Loading...
HomeMy WebLinkAboutContract 3983019 COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary C COUNTY OF TARRANT § Contract No. - t 3 u WHEREAS, the undersigned "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, ahome-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 Information: Developer Company Name: XTRA Lease, LLC Authorized Signatory: Michael J. Dreher Title: Vice President GF � Project Name: Cross Street Addition Project Location: SW Intersection of Deen Road &Meacham Boulevard Additional Streets: N/A Plat Case No.: Cross Street Addition Plat Name: FS-009-166 Mapsco: 49N To be cornpleted y staff.• Received by: Council District: 2 CFA: 2010-005 DOE: 6339 1 City No: 01446 O�FIC�AL RECORD CITY SECRETARY �T. WORTH, TX 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 Faces ("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 the contractor 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. The following checked exhibits are made a part hereof: Water (A) X�i 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 administered in conformance with paragraph 8, Section II, of the Policy. Combined CFA final Sept 12, 2008 2 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. 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 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. 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, 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, his contractors, sub -contractors, officers, agents or employees, whether or not such iniuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Combined CFA final Sept 11, 2008 4 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 not such injuries, death or damages are caused, in whole or in part, by the allezed nezlizence 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 and delivered to the City an indemnity agreement from such contractors on a form to be promulgated by the City. N. 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. 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. 3 iiis 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. The City's obligation to participate (exclusive of front foot charges) in the cost of the community facilities shall terminate if the facilities are not completed within two (2) years; provided, however, if construction of the community facilities has started within the two year period, the developer may request that the CFA be extended for one year. If the community facilities are not completed within such extension period, there will be no further obligation of the City to participate. City participation in a CFA shall be subject to the availability of City funds and approval by the Fort Worth City Council. 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. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the construction of the community facilities if at the end of two (2) years from the date of this Agreement the community facilities have not been completed and accepted. The City may utilize the Developer's financial guarantee to cause the completion of the construction of the community facilities 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 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, Combined CFA final Sept 12, 2008 3 e Project Name: Cross Street Addition CFA No.: 2010-005 Cost Summary Sheet DOE No.: 6339 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 A. Water and Sewer Construction a. Water Construction 2, Sewer Con struction a. Water and Sewer Construction Total B. TPW Construction 1. Street 2, Storm Drain TPW Construction Cost Sub -Total Total Construction Cost (excluding the fees): 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 Inspection Cost H. Street Signs Installation Cost Sub -Total for TPW Construction Fees Total Construction Fees: Financial Guarantee Options. choose one Developer's Cost $ 7,000.00 $ 31500,00 $ 10,500.00 $ 16,070.00 $ 69,595.00 $ 85,665.00 $ 96,165.00 $ 210.00 $ 210.00 $ 420.00 $ 3,426.60 $ 1,713.30 $ 5,139.90 $ 5,559.90 Choice Amount (ck one) Bond = 100% $ 96,165.00 X Com letion A ree ment = 100% /Holds Plat $ 96,165.00 Cash Escrow W ater/S anitarySewer= 125% $ 13,125.00 Cash Escrow Paving/Storm Drain r= 125% $ 107,081.25 Letter of Credit = 125% w/2 r expiration pe riod $ 120,206.25 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 Developer has execu d this instrument in quadruplicate, at Fort Worth, Texas this day of ,20 CITY OF FORT WORTH-Reconm�etided by: Water Department Development Engineering Manager Transportation &Public Works Department William A./ rerkest, Rife Director Approved as to Form &Legality: Approved by City Manager's Office Marty Hendrix City Secretary ATTEST Signature (Print) Name: J o tttJ M V cLl.tIZ V 1P 20:�L E5 TivTi:7 Xtra Lease, LLC Signature Print Name: Michael J. Dreher Title: Vice President G F 0 r OFFICIAL RECORD CITY SECRETARY Combined CFA final Sept 12, 2008 8 I T. 'FORTH, TX Check items associated with the project being undertaken; checked items must be included asAttachments 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 134: Storm Drain Improvements ® Storm Drain Estimate ❑ Exhibit C: Street Lights and Signs Improvements ❑ Street Lights and Signs Estimate (Remainder of Page Intentionally Left Blank) J.VM?Ibdd OaNO2� ' ob1Sl19tld z AI >iadw F SSIL OIa3 ns Q o z o_ CZ'J �4 �p OAS a= �eS ,gy 86F 8F'': € � gas tlP 1:.5 = 8 e_sa �agaNX C B<^ I. 9 i ����HM a es3 A€3 5� ads' Z#3 �G' z TY� 5 aw kedt u IVC r� vC `8�esa p hi a C Nk ii59 $�H to �<: "a 416Z I SOS i 6 V & 6 5 as _s @ 4 ¢¢ d� ^ �8 ilk I tE SY 9i ��`' "8F`3 :saw A F 63 €g a RM aAVIF we Ion a o €� a E5" :SaT `s8f aa�' �` T sa > s a a If o a WON it at w Is 31 s ii-hgY g 3€ i$'a E t - B€ a� 5a 7a s P`i 4S�a ti �€ § S a7. E E s a g e E ! e 1 Ys §^ jan. s $Y 4 Fs yY SS P S. F: EaIS g 4�Ae�s rya $=£8 fr s �e .. 58 as E — .�i ". a -' a fi5 k+� giCy i `y6 a" s f� :� 'g E$ zS6 a m yet_ �0-f gt ' '3 Se s a fi : S '27sI i�i� �.. g fry E @@ Sae €g �- A'n�[ Ae, arF �e 'fC &e 2 IS 1 IIq Sap VIISJ Sit 41f It pa a8� „ 6a8 fiae i SO It asp.fie m na �aF 3 'yyY SE kigg '6ta §sCsd w `r =9j$3 ym Sidp V6 §fr.. ng } e e a 3 oY =tea, w�a �Y All Ra eh. 0 b s€;" aEE a d`€ r�Y 11&a sa .g u� :fig . a � aa: OAM ��9r .f3�f�l1S f13}I6'8 iY if4 >»+u — '� egg ` •mak R:, ueav a n isv ns .sv 9, R^ IIX/Y}]3Q AYC A-310tlF E� i o So �s S Itt t Ion ( �� ^ > RiF a^' f 3�y_ yyg aw''coY� gfp "a ya•C449 ga oR� Y h 71j� �El� n GR = ,`I CIE $ �z ` i� Q$N $a ' gad PIP Ofmer Or It r Ad Vk it "R-g's So it IS 14 In I bd tiof Is MAP it It S VIf _ � '; s 4 S t # - a� sea }}, ma 93 2 tee.- 's =, 2 : atl 1t cNI4� $ gags Q� £v 4 $ a9 `6'^o bdw V 2 N �z05 aN� z F— ugoi e�1 r, T a� Al za rIL z u � �.002 �USJm Wi m � m � of = FFaamel Y a 6:gs ,E 4 8a� Jet; $ figbJE 3 �EYS a H:zo #s ai I: 0am d r_ $pia Y s a �r K t C sus G E N FI rz b zU R �* �3 3 U 2 g3afr gcEa o hs,5 $.. fra;o ba.z b OU a8 6 36. s�€l �a� s ids if saes X�frsf � �E i€¢e 2..5 Sa ie 5Y�2 a z� o =E� =`6 axe as : �i 35 Zest a� Y Y's ` ate 3t km 69 AD 6i`sp. "r�gg�EEs 3 s'•€� Ii L 2�g3 4 9 z°ts" ; In n CROSS STREET ADDITION PUBLIC IMPROVEMENTS XTRA LEASE, LLC PRELIMINARY CONSTRUCTION COST ESTIMATE January 22,2010 ITEM DESCRIPTION WATER CONSTRUCTION Water 1. 2-inch waterline, all depths (including meters, meter boxes, valves, fittings, bedding, backfill, trench safety, and testing) 2. 6-inch waterline, all depth (including valves, fittings, bedding, backfill, trench safety, and 3. Fire hydrants (including gate valves, and final adjustment), complete in place 4. 16" X 6" Tapping Sleeve and Valve Sanitary 5. 8-inch sanitary sewer pipe, all depths (including air testing, TV testing, bedding and backfill) 6. 4-foot diameter sanitary sewer manhole, all depths, complete in place (including vacuum testing) 7. Connect to existing manhole, complete in place TPW CONSTRUCTION Storm 8. 54-inch RCP, C-76, Class III, all depths (including bedding and backfill) 9. 48-inch RCP, C-76, Class III, all depths (including bedding and backfill) 10. 21-inch RCP, C-76, Class III, all depths (including bedding and backfill) 11. 15-foot curb inlet, complete in place 12. 54-inch plug, complete in place 13. 48-inch plug, complete in place Paving 14. 6-inch concrete curb &gutter, complete in place 15. 2" HMAC Type "D" surface coarse, complete in place 16. 4" HMAC Type "B" base coarse, complete in place 17. Manipulation of lime & hydrated lime for paving 18. Grading & Subgrade compaction 19. Sawcut and remove existing HMAC pavement 20. Curb Ramp, complete in place 21. 4-ft concrete sidewalk, complete in place UNIT QTY• UNIT COST TOTAL COST LF 70 $ 15.00 $ 1,050 LF 25 30.00 750 EA 1 2,200.00 2,200 EA 1 3,000.00 3,000 Subtotal $ 77000 LF 36 $ 40.00 $ 1,440 EA 1 1,560.00 1,560 EA 1 500.00 500 Subtotal $ 3,500 LF 15 $ 165.00 $ 2,475 LF 354 125.00 44,250 LF 40 35.00 1,400 EA 4 4,500.00 18,000 EA 1 1,970.00 1,970 EA 1 17500.00 1,500 Subtotal $ 69,595 LF 281 2.25 $ 632 SY 235 13.00 3,055 SY 235 16.00 31760 SY 235 3.75 881 SY 235 1.25 294 SY 352 5.50 11936 EA LF 1 335 15157.00 13.00 1,157 41355 Subtotal $ 16,070 TOTAL $ 96,165 ■ Sze = ® `5 /I]/ d -- _ � g. & §§,� � � 2■e w. - - %\ r ; ow `§\§ ) &! , , @. , y CU9__ ) ow§ .� o \/ ;§|!\ } 2 m \ ~ /\ \�/\~\ 9KI ONI _! 1191 t� \ OVO\ j \jO ------... 3i_a — �- — — — � 2z - - - / \)����)\} § §ƒ�\in / ■ r < 5 5 y I ( Y �da � S aw s tit 5i aq c a `5:.6 �t-el Mee. "Clu nee r on well vczi 's ,UDD I Q 0) J C U).01 � � r� C �(NWI W�nvoWWW� Q�(Z)rl o x CC 00Q) Sj .8 Isa3 x w 1 � - 1 J ® QO IW I o 13 W U 4" �>< �Z OCt) S o 3W IHolm 3 �Q I 1 O O L �° i Z5 e well C — .c O I a$ 'tLd Z III i I d�3 � ICY � 12L L J u�g vav F �� ^b 3555 _o60 §5 ■�■ ■�■�■�lp, pN�pN■gp�rypfn,■,,'pp®' pg■®' p■Wp®' ■■■M■ M ■■■■■■■E. ■■■SSI . ■■■■■MS ■■■ES M11■■■■0 SCE■■■ rum MW ■■■®■�no ME ■■ ■■■■■■sl■■r■■■ ■■E■■■■■MEN ■■■S ■■■®■■■■■■,I ME■■■ ■■■■■o■■■NIM■■■■o ■■■■■EM■■■■►31■■■■® ■■■ES JEE■E■ :■■EME■■■F. jM■■■Co .■■■■■■■■■ ■■■■■ ■■■■■■■■■■ ■■■■ 1.■■■■® .■■��■■■ .■■■■■■■■. 0;N■■■■® .■■�..■.. liM■■■■■.. 9N■■■N® ■■■ES lill■■■■■■■ ■■■■8■■ SEE ■■■■■1 ■■■M ■OEM ■��'iE■■M■■� ■■■ME ■■■e■■■.tE 1■■■■■■■ ■■■■■■■■■r� i■■■■■u ■MEMMEMMEWHEMENEW ■■ME 01 ■■■■■EM ■■■®EMEMEHf'■■■■■■ ■■■MMOMMUNIUM■■■■ME :■:■■: �::■■■ ■■■ aaa ...� I■■...� :■■■:N■■■■■■■■■® r 1 �L �r 6 eE• � � xoafr 5oL 6S Y d k GTE f 82 z�E _ x g § Y d ul gco 02 wo ib 0 i'a }5J b s ;sa R M=en bc_ mat € ms_a;_o u_e6s5o Y i WA�NAM BOULEVARD • � Am �iH xn..7 e 11111 �I