Loading...
HomeMy WebLinkAboutContract 43811 (2)COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract Na L� >>)( ) WHEREAS, the undersigned Developer ("Developer") desires to make certain improvements ("Improvements") related to a project as described below ("Project"), an addition to the City of Fort Worth, Texas ("City"); and WHEREAS, the Developer and the City desire to enter into this "Agreement" in connection with the Improvements. Developer Information: Developer Company Name: Cook Children's Medical Center Address, State, Zip Code: 750 Eighth Avenue, 6th Floor Phone, E-Mail: (682) 885-1614 I george.montague@cookchildrens.org Authorized Signatory/Title: George Montague, Vice President of Real Estate Project Name: W. Rosedale St. Traffic Signal at 7th Ave (Rosedale Office Building) Project Location: West Rosedale St. at Seventh Avenue Plat Case No.: FS-011-151 Plat Name: Rosedale Office Building, Eighth Ave. to Seventh Ave. Mapsco: 76L Council District: 9 City Project No: 01900 CFA: 2012-036 DOE: 6832 To be completed by staff Received by: OFFICIAL RECORD CITY SECRE FT; woaTh, TX • Date: KV in ) I 3, 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 perfo.uiiance 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) , Sewer (A-1) ___ i Paving (B) , Storm Drain (B-1) , Street Lights & Signs (C, CA)_, Traffic Signals (C-2) 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. 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 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 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. 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 stolid 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. 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 supphes 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) Cost Summary Sheet Project Name: W. Rosedale St. Traffic Signal at 7th Ave (Rosedale Office Building) CFA No.: 2012-036 DOE No.: 6832 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. Traffic Signals $ TPW Construction Cost Total $ Total Construction Cost (excluding the fees): 94,000.00 94,000.00 $ 94,000.00 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. Traffic Signal Inspsection (4%) $ 3,760.00 H. Street Signs Installation Cost $ Sub -Total for TPW Construction Fees $ 3,760.00 Total Construction Fees: $ 3,760.00 Choice Financial Guarantee Options, choose one Amount (ck one) Bond = 100% $ 94,000.00 Completion Agreement = 100% / Holds Plat $ 94,000.00 Cash Escrow Water/Sanitary Sewer= 125% $ - Cash Escrow Paving/Storm Drain = 125% $ 117,500.00 X Letter of Credit = 125% w/2yr expiration period $ 117,500.00 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 day o 20 I CITY OF FORT WORTH - Recommended by: Water Department Ng pi - Wendy Chi-Babulal, EMBA, P.E. Development Engineering Manager Approved as t• Form & Legality: • Douglas W. Black Assistant City Attorney M&C No. AdAr_ Date: / ATTEST: Mary J. Kays City Secretat ATTEST: Transportation & Public Works Department D,LJ Douglas . Wiersig, P.E. Director Approved by City Manager's Office Fernando Costa Assistant City Manager itosioistesatencistqth 8000000 Rattt r� 0 gist 00 % cl 0°31 tAA 8 it a a oa* � V0p0000�°° aV44 IfreXAS VV4�fr eatlA etitasv_ arig aAttiAtnet, SignatiCre (Print) Name: �Aerh weep/ 3 g/1qoeW Cook Childrens Medical Center Print Name: Title: OFFICIAL RECORD CITY SECRETARY Ft WORTHS TX 6/heed-Arc Signature George Montague Vice President of Real Estate Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included El El • n II 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 Exhibit C-2: Traffic Signal Improvements Traffic Signal Estimate (Remainder of Page Intentionally Left Blank) cn U_ v c 12 m a/ W z 0 0 1-1 N co 3 co 0 B 2 i3 RIR DAGGETT BROAC WAY z EULA IRWIN Pk- =z CN c cn J W EL PAS RIO GRAND U) l 10 1CANNON co - HUMBO - WORTH TOE PROJECT SITE )LIA- SON o - lil EDW N 1 oV CKEFIY `/ I DAGGETT Q BIfOADWAY v) TUC ER PEN! SYL*ANIP PRU /TT TER BELL z PULASKI ILE DASHWCOD LEtJDA ROSEDALE OLEANDER MAGNOLIA vv)) 0 M"RTLF Q 1 MORPHY w w J V) i 0 WASHINCTCN M»\DOX LOCATION MAP NOT TO SCALE ROSEDALE OFFICE BUILDING DOE# 6832 FILE# K-2219 DUNAWAy 550 Bailey Avenue • Suite 400 • Fort Worth, Texas 76107 Tel: 817,335.1121 • Fax: 817.335.7437 (TX REG. F-1114) ' ' ' CL I i I JAR! w 0 z CY 0 INGE MAC OX 1 III III I ld I11uu II II 11411I 1 II 1 u 1111 ulilxel. 1.1.111.11111.1.1 lweu.nulu ltlJle Jl a II uel ei 1 Im Ili Jililw lutlu 1 u l T1 T2 ROSEDALE ST T4 T3 1--" r NOTE: ALL DISTANCES FROM FOUNDATION. CENTER TO FACE OF CURB SIGNAL POLE LOCATIONS NOT TO SCALE 0 6 inearimmiTh 10 SCALE: 1"= 60 ft. 1-2 0 SDUNAWAY 550 Bailey Avenue • Suite 400 • Fort Worth, Texas 76107 Tel: 817.335.1121 • Fax: 817.335.7437 (1X REG. F-1114) NEW A00/flON BLOCK 6 E 63, PA( 29 P.R.T.GT. COOK a*WRENS HEALTH RE SYSTEM COUNTY CR/C�S' DOCUMENT NO. D210138274 D.R.T.C:T. SOUTHLAND SUBDIVISION'', BLOCK 10 OF FIFTHS KELCY ADOIRCN VOLUME 310, PAGE 5 P.R.T.CT. LOT 37R, BLOC( 10 :;1::lia:.N to h' ` ....-. - 3SEDALE STREET ° r BLOCK1500 h (SPEED 35 MPH) R-15__ IN. BROOKER SUBDI NSCN BLOC( 1, LOT 2 JAI. BROOKER SUBDIVISION BLOC( 1, LOT 3 1-CE- _ F0 TEL W 20A LOT 21 LOT 22 R-3 + iR2iBtCSJ1sittfA Ica PA _r�r�..+►�.. w _ 05 Ros-1l R02-1�� Ph- - c C PROP? CONTROLLER — CABINET -10 NEW PEDESTAL SFRWLE METER — s7lf%P POSER SOURCE NTH 1RMISRCRMER EXISTING •LN. BROOKER SUBDIVISION BLOC( 1, LOT 14 ,r 50' ROW / 110' 115' . 15' 1C'1 EXHIBIT "C2" SIGNAL EXHIBIT I SN TALT1RAERC PEDES7RAN SIGNALS (TYP.) \_ R OS2 l R08.1 06 • n.,1+J ° \ 0,-1 01 0 ct_ I 1 ROSEDALE STREET -5 LBLCCK 1400 (SPEED 35 MPH) EF. SE10ELLS SUBOIWSON BLOCK 1, LOT 1R1 & 4R ROSEDALE OFFICE BUILDING STEEL POLE & MAST ARM SIGNAL HEAD& No. NEMA CONTROLLER CABINET GROUND BOX LUMINAIRE FIBER OPTIC CABLE TELEPHONE CABLE WATER UNE 9. 17 G-I :I I LEGEND I FIRE HYDRANT VEHICLE DETECTION LOOP PEDESTRIAN SIGNAL & NO. SIDEWALK RAMP EXISTING CONDUIT RUN EXISTING VIDEO DET. CAMERA O= 0 — STEEL POLE & MAST ARM 1 - —I SIGNAL HEAD & No. ® 170 CONTROLLER CABINET ® GROUND BOX LUMINAIRE SIDEWAU( RAMP ( ) RADAR DETECTION AREA PROPOSED 02 I EX. PHASE NUMBER OPITCOM (2 DETECTORS) VEHICLE DETECTION ZONE 17 ,}.J PEDESTRIAN SIGNAL & No. RIGHT OF WAY PROPOSED CONDUIT RUN ® LARGE GROUND BOX �1 RADAR DETECTOR 3 ITEM 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 WORK PERFORMED-,_ - =BY- CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR 41 CONTRACTOR 42 CONTRACTOR 43 CONTRACTOR 44 CONTRACTOR TOTAL • ITEM PROVIDED_ BY CONTRACTOR CONTRACTOR CONTRACTOR CITY CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CITY CITY CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CITY CITY CITY CITY CITY CITY CONTRACTOR CONTRACTOR CITY CITY CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR ENGINEER'S PRELIMINARY OPINION OF PROBABLE CONSTRUCTION COST TRAFFIC SIGNAL IMPROVEMENTS TO SERVE ROSEDALE OFFICE BUILDING TRAFFIC SIGNAL IMPROVEMENTS .DESCRIPTION REMOVE SIDEWALK REMOVE ADA RAMP REMOVE CONC CURB & GUTTER ELEC SERV PED 2" CONDT PVC SCH 40 (T) 2" CONDT RM (RISER) 3" CONDT PVC SCH 40 (T) 3" CONDT PVC SCH 40 (B) 5" CONC SIDEWALK 4' BARRIER FREE RAMP, TYPE B 6" CONC CURB AND GUTTER 12" SLD PVMT MARKING HAE (W) 18" SLD PVMT MARKING HAE (W) RAISED MARKER TY Y REMOVE 12" PVMT MARKING REMOVE 18" PVMT MARKING BLOCK SOD PLACEMENT 3-SECT SIGNAL HEAD ASSMBLY 4-SECT SIGNAL HEAD ASSMBLY PED SIGNAL HEAD ASSMBLY ACCESSIBLE PED SIGNAL INSTALL RADAR PRESENCE DETECT SYSTEM INSTALL EMERGENCY VEHICLE PREEMPTION SYSTEM 20/C 14 AWG MULTI -CONDUCTOR CABLE NO 6 INSULATED ELEC CONDR NO 8 INSULATED ELEC CONDR NO 8 BARE ELEC CONDR GROUND BOX, LARGE, W/ LID APRON INSTALL TYPE 41 SIGNAL POLE INSTALL TYPE 42 SIGNAL POLE INSTALL TYPE 45 SIGNAL POLE INSTALL TYPE 46 SIGNAL POLE INSTALL MAST ARM 16' - 36' INSTALL MAST ARM 52' - 60' TY 3 SIGNAL FOUNDATION TY 5 SIGNAL FOUNDATION INSTALL CONTROLLER & CABINET, GROUND MNT INSTALL ALUM SIGN MAST ARM MOUNT (METRO ONLY) INSTALL ALUM SIGN MAST ARM MOUNT INSTALL ALUM SIGN (NO PARKING) SIGN POST AND FOUNDATION TRAFFIC CONTROL REMOVE SIGNS REMOVE SIGN WALL MOUNT ASSMBLY REMOVE SIGN POST AND FOUNDATION QTY-- UNIT 494 SF 2 EA 671 LF 11 EA 1251 LF 201 LF 110 LF 350 LF 341 SF 6 EA 40 LF 472 LF 97 LF 76 EA 70 LF 14 LF 990 SF 8 EA 2 EA 8 EA 8 EA 4 EA 1 LS 510 LF 260 LF 540 LF 435 LF 4 EA 1 EA 1 EA 1 EA 1 EA 2 EA 2 EA 2 EA 2 EA 1 EA 4 EA 4 EA 2 1 2 1 1 EA LS EA EA EA RRICE $ 9.00 $ 500.00 $ 9.00 $2,200.00 $ 8.00 $ 20.00 $ 10.00 $ 19.00 $ 15.00 $1,500.00 $ 50.00 $ 7.00 $ 10.00 $ 6.00 $ 2.00 $ 3.00 $ 2.00 $ 950.00 $1,200.00 $ 550.00 $1,000.00 $ 250.00 $ 500.00 $ 3.00 $ 1.00 $ 1.00 $ 1.00 $ 700.00 $ 500.00 $ 500.00 $ 500.00 $ 500.00 $ 500.00 $ 500.00 $2,450.00 $2,650.00 $4,650.00 $ 150.00 $ 200.00 $ 700.00 $2,054.00 $ 100.00 $ 100.00 $ 125.00 AMOUNT $ 4,446.00 $ 1,000.00 $ 603.00 $ 2,200.00 $ 1,000.00 $ 400.00 $ 1,100.00 $ 6,650.00 $ 5,115.00 $ 9,000.00 $ 2,000.00 $ 3,304.00 $ 970.00 $ 456.00 $ 140.00 $ 42.00 $ 1,980.00 $ 7,600.00 $ 2,400.00 $ 4,400.00 $ 8,000.00 $ 1,000.00 $ 500.00 $ 1,530.00 $ 260.00 $ 540.00 $ 435.00 $ 2,800.00 $ 500.00 $ 500.00 $ 500.00 $ 500.00 $ 1,000.00 $ 1,000.00 $ 4,900.00 $ 5,300.00 $ 4,650.00 $ 600.00 $ 800.00 $ 1,400.00 $ 2,054.00 $ 200.00 $ 100.00 $ 125.00 $ 94,000.00