Loading...
HomeMy WebLinkAboutContract 38794 COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 3SI94 WHEREAS,the undersigned Independent School District, "Developer" desires to make certain improvements(refer to the name of the project at the bottom of the page) an addition to the City of Fort Worth,Texas;and WHEREAS,the said Developer has requested the City of Fort Worth,a home-rule municipal corporation situated in Tarrant,Denton,Parker, and Wise Counties,Texas,hereinafter called"City",to do certain work in connection with said improvements. Developer: Name: DICK ELKINS Title: PRESIDENT,EAGLE MOUNTAIN-SAGINAW I.S.D. SCHOOL BOARD Company:EAGLE MOUNTAIN-SAGINAW INDEPENDENT SCHOOL DISTRICT Project Name: EAGLE MOUNTAIN-SAGINAW I.S.D.NEW MAINTENANCE,TRANSPORTATION &WAREHOUSE FACILITY Project Location: Streets: SAGINAW BLVD. (US 81/SH 287)&WAREHOUSE WAY Mapsco: 18Y& 18Z Council District:7 CFA: aoo , 0 a� DoE: �a City Project No. OFFICIAL RECORD ARY NOW,THEREFORE,KNOW ALL BY THESE PRESENTS: 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 and subsequently amended from time to time via a Mayor and Council Communication adopted by the City Council of the City of Fort Worth, is hereby incorporated into this Community Facilities Agreement("CFA") 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 infrastructure. Developer further acknowledges that said process requires it 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 the sub-contractor and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full 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 are made a part hereof: Water(A) , Sewer(A-1) ; Paving(B) ; Storm Drain(B-1) ; Street Lights & Signs (C) X . E. The Developer shall award all contracts for the construction of community facilities in accordance with Section II, paragraph 7 of the Policy and the contracts for the construction of the public infrastructure shall be 2 administered in conformance with paragraph 8, Section II, of the Policy. F. For all infrastructure 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 insured, licensed and bonded to do work in public streets and/or prequalified 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 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 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 ACORD Certificate of Insurance supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours notice to the City's Construction Services Division of 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. v. To require its contractor to have fully executed contract documents submitted to the City to schedule a Pre-Construction Meeting. The 3 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 agrees to provide, at its expense, all engineering drawings and documents necessary to construct the improvements required by this Agreement. H. City is requiring the widening and/or straightening of the City road(s) contemplated herein. City shall not be responsible for any costs that may be incurred for the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. 1. Developer agrees that the City shall not be responsible for any inadequacies in the preliminary plans, specifications and cost estimates supplied by the Developer for this Agreement and hereby releases the City from same. J. 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. K. 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 and shall cause to be executed 4 and delivered to the City an indemnity agreement from such contractors on a form to be promulgated by the City. L. 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. 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. M. Inspection and material testing fees are required as follows: L 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. s COST SUMMARY TABLE Items Developer's Cost A. Water and Sewer Construction 1.Water 2. Sewer Water Construction Cost Sub-Total $0.00 B. TPW Construction 1. Street 2. Storm Drain 3. Street Lights $133,467.13 4. Street Name Signs TPW Construction Cost Sub-Total $133,467.13 Total Construction Cost(excluding the fees): $133,467.13 Construction Fees: C. Water Inspection Fee (2%) $0.00 D. Water Material Testing Fee(2%) $0.00 Sub-Total for Water Construction Fees E. TPW Inspection Fee (4%) $5,338.69 F. TPW Material Testing (2%) Sub-Total for TPW Construction Fees $5,338.69 Total Construction Fees: $5,338.69 6 The Checked Must be Included as Attachments to this Agreement Included Attachment ® Location Map ❑ Exhibit A: Water Improvements ❑ Water Estimate ❑ Exhibit A-1: Sewer Improvements ❑ Sewer Estimate ❑ Exhibit B: Paving Improvements ❑ Paving Estimate ❑ Exhibit B-1: Storm Drain Improvements ❑ Storm Drain Estimate ❑ Exhibit C: Street Lights and Signs Improvements ® Street Lights and Signs Estimate (Remainder of Page Intentionally Left Blank) 7 IN TESTIMONY WHEREOF,the City of Fort Worth has caused this instrument to be executed in quadruplicate in its name and on its behalf by its Assistant City Manager,attested by its City Secretary,with the corporate seal of the City affixed,and said Develo er has executed this instrument in quadruplicate,at Fort Worth,Texas this day of ,2009. CITY OF FORT WORTH DEVELOPER Eagle Mountain-Sagi w I.S.D. Fernando Costa Assistant City Manager Name: DIGK. L1-lty S Title: �Q. �R�aSl�licl-I Recommended by: Transportation&Public Works Department William V rkest,P.E Director Water Department Wendy Chi-Babulal,EMBA,P.E. Water Development Engineering Manager Approved as to Form&Legality: - Al Amy J. se Assista t Ci y Attorney ATTEST: \^ I` \1(\ NO M&C REQUIRED Marty Hen &ix City Secretary OFFICIAL RECORD MYSECRETARY FT.WORTH,Tx 8 i w B287 SITE j j •� i i y FORT WORTH \ j o •\\ j F \ l O�\'\\ Fps` s GP \ I PARK ---••-----•----------—•---••-- \ I \ �\— — — SAW .\ BAILEY BAILEY- BOSWELL BOSWELL \ o --------------- ----- r7 z \ 3 j •\ j \ > 1 LUBGO-) - -— - - -------------- FAIF EA 1220 MEADW E \ (_ j i I N W �, I I I \•\ MINT W J BOA7 \•\ P�iZ G, ASBURY I I A ¢ AMBRIDG \ G G g U) I I I ( E E R I STAREE o \ I o I I > P W MC LEROY \ 02 I- --6R9MWEL6 ~ MARINE CREEK j z — -------------- -------- � 3 Martine Creek — — Lake /NC E o LLE 820 REENF8 D 8 2 0 NORTH HILL TFN M/�, r \•\ OR RIDGE ZO eR/pGF �� i% J I 1 LOCATION MAP N.T.S. SCALE CITY OF FORT WORTH, TEXAS TMP PROJECT/A �. TEACUE HALL AND PERKINS TRAFFIC SIGNAL IMPROVEMENTS TO SERVEmo w 08141 3 NIA z t 10 o M a c o n s t r e e t EMS ISD BUS MAINTENANCE/WAREHOUSE FACILITY VERT DATE Fort Worth, Texas 76102 /N C. Ph ons:(817)336-5773•Fax:(817)338-2813 LOCATION MAP MAY 2009 w.w.w.tnp-onllne.com C`. ., m INC i '• o PROPOSED TRAFF/C =W - - - SIGNAL CT C;p \•;': 10 2A off lur ; PR TENA CE=12AC1LI'TY Himilim I - J 2 LOT p R 19.14 ACRE ` PROP SED WAREHOUSE CUTY TY - MEN d -: GRAPHIC SCALE 200 0 100 200 SCALE CITY OF FORT WORTH, TEXAS TNP 8 41 1"200' TEAGUE NALL AND PERKINS VlJ(0814 TRAFFIC SIGNAL IMPROVEMENTS TO SERVE VERT A � 1100 Macon street EMS ISD BUS MAINTENANCE WAREHOUSE FACILITY DATE Fort Worth, Taxes 78102 INC. Phone:(8+7)338-6773•Fex:(817)336-2873 EXHIBIT C MAY 2009 w.w.w.tnp-onllne.com tu C5 uj LU Lij ce c w UJ Uj c) CLe ti X13 ' ra (D 0 sc uj U4 tZ cc uj t3 4' +� ., took UJ uj 0) uj Q) uj I.. Lu a �.i uj co �n 0u too fi LU 0 o t� 10 �Or�u3 6 + _.,,,,w jj i3}g9 .+". ✓ �Il. �i—J�113 i� Z F- ��MI>Jr C3 t%0 0 Wig,,,U34b ty / 7 x 0 W tey li N x� ,,✓ �y� S15}' `ft�t.1� �..'�{C LL A p 1t3 a c CLI i#OTJIM