. w wO ww cf) w U � m_ X w J j � x 0 w U) o 0 0 0 0 0 0 0 U 000coon0 J LQ LO M N M O O w QEf3 K3 �. EF}EA ER M N 0 fA Efl d! F- W F- W0 0 0 0 0 0 0 L) 0 0 0 0 0 0 0 c0 0 0 0 0 0 0 O O LOin O d � �nmu!, � rn0 �. E9 6s 613 N Z JN CO N 04M 0 H w _ H U) H 0 W > W X 0 WC) NNN N CL U) M LLQ � U S I— w Z � U (� m d J U � F- w z 0 3 w 0 � z LLJ LL w U � U) w w w CISc a O C/I � x C ami pj Q Q CA � w . z moo T Uv o wSU �vNC� w w O O h O O �--� eh h n O O O O O O n V V N N N N N -It M O Z N M V vi 10 h w F vl 0 0 0 V) O O t- O O o 0 00 0 0 0 0 0 0 0 0 o V10 O V> Vn N CO l- Cl 0 0V) 0 Cl 0 0 0 0 0 0 0 7 0 0 0 0 0 0 Cl 0 l- V1 O l- It N O M o v1 O 0, N O V 0 0 0 �c O 0 0 0 0 0 0 0 00 M O 00 7 p U ',I- CD N CD �c �--� O V ✓) ON 7 l- 00 N 00 O O V) O V) O O �c M O �o C, Le, 00 Vl 0000 00 V1 Vl 01 00 00 M lO 7 N V1 Vl N 00 01 V1 V) 01 \O V1 Vl N O\ - r4 en V 7 �c O\ O\ m V M oo N N N 4 N 7 o0 V O< 64 7 N �; Q 696q OD M 69 M 69 .- 69 N 69 V1 �O ti M F 64 64 69 69 69 69 69 69 69 69 69 69 69 69 69 65CD t- 0 w F w V1O O O O O O O O O O O0 O V1 0 0 0 0 0 0 0 0 V) V1 O V1 V1 N O O O V) Cl O Cl O O Cl Cl 0 0 (01 O O O (= O O O O N N O oo C� m 0 V1 7 M 00 O N O O O V) �o w 0 0 0 0 0 0 V) 00 N O --� 69 Vl O\ 69 69 69 O N V1 O1 O� N 69 69 V1 O V7 O V1 O [- 69 Cil N 69 69 d N U. V7 64 01 00 " (fl 69 N ll 01 64 609 � 6619 69 6M9 6s 69 69 69 69 b4 Z 6R 64 D CD '-. b �_ N V1 N Ln N l� l.- m l- m O Vl �o V1 V) r+ ¢ N N V1 D\ N - M �c C, m 10 l- N N lr-- Vl F 00 -+ M V1 to N N 7 O o0 h W Vl O N M N 00 N �o � N w Z w w O a w X = v O 7 O • M N V u b N NNJ 00 \D N M N "" W) .••i 'r CV N Q1 G N N N M M ONO N ONO LL w V �" N N --• •• o N o0 l� rQ = F 20 � wdw � wv� y v� dOwwwwwdddddddwwwww Q � � warnv� .laUaw -1 CA W w W W W W W � � � � � U zo Q Z D1� U h, m J � a W a O 3 F- O w z Q O w U w 0 f- w w w > m P N U � w .. C7 o P� SE ,� a •0 0 �e > F- a P. U x o x a3id V :nA � o o ate '" � � o � 3 � .. Y •� � F, 0 v� d3UdU '� w- nl � oP a A o �e . _ 0. > > > > o 0 > -ate' a" .. `6 v . 0 0 0 0 0 o U a 8 8 6 8 6 6 p 0 ° � c a 8 - ° a as as ai v as ar ❑ , m o o ai �? - •n r.. ca as E P: P: 1: P: P: v] v) P: F U U P: CA A C%] O a L1] F 3 a In g000000 - N vv � hoorno_ - N_ m_ v n cN_ oorn_ o w 0 0 O O O O O_ O _O 0 0 0 Cl 0 0 0 0 --� --� --� 0-- N s M �O O --� M --� u> O O O O O O O O O O O O O O O O O O F O O D •--� --� 0 0 0 M O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O, C, a, C, Qi O� O\ O, O1 C, O\ a, O, N_ V l� O, 01 O1 O1 O\ O1 O\ 01 01 m 01 01 O\ O\ O\ CT 01 Fn O O O O O O M M M M M O, D\ O\ O 01 O\ O, O\ ON O1 01 01 I a,I 01 D\ D1 O\ O Liw F M&C Review Page 1 of 2 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FaR TWORTH COUNCIL ACTION: Approved on 6/6/2017 DATE: 6/6/2017 REFERENCE **C-28252 LOG NAME: 19RACESTREETASSIGN NO.. CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of Consent to Assignment of City Secretary Contract No. 48635, a Tax Abatement Agreement with 2925 Race, LLC, to Criterion Race Street I, LLC and Execution of an Enhanced Community Facilities Agreement with Criterion Race Street I, LLC (COUNCIL DISTRICT 9) RECOMMENDATION: It is recommended that the City Council authorize the execution of a Consent to Assignment of City Secretary Contract No. 48635, a Tax Abatement Agreement between the City and 2925 Race, LLC, to Criterion Race Street I, LLC, and execution of an Enhanced Community Facilities Agreement with Criterion Race Street I, LLC in conjunction with the sale and construction of the mixed-use project located at Plumwood Street and Race Street in the Six Points Neighborhood Empowerment Zone and associated public improvements to Plumwood Street and Paving and Landscaping improvements to the public connection through the project site. DISCUSSION: On August 2, 2016, the City Council approved a 10-year Tax Abatement Agreement (Agreement) and an Enhanced Community Facilities Agreement (ECFA) in the amount not to exceed $1,000,000.00 with 2925 Race, LLC (Company) related to the construction of a mixed use project with 152 residential units located at Plumwood Street and Race Street in the Six Points Neighborhood Empowerment Zone and public improvements to Plumwood Street and paving and landscaping improvements to the public connection through the project site (M&C C-27846, City Secretary Contract No. 48635). The Company now wishes to transfer the project to a newly formed entity, Criterion Race Street I, LLC (Criterion). Under the Agreement, the Company is prohibited from assigning the Agreement to another party without the City Council's consent. In order to facilitate the transaction, a Consent to Assignment Agreement between the City, the Company and the purchaser will be required. Since the ECFA has not been executed, staff recommends City Council approve entering into the ECFA with Criterion Race Street I, LLC allowing the entire project to be with the newly formed entity and owner of the property. All other terms of the Agreement and ECFA will remain the same. Criterion will be required to meet all obligations of the Company under the Agreements. The City will continue to receive the public benefits resulting from development of this project. The mixed-use project is located in COUNCIL DISTRICT 9, Mapsco 63R. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the ECFA Criterion Development Project, as appropriated, of the Critical Capital Projects Fund (39001) included in the Fiscal Year 2007 Bond Program. http://apps.cfwnet.org/council_packet/mc_review.asp?ID=24711&councildate=6/6/2017 7/5/2017 M&C Review Page 2 of 2 TO 7�1— Department Account Project Program Activity Budget Reference# Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year (Chartfield 2) Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: Aubrey Thagard (8187) Additional Information Contact: Sarah Odle (7316) ATTACHMENTS Form 1295.pdf Race Street Project Map.pdf http://apps.cfwnet.org/council_packet/mc_review.asp?ID=24711&councildate=6/6/2017 7/5/2017 CERTIFICATE OF INTERESTED PARTIES FORM 1295 lots Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2017-206965 Criterion Race Street I, LLC Dallas,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 05/12/2017 being filed. City of Fort Worth Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. 48635 Tax Abatement Agreement Nature of interest 4 Name of interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary 5 Check only if there is NO Interested Party. X 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. P LAURA B KARLS � 3 Notary Public * * State of Texas �y Cl If!# 12884924-6 or�t� My Comm,Exp.001.1 t11•21?2[? .1Signature of authorized agent o co tracting business entity AFFIX NOTARY STAMP I SEAL ABOVE Sworn to and subscribed before me,by the said _ ice"�f/ltr l`K I�IIJ�I� ES this the I day of 20 to to certify which,witness my hand and seal of office. `� 61& L wvk 6" I I �a�r�tt-la- u1 F_ Signature of officer administering oath Printed name of officer administering oath Title of officer administeringf oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.883