Loading...
HomeMy WebLinkAboutContract 43201 (2)COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS COUNTY OF TARRANT City Secretary Contract No. CITY SECRETARY • ,- CONTRACT NO. � � - WHEREAS, the undersigned "Developer" desires to make certain improvements (refer to the naive of the project at the bottom of the page) an addition to the City of Fort Worth, Texas; and (6( 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 Information: Developer Company Name: Riverbend Investment, Ltd. Authorized Signatory: Kenneth Newell Title: President Project Name: Lakes of River Trails Phase XII Project Location: Approximately 1500' West of Salado & Trinity Blvd. Additional Streets: N/A Plat Case No.: FP-011-034 Plat Name: Lakes of River Trails Addition Mapsco: 66C To be completed Received b}c CFA: 2011-048 Council District: 4 City Project No: 01761 DOE: 6694 Date: OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 05 -1 1 -1 2 A 1 0: 22 IN 1 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 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. D. The following checked exhibits are made a part hereof: Water (A) X , Sewer (A-1) X , Paving (B) X , Storm Drain (B-1) X , 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 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 zniuries. death or damages are caused, in whole or in part, by the alleged negligence of the City of Combined CFA final Sept 12, 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 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 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. 5 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. 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. 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 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. iv. 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 6 Cost Summary Sheet Project Name. Lakes of River Trails Phase XII CFA No.: 2011-048 DOE No.: 6694 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 $ 166,222.00 2. Sewer Construction $ 122,465.70 Water and Sewer Construction Total $ 288,687.70 B. TPW Construction 1. Street $ 365,394.10 2. Storm Drain $ 143,146.70 3. Street Lights - Installed by Developer $ 37,409.00 TPW Construction Cost Sub -Total $ 545,949.80 Total Construction Cost (excluding the fees): $ 834,637.50 Construction Fees: C. Water/Sewer Inspection Fee (2%) $ 5,773.75 D. Water/Sewer Material Testing Fee (2%) $ 5,773.75 Sub -Total for Water Construction Fees $ 11,547.51 E. TPW Inspection Fee (4%) $ 20,341.63 F. TPW Material Testing (2%) $ 10,170.82 G. Street Light Inspsection Cost $ 1,496.36 H. Street Signs Installation Cost $ 1,960.00 Sub -Total for TPW Construction Fees $ 33,968.81 Total Construction Fees: $ 45,516.32 Choice Financial Guarantee Options, choose one Amount (ck one) 'Bond = 100% $ 834,637.50 'Completion Agreement = 100% / Holds Plat $ 834,637.50 'Cash Escrow Water/Sanitary Sewer= 125% $ 360,859.63 'Cash Escrow Paving/Storm Drain r= 125% $ 682,437.25 'Letter of Credit = 125% w/2yr expiration period $ 1,0431296.88 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 executed this instrument in quadruplicate, at Fort Worth, Texas this 1I �I day _ of . 20 12-. r CITY OF FORT WORTH - Recommended by: Water Department Wendy Chi-B..ulal, EM IA, P.E. Development ngineering Manager Approved as to Form & Legality: Do g ,`T:lack Assistant City Attorney M&C No. v/- Date: ATTEST: Mary J. Ke City Secretar ATTEST 9/1/11 ct, Signature (Print) Name: r 1p41,, CA (5 Combined CFA final Sept 12, 2008 Transportation & Public Works Department Doug Actin J% tesThv W. Wiersig, P.E. irector Approved by City Manager's Office >dereg4tta-4Cts. Fernando Costa Assistant City Manager Abb.`01:1 741 is% oct * 00000000.4r N U Fla: Its 0 0mai0 % 00 4�a 400 coo 00000- ?"�XA��.oa.� 8 Riverbend Investment, Ltd. By its general partner RBE Investment, Corp. Print Name: Kenneth Newell Title: President OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment • // ►1 /1 /1 /4 /1 AL Location Map Exhibit A: Water Improvements Water Estimate Exhibit A-1: Sewer Improvements Sewer Estimate Exhibit B: Paving Improvements Paving Estimate Exhibit B-1: Stout' Drain Improvements Storm Drain Estimate Exhibit C. Street Lights and Signs Improvements Street Lights and Signs Estimate (Remainder of Page Intentionally Left Blank) 9 LAKES OF RIVER TRAILS, PHASE 12 L OCA TION MAP T tLs FH 8'" WATE4LINE •I j l ,r LAKES pHASE RAIL S SCALE: 1"=200' LEGEND PROPOSED WATER LINE -?':1`-': - EXISTING WATER LINE t PROPOSED FIRE HYDRANT EXISTING FIRE HYDRANT EXHIBIT 'A' ON -SITE WATER DISTRIBUTION SYSTEM LAKES OF RIVER TRAILS PHASE 12 ovo pill NAS�r 5 5I SAKE $0A MAIL S SCALE: 1 "=200' LEGEND PROPOSED 8" SEWER LINE EXISTING SEWER LINE • PROPOSED MANHOLE EXISTING MANHOLE EXHIBIT 'A - 1 ' SEWER DISTRIBUTION SYSTEM FOR LAKES OF RIVER TRAILS PHASE 12 IIIIIIIII cQF.Vg5 L 1 1 L I L 1 1 �PKES: PMpS 7171 1 1 777I 77-I 777 771I 7-1 I - 1 1 -- 1 1 1 1 1 1_ 1 1 J_ 1 1 _1_ 1 1 1_J ;_ TRINITY BOULEVARD TT- 1 -77-7-T T71777I771- - I_1 1 L SNOW EGRET WAY I l i I, 7 1 1 r� y I _L I 11 L_1 1 1_I I J WHISTLING- DUCK_ RIVE 1 1 7 1 T 1 1 T 11 L 1 1 1 1_1_1 1_1_1 l_ 1_ 1 I 'I 1�. SNOW GOOSE WAY T 17 I I -I-I I -I I71 I I I t 1 TRAIL, L 1 11 1 I J_ 1 1L I I-1_1 I I 7 17 1 17 SANDHI{,[ CRANE DRIVE 17 1 17 1 7 1 1 1 L_1 s SCALE: 1 "=300' LEGEND JPROPOSED 6" CONCRETE PAVEMENT EXHIBIT '8' PAVING FOR LAKES OF RIVER TRAILS PHASE 12 lj L_ 1 LEGEND EXISTING STORM DRAIN PROPOSED STORM DRAIN PROPOSED STORM INLET L '7 • SCALE: 1=200' EXHIBIT 'B-1' STORM DRAIN FOR LAKES OF RIVER TRAILS PHASE 12 - - - s SCALE: I^=300' ! F-I-7--l-T-T--T7—l-T-F--T-T-T| 1T777 -| | � ' ' ' � ' � � � ' ' 1 ' / � � � � � |J-| |�_| |J_| |�_| L� | |_L | |_L |^|-L | - |-�-=-��-___��_��_�11_��_�-�-___-- _J_������ / | i i | iii | / / | |, F'veg^i L ( 1-1 | ii i i-| | J- -1 |- - - - -�| _=- 'F _1.1, i-�-7--7-T---�- J."���� - - -- ,,,+^���,' _-_ �r. --l-l-T-F-I | r-F 1 T| | \�\ w�. L— L-| |l | |J-| |-L| i_l | | | �AK ��'! 1 -7- 1 7|7 | |7 1 L| |-i_i.iii-L I Li LEGEND x PROPOSED STREET LIGHT EXHIBIT 'C' STREET LIGHTS FOR LAKES oFRIVER TRAILS Item 1. 2 3. 4. 5. 6. 7. 8. Storm Item 1. 2. 3. 4. 5. 6. 7. 8 9 10. Lakes of River Trails - Phase 12 Paving Facilities Item City Bid # 1. BID 00452 2. BID 00498 3. BID 00496 4. BID 00843 5. BID 00530 6. BID 01227 7. 8 BID 00505 9. BID 00451 Water Facilities Item City Bid # 1. BID 00618 2. BID 00749 3 BID 00268 4. BID 00546 5. BID 00568 6. BID 00762 7 BID 00372 8. BID 00351 9. BID 00501 10. BID 00222 Description 7" 3500 PSI Concrete Paving 6" Lime Stabilized subgrade Lime (33#/sy) 7" Integral Curb Developer Sidewalks HC Ramps Remove Dead End Barricades Install Dead End Barricades Asphalt Paving Description 8" Waterline 8" Gate Valves 6" Gate Valves FH and Assembly CIRT Fittings 1" Water Sevices Trench Safety Test Traffic Control Adjust Water Valve Boxes Sanitary Sewer Facilities City Bid # Description BID 00350 8" SDR 26 PVC BID 00207 BID 00358 BID 00201 BID 00217 BID 00372 BID 00849 BID 00196 4' DIA SSMH 4" SDR 26 service w/ CO TV and Test Mains Manhole Vacuum Testing Trench Safety Adjust Manholes to Paving Concrete Collar Water Facilities City Bid # Description BID 00111 10' Curb Inlet BID 00087 BID 00085 BID 00082 BID 00081 BID 00372 BID 00118 BID 00077 BID 00372 48" Class III RCP 36" Class III RCP 24" Class III RCP 21" Class III RCP Trench Safety 6' Square MH 4' Square MH 48" Sloped End Headwall Trench Safety Street Light Facilities Item City Bid # 1. BID 00967 2. BID 00975 3. BID 01310 4. BID 01263 5. BID 00379 Description Light standard foundations Light Standards Light Heads 2" Schedule 40 PVC #10 Copper Wire Street Signs Item City Bid # Description 1. BID 00506 Street Signs Quantity 10441 11107 184.93 5996 0 12 4 4 0 Quantity 3385 12 3 3 2 83 3385 1 0 12 Quantity 2451 8 83 2451 8 2451 8 8 Quantity 12 423 191 621 62 1297 1 1 1 1297 Quantity 11 11 11 1160 3480 Quantity 8 Unit SY $ SY $ TON $ LF $ SF $ EA $ EA $ EA $ SY $ Total Unit LF $ EA $ EA $ EA $ TON $ EA $ LF $ LS $ LS $ EA $ Total Unit LF EA EA LF EA LF EA EA Unit EA LF LF LF LF LF EA EA EA LF Unit EA EA EA LF LF $ Total Total Total Cost/Unit 27.30 $ 1.85 $ 145.00 $ 2.00 $ 4.00 $ 1,025.00 $ 1,000.00 $ 950.00 $ 61.58 $ Cost/Unit 18.50 $ 1,100.00 $ 660.00 $ 2,475.00 $ 5,940.00 $ 565.00 $ 0.20 $ 1,000.00 $ 1,500.00 $ 150.00 $ Cost/Unit 24.50 2,600.00 425.00 1.00 100.00 0.20 300.00 150.00 Cost/Unit 2,550.00 $ 120.60 $ 85.00 $ 40.80 $ 37.60 $ 0.50 $ 9,250.00 $ 2,750.00 $ 1,800.00 $ 0.30 $ Cost/Unit 250.00 1,300.00 300.00 1.25 0.40 Unit Cost/Unit EA $ 245.00 $ Total Grand Total Total 285,039.30 20,547.95 26,814.85 11,992.00 12,300.00 4,000.00 3,800.00 364,494.10 Total 62,622 50 13,200.00 1,980.00 7,425.00 11,880.00 46,895.00 677.00 1,000.00 1,800.00 147,479.50 Total 60,049.50 20,800.00 35,275.00 2,451.00 800.00 490.20 2,400.00 1,200.00 123,465.70 Total 30,600.00 51,013.80 16,235.00 25,336.80 2,331.20 648.50 9,250.00 2,750.00 1,800.00 389.10 140,354.40 Total 2,750.00 14,300.00 3,300.00 1,450.00 1,392.00 23,192.00 Total 1,960.00 1,960.00 $ 800,945,70