Loading...
HomeMy WebLinkAboutContract 43895 (2)COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS COUNTY OF TARRANT City Secretary Contract No. L4 3A) 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: T5 Properties, LLC Address, State, Zip Code: 622 Frenchtown, Argyle, Tx 76226 Phone, E-Mail: (214) 878-2055, jrnsizelove@swbell.net Authorized Signatory/Title: John M. Sizelove, Manager Project Name: Sizelove Concrete Project Location: 11120 S. Pipeline Rd. Plat Case No.: FS-010-124 Plat Name: Sizelove Addition Mapsco: 54Y Council District: 5 City Project No: 01942 CFA: 2012-062 DOE: 6871 To be completed staff Received b ������ Date: g 101 12'' 1 1-1 9 -- • 3ti Iil 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 m 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 worlunanlike 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) , Street Lights & Signs (C) 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 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. P. COMM'TION 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. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) Cost Summary Sheet Project Name: Sizelove Concrete CFA No.: 2012-062 DOE No.: 6871 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 $ 16,567.00 2. Sewer Construction $ 29,224.00 Water and Sewer Construction Total $ 45,791.00 B. TPW Construction 1. Street $ 5,655.65 2. Storm Drain $ 3. Street Lights Installed by Developer $ TPW Construction Cost Total $ 5,655.65 Total Construction Cost (excluding the fees): $ 51,446.65 Construction Fees: C. Water/Sewer Inspection Fee (2%) $ 915.82 D. Water/Sewer Material Testing Fee (2%) $ 915.82 Sub -Total for Water Construction Fees $ 1,831.64 E TPW Inspection Fee (4%) $ 226.23 F. TPW Material Testing (2%) $ 113.11 G. Street Light Inspsection Cost $ H. Street Signs Installation Cost $ Sub -Total for TPW Construction Fees $ 339.34 Total Construction Fees: $ 2,170.98 Choice Financial Guarantee Options, choose one Amount (ck one) Bond = 100% $ 51,446.65 Completion Agreement = 100% / Holds Plat $ 51,446.65 Cash Escrow Water/Sanitary Sewer= 125% $ 57,238.75 Cash Escrow Paving/Storm Drain = 125% $ 7,069.56 Letter of Credit = 125% w/2yr expiration period I $ 64,308.31 I 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 saDeveloper has execute this instrument in emagruplicate, at Fort Worth, Texas this `- day o , 20 "r . CITY OF FORT WORTH - Recommended by: Water Department Wendy Chi Developineift Engineering Manager abulal, ENVIBA, P.E. Approved as to Forll? & Legality: Doug Black Assistant City Attorney M&C No. Date: ATTEST: Transportation & Public Works Department tr.) 1&•- Douglai W. Wiersig, P.E. �( Director �J Approved by City Manager's Office Fernando Costa Assistant City Manager o'"''R o 0 oa d� Q0000000 •O' kilbeXAS atalwassomt- T5 Properties, LLC By its Member J&M Sizelove Investments, LLC )ditp_A2.10/v Signature (Print) Name: Jij1-!T77 /3641C#06062. OFFICIAL RECORD CITY SECRETARY Et WORTH, TX Print Name: John M. Sizelove Title: Manager Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included v N AL n n n 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) 17-Oct-12 CFA PROJECT QUANTITY MATRIX - - - SIZELOVE CONCRETE WATER SHEET NO. ITEM TOTAL ITEM NO. BID ITEM UNIT 1 21 3 4 5 6 7 8 9 1 6" Water Main LF. I 35 35 I I 2 6" water Valve E.A. 1 1 I 3 12" x 6" Tapping Sleeve TON 1 1 I 'EA. 2 2 1 'EA. 2 2 I L.S. 1 IL.S. 1 4 Meter Box 5 3/4" meter 6 Water Test 7 TRAFFIC CONTROL 8 TESTING SEWER ITEM NO. BID ITEM 1 8" SDR 26 Sewer Line LS UNIT TOTA - 1 CFA PROJECT QUANTITY MATRIX - - - SIZELOVE CONCRETE UNIT LF. 2 6" SDR 26 Sewer Line L.F.. 3 Connection to existing Sewer Manhole L.S. 4 Cleanouts EA. 5 New 4' Std Manhole EA. 6 Concrete Encasement for 8" and 6" L.F. 7 Traffic Control L.S. 8 Street Repair L.S. 9 Testing I L.S. 1 SHEET NO. 2 3 4 5 6 150 1I UNIT PRICE ITEM TOTAL COST $80.00 $2,800.00 $1,031.00 $1,031.00 $5,200.00 $5,200.00 $2,573.00 $5,146.00 $0.00 $0.00 $350.00 $350.00 $1,630.00 $1,630.00 $410.00 $410.00 $16,567.00 ITEM TOTAL UNIT PRICE ITEM TOTAL COST 150 $56.00 $8,960.00 20 20 $54.00 $1,080.00 1 1 $2,223.00 $2,223.00 1 11 $652.00 $652.00 7 8 9 I 2 21 $3,283.00 $6,566.00 I 180 1801 $45.00 $8,100.00 I 1 11 $483.00 $483.00 180 11 $680.00 $680.00 180 11 $480.00 $480.00 I UNIT TOTAL $29,224.00 1 1 r u 5 Pipeline Rd Tube Dr 1000 ft aaa m 0 m 1000 500 0 1000 1" = 1000' oess V ft 0 to 1 SITE J O -t egat Pkwy 03 0 r£ 5 Pipeline Rd W 5 Pipeline Rd -trinity Blvd VICINITY MAP WATER SEWER & PAVING IMPROVEMENTS FOR SIZELOVE CONCRETE 11120 S. PIPELINE RD. 1.52 Acres SIZELOVE ADDRION. Lot 1. BLOCK A City of Ft. Worth, Tarrant County, Texas oreoared by MONK CONSULTING ENGINEERS, INC. 1200 W. State Street, Garland Texas 75040 972 272-1763 Fax 972 272-8761 REG NO.: F-2567 6)2012 Monk Consulting Engineers, Inc., All Rights Reserved date: scale: 8/6/12 1"=1000' FH v w 60 INSTALL: T (1) 12x6 TAPING SLEEVE O T T INSTALL 1X," PRIVATE WATER SERVICE & PUBLIC 3'4 METER & 1" SERVICE W/ %" METER FOR IRRIGATION LOT 1 PROJ. SOUTH PIPELNE ROAD ASPHALT 'ROAD 051— 07,5233-00/F-287 EX. 12 D.I. It' _4_ CAS iL) 15' PRIVATE Unlit( ESUT 5. & DRAINAGE ET.1T \ INSTALL (1) PRIVATE FIRE LOT 2 HYDRANT ASSEMBLY (1) 6" VALVE LOT 3 CO 0 m c � - mmm _ -AAA — „ —D N0 LOT 4 TEXAS ELEC. SERVICE CO. POLE ESA1T VOLUME 3986, PAGE 455--4— LOT 5 LOT 6 LOT 7 LOT 8 INSTALL: (1) PRIVATE FIRE HYDRANT ASSEMBLY (1) 6" VALVE 15' DRAINAGE ESUT LOT 9 7.5' UTILITY ESMT. CABINET A, SLIDE 9609 7 —1+100 —2+100 Ex TRANS TOILER l4 B" P£CM 0 0 l 2e' COTIOIrw00O • • • • • • -4+10 EX. _ BUILDING Of remain) I... I EX. 'BOLDING, (to be 'r4moved). I 4-MtZ I., GRAVEL • PROP. BLDG 1,412 S.F. FF=563.25 CM GRAVEL EX. BUILDING (to remain) cc 0 OAS TEST STATION 30 0 60 NSTALL BACKFLOW PREVENTION DEVICE ON PRIVATE PROPERTY N10' DRAINAGE ESKIT. O 0 In EX. SS EX. W 1"=60' LF GFND FH ooWM T PP i>L P — PROPERTY LINE — EXISTING SANITARY SEWER LINE — EXISTING WATER LINE = EXISTING FIRE HYDRANT = EX. WATER METER = EX. WATER VALVE = EXISTING POWER POLE = EXISTING LIGHT POLE = EXISTING SS MANHOLE = PROPOSED SS MANHOLE = PROPOSED FIRE HYDRANT EXHIBIT "A" WATER EXHIBIT WATER SEWER & PAVING IMPROVEMENTS FOR SIZELOVE CONCRETE 11120 S. PIPEUNE RD. 1.52 Acres SIZELOVE ADDMON, lot 1, BLOCK A City of Ft. Worth, Tarrant County. Texas oreoared by MONK CONSULTING ENGINEERS, INC. 1200 W. State Street, Garland Texas 75040 972 272-1763 Fax 972 272-8761 REG NO.: F-2567 ©2012 Monk Consulting Engineers, Inc., All Rights Reserved date: scale: 1 "=60' N 89'56'17" W 119.54' 8/6/12 FH EX. MH EX. STA 25+20 FL=556.96 MOSIER VALLEY COMM. FACIUT1ES T T T STA 1+00 CONNECT TO EX. MH (FL=556.96) & INSTALL NEW MH INSTALL 160 LF OF PUBLIC 8' SDR-26 W/ CONCRETE ENCASEMENT (SEE SHEET UNIT 1-7) LOT 7 DOE: 1193 P546-070460131540 INSTALL 20 LF OF PUBLIC 6' SDR-26 W/ CONCRETE ENCASEMENT TO CLEANOUT 5' PRIVATE UTILITY ESUT & DRAINAGE BUT SOUTH PIPELNE ROAD ASPHALT ROAD-- PROJ. , : 051-02)5233-00/F-287 EX. 12" D I. IV LOT 2 LOT LOT 4 TEXAS ELEC. SERVICE CO. POLE ESMT �F,P VOLUME 3986, PAGE 455�- "R —I- LOT 5 LOT 6 LOT 7 LOT 8 ( 4" GAS /EX. TRANS =OI8ER 18" PECA) 0 X. �EX (td remain) 25' J I EX. ' WILDING, (to be , ' r4moved). I,,, 15' DRAINAGE ESUT LOT 9 7.5. UTILITY ESMT. CABINET A, SLIDE 9609 —i� PROP. BLDG 1,412 S.F. FF=563.25 GRAVEL CAS TEST STATION • • EX. BUILDING (to remain) PP N S 00t3'15' W (55 10' DRAINAGE ESMT 60 30 I I 0 I 1'= 60' INSTALL NEW PUBLIC MH (FL=5XX.XX) 60 INSTALL 71 LF OF 6' PRIVATE SDR-26 WASTEWATER LATERAL W/ DBL CLEANOUT 0 PROPERTY LINE & 08l CLEANOUT 5' FROM BLDG. LEGEND - PROPERTY LINE EX. SS = EXISTING SANITARY SEWER LINE EX. W FH 0CWM n PP oL P 0 FH - EXISTING WATER LINE = EXISTING FIRE HYDRANT = EX. WATER METER = EX. WATER VALVE = EXISTING POWER POLE = EXISTING LIGHT POLE = EXISTING SS MANHOLE = PROPOSED SS MANHOLE = PROPOSED FIRE HYDRANT EXHIBIT P"i SEWER EXHIBIT WATER SEWER & PAVING IMPROVEMENTS FOR SIZELOVE CONCRETE 11120 S. PIPELINE RD. 1.52 Acres SIZELOVE ADDMON, Lot 1, BLOCK A City of Ft. Worth. Tarrant County. Texas oreoared by MONK CONSULTING ENGINEERS, INC. 1200 W. State Street, Garland Texas 75040 972 272-1763 Fax 972 272-8761 REG NO.: F-2567 02012 Monk Consulting Engineers, Inc., All Rights Reserved N 89'56'17" W 119.54' date: 8/6/12 scale: 1 "=60' i CFA PROJECT QUANTITY MATRIX - - - SIZELOVE CONCRETE ITEM UNIT ITEM TOTAL PAVING SHEET NO. TOTAL PRICE COST ITEM NO. BID ITEM UNIT 1 2 3 4 5 6 7 8 9 1 Sawcutt Exisiting Ashaplt Street LF. 64 64 $2.35 $150.40 2 8" - 3600psi Reinforced Concrete SF 919 919 $4.75 $4,365.25 3 Connect to exisitng Paving TON 2.4 2.4 $350.00 $840.00 4 Testing L.S. 1 $300.00 $300.00 5 EA. 0 $0.00 $0.00 6 L.S. 0 $0.00 $0.00 7 L.S. 0 $0.00 $0.00 8 L.F. 0 $0.00 $0.00 UNIT TOTAL $5,655.65 PR 64' SOUTH PIPEL ASPHALT N EXI OZ,52233-00/F-28 '• CAS X.. 4't OAS p.e Ed PROPOSED 6" CURB (TYP) LOT 1 15' PRIVATE UTILITY E'_vT & DRAINAGE ESAT. LOT 2 LOT 3 O EX. TRANS. TOUER NE ROAD Ono 7 tX. GRAVEL PROP. BLDG 1,412 S.F. FF=563.25 O20' SAWCUT EX. ASPHALT & CONSTRUCT EW APPROACH W/ 6" CURB GAS TEST r STATION n TP L LOT 4 ELEC. SERVICE CO. POLE ESMT 3985, PAGE 455 LOT5 LOT 6 LOT 7 LOT 8 1- Z 15' DRAINAGE/ ESAT LOT 9 18 PICA/ 0 EX BUILDING (tA remain) 1 25' • I EX. ' BUILDING, • (to be 'r4moved), 15 '£CAII GRAVEL EX. BUILDING . (to remain) i' UTILITY ESMT IET A, SLIDE 9609 N 89'56'17" W 119.54' In END CURB 10' DRAINAGE ES.IT. • N o m O p L0 to In LIT O Qz N v• T O • UW Cm DOeC z U O ti m OW OWE U • 2 60 30 EX. SS EX. W 0 1"=60' LEGEND FH co WM PP LP FH - PROPERTY LINE - EXISTING SANITARY SEWER LINE = EXISTING WATER LINE = EXISTING FIRE HYDRANT = EX. WATER METER = EX. WATER VALVE = EXISTING POWER POLE = EXISTING LIGHT POLE = EXISTING SS MANHOLE = PROPOSED SS MANHOLE = PROPOSED FIRE HYDRANT FIRELANE = PROPOSED APPROACH EXHIBIT "6' PAVING EXHIBIT WATER, SEWER & PAVING IMPROVEMENTS FOR SIZELOVE CONCRETE 11120 S. PIPELINE RD. 1.52 Acres SIZELOVE ADDMON, Lot 1, BLOCK A City of R. Worth, Tarrant County, Texas arena red by MONK CONSULTING ENGINEERS, INC. 1200 W. State Street, Garland Texas 75040 972 272-1763 Fax 972 272-8761 REG NO.: F-2567 Et2012 Monk Consulting Engineers, Inc., All Rights Reserved date: scale: 8/6/12 1"=60'