Loading...
HomeMy WebLinkAboutContract 45224 (2)COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. LJSZZ 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: Cassco Development Company Address, State, Zip Code: 4200 South Hulen Street, Suite 614, Fort Worth TX 76109 Phone, E-Mail: (817) 731-7396 Paxton E. Motheral/Vice President: Project Name: Edwards Ranch Clearfork Block NW-3 Lot 1 Project Location: N.W. of Intersection of Edwards Ranch Road and Clearfork Main Street Plat Case No.: FP-013-054 Plat Name: Edwards Ranch Clearfork Mapsco: 88D Council District: 3 City Project No: 02198 CFA: 2013-090 DOE: 7145 To be completed lz?) staff: Received by: c ,) Date: 1 � CJ I 13 OFFIMAL RECORD ,! MITT SECRETARY FEJJ FORTH, fl RECEIVED DEC 202013 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 (ALX... , Sewer (A-1) _X Paving (B) _ ..Storm Drain (B-1) Median Landscaping (B-2) Irrigation (B-3) 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 Warless death or damages are caused, in whole or 1n 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: Edwards Ranch Clearfork Block NW-3 Lot 1 CFA No.: 2013-090 DOE No.: 7145 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 $ $ 147,166.00 170,145.00 Water and Sewer Construction Total $ 317,311.00 B. TPW Construction 1. Landscape Improvements 2. Paving Improvements 3. Irrigation Improvements TPW Construction Cost Sub -Total $ - Total Construction Cost (excluding the fees): $ 317,311.00 Construction Fees: C. Water/Sewer Inspection Fee (2%) $ 6,346.22 D. Water/Sewer Material Testing Fee (2%) $ 6,346.22 Sub -Total for Water Construction Fees $ 12,692.44 E. TPW Inspection Fee (4%) $ - F. TPW Material Testing (2%) $ - H. Street Signs Installation Cost $ - Sub -Total for TPW Construction Fees $ - Total Construction Fees: $ 12,692.44 Choice Financial Guarantee Options, choose one Amount (ck one) Bond = 100% $ 317,311.00" Completion Agreement = 100% / Holds Plat $ 317,31 1.00 Cash Escrow Water/Sanitary Sewer= 125% $ 396,638.75 !Cash Escrow Paving/Storm Drain = 125% $ - 'Letter of Credit = 125% w/2yr expiration period $ 396,638.75 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 veloper has execute - is instrumen in quadruplicate, at Fort Worth, Texas this day of Amg te., , 20 / I . CITY OF FORT WORTH - Recommended by: Water Department (/)---eMv" -mot ()C-- &LL lal, EMBA, P.E. Development Engineering Manager Approved as to Form & Legality: Douglas W. Black Assistant City Attorney M&C No. Date: ATTEST: Mary J. Kayser it City Secretary/ Signature (Print) Name: Paxton E. Motheral Vice President Transportation & Public Works Department )\ Ar Douglas W. Wiersig, P.E. Director Approved by City Manager's Office Fernando Costa Assistant City Manager Cassco Development Co., Inc. Combined CFA final Sept 12, 2008 8 OFV11©11 11f { Check items associated with the project being undertaken; checked items 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 B-2: Median Landscaping Median Landscaping Estimate Exhibit B-3: Irrigation Irrigation Estimate (Remainder of Page Intentionally Left Blank) 9 Spur 341! Spur sari` 183 TEXAS 183 ' w c -=1125tiald: eagan_kAErnoriatn. a re Q6-i-4oe.1 Oakmont Blvd ,06 e Ca��3P� C : rtDn Aa; 183 :aen F- Ma;i W W d 1E, W?th5: T,i: Lot:reeway-._.,^' ✓ Fi F T`:::a; c:,ri:ti Uri r>it': PROJECT- `it LOCATION Par.; tt a • DOE NO. 7145 CITY PROJECT NO. 02198 tu a 'At Lancaster Ave Peursylvaria Ave Ni Rosedale S: W AIIe7 Ave ,L tJ 6 W Berry Scud-A:CSter W Seminary Dr Ezpd;:t Thera t E Al ah0x1141t.u* I I" II NOT TO SCALE EDWARDS RANCH CLEARFr`�RK ADDITION BLOC r l--W-3,.LOT 1 OWNER / DEVELOPER: CASSOO-DEVELOPEMENT COA EPANY, INC. .,-,42QO;SOUTH-HULEN, SUITE 614 ORT-',t/ORSH, TEXAS 76109 • PHONE: 817-731-7396 i'i PELOTON PM LAND SOLUTIONS 5751 KROGER DRIVE SUITE 185 KELLER, TX 76244 PHONE: 817-562-3350 DATE: NOVEMBER, 2013 PRIVATE WATER LINE, _ PRIVATE WATER UNE 2 - 8" GATE VALVES PROPOSED 26' WATER EASEMENT , BY SEPARATE INSTRUMENT - TRUIsasETA WATER 7:1 1 m 0 M PROPOSED 26 PUBLIC ACCESS EASEMENT 0 CONNECTION TO EXISTING - WATER LINE DOE NO. 7145 CITY PROJECT NO. 02198 PRIVATE WATER LINE 0 I )6->) M " PROPOSED 26 PUBLIC ACCESS EASEMENT m. • PRIVATE WATER LINE PROPOSED VARIABLE WIDTH WATER 4 SEWER EASEMENT _BY SEPARATE INSTRUMENT PRIVATE - WATER LINE PROPOSED VARIABLE WIDTH PUBLIC ACCESS EASEMENT BY SEPARATE INSTRUMENT PROPOSED 24' WATER EASEMENT BY SEPARATE INSTRUMENT PRIVATE .. PRIVATE WATER WATER , LINE PROPOSED 26. WATER EASEMENT ' BY SEPARATE INSTRUMENT PROPOSED 26' WATER & SEWER EASEMENT CONNECTION TO EXISTING WATERLINE' CLEARFORK MAIN STREET - PRIVATE WATER LINE --H-- X-- CONNECTION TO EXISTING — WATER LINE m cn 0 \ 0 > LEGEND PROPOSED GATE VALVE EXISTING GATE VALVE PROPOSED FIRE HYDRANT EXISTING FIRE HYDRANT NOTE: ALL PROPOSED WATER LINES ARE 8" UNLESS OTHERWISE NOTED EXHIBIT A - WATER 200' : ''GRAPHIC'SCALE act, ZetZik_ EPVVARDS RANCH CLEARFORK ADDITION BLOCK NVV-3, LOT 1 OVVNER / DEVELOPER: CASSCODEVELOPEMENT INC. .,,4200'SOUTI-LHULEN, SUITE 614 iDkT:,YiVORTI-1, TEXAS 76109 `PHONE: 817-731-7396 iiit PELOT0 N .F5pigoe.FR.DipiE `EL:LER,,TX,76244 17-•';,4 REIONE`.,.817-62-3350 DATE: NOVEMBER, 2013 PRIVATE SEWER LINE • PRIVATE - SEWER UNE H r- rn PREWTE SEWER LINE _ PROPOSED 26 PUBLIC CSSE NT AVENUE IRIVATE SEWER LINE • PRIVATE SEWER PRIVATE SEWER - UNE MIERN"AMIZIP;ENT PRIVATE SEWER LINE PRIVATE SEWER LINE PRIVATE SEWER ' UNE PROPOSED 26WATER d SEWER EASEMENT - • • PRIVATE SEWER UNE PROPOSED 26' PUBLIC _ ACCESS EASEMENT SEWER - PRIVATE .-- Mr -•-- . .... G-.) • ' 0 ' , , ' PROPOSED 2B WATER a " ' . PRIVATE i —'. 6) PRIVATE CO SEWER EASEMENT i . M . M LINE Sr>14i1 I . ' ' ' LINE SEWER Z ' SEWER •-_ '' pitx'4° rn < CLEARFORK MAIN STREET_:_ CONNECTION TO EXISTING SEWER LINE DOE NO. 7145 CITY PROJECT NO. 02198 PROPOSED VARIABLE WIDTH — WATER & SEWER EASEMENT Y SEPARATE INSTRUMENT • PRIVATE SEWER UNE --PROPOSED VARIABLE WIDTH PUBLIC ACCESS EASEMENT BY SEPARATE INSTRUMENT \ PROPOSED 2A. WATER EASEMENT BY SEPARATE INSTRUMENT ,707ZIAWIENPENT m cn 0 o CONNECTION TO EXISTING SEWER LINE LEGEND PROPOSED SEWER LINES EXISTING SEWER — MANHOLE • PROPOSED SEWER MANHOLE EXIST SEWER MANHOLE NOTE: ALL PROPOSED SANITARY SEWER LINES ARE 8" UNLESS OTHERWISE NOTED EXHIBIT Al - WASTEWATER NORTH 200' dRAPHIC SCALE EDWARDS RAK171:_-,. TeLEARFORK ADDITION pLOCKNW-3, LQT-1 DATE: NOVEMBER, 2013 OWNER / DEVELOPER: CASSCO DEVELOPEMENT COMPANY, INC. .. - ,. 4200 SOUTH HULEN, SUITE 614 - FORT WORTH, TEXAS 76109 ..• r." PHONE-: 817-731-7396 • • • ' IiI PELOTON 11111 LAND SOLUTIONS 5751 KROGER DRIVE SUITE 185 KELLER, TX 76244 PHONE: 817-562-3350 t I l CFA PROJECT QUANTITY MATRIX--EDWARDS RANCH CLEARFORK ADDITION ITEM NO. BID ITEM UNIT 6 7 SHE ]0 NO. 12 14 ITEM TOTAL UNIT PRICE ITEM TOTAL COST I 8" Water Pipe LF 2525.50 905.50 3431.00 $21.20 $72,735.00 2 8" Gate Valve EA 23.00 8.00 31.00 $1,000.00 $31,000.00 3 Valve Box Adjustment EA 23.00 8.00 31.00 $100.00 $3,100.00 4 Fire Hydrant EA 5.00 5.00 $2,900.00 $14,500.00 5 16" x 8" Tapping Sleeve and Valve EA 1.00 1.00 $3,800.00 $3,800.00 6 12" x 8" Tapping Sleeve and Valve EA 1.00 1.00 $3,200.00 $3,200.00 7 Connection to Existing 16" Water Main EA 1.00 1.00 $700.00 $700.00 8 Connection to Existing 4"-12" Water Main EA 2.00 1.00 3.00 $700.00 $2,100.00 9 Ductile Iron Water Fittings w/ Restraint TON 2.30 0.85 3.15 $4,000.00 $12,600.00 10 Trench Safety LF 2525.50 905.50 3431.00 $1.00 $3.431.00 WATE t UNIT TOTAL S147,166.00 11 8" Sewer Pipe LF 833.50 794.00 326.501 1954.00 $23.00 $44,942.00 12 8" Sewer Pipe, CSS Backfill LF 70.00 85.00 20.001 175.00 $37.00 $6.475.00 13 Ductile Iron Sewer Fittings TON 0.20 0.20 0.161 0.56 $669.64 $375.00 14 Trench Water Stops EA 2.00 4.00 1.001 7.00 $500.00 $3,500.00 15 4' Manhole EA 10.00 13.00 3.001 26.00 $3,000.00 $78,000.00 16 4' Drop Manhole EA 2.00 1.00 3.00 $3,800.00 $11,400.00 17 4' Extra Depth Manhole VF 67.00 74.00 12.00 153.00 $37.25 $5,700.00 18 Cone Collar Manhole Adjustment EA 12.00 14.00 3.00 29.00 $30.00 $870.00 19 Manhole Vacuum EA 12.00 14.00 3.00 29.00 $100.00 $2,900.00 20 Connection to Existing Manhole EA 1.00 1.00 $700.00 $700.00 21 Connection to Existing Line EA 1.00 1.00 2.00j $700.00 $1,400.00 22 Epoxy Manhole Liner VF 27.00 28.00 55.00 $175.00 $9.625.00 23 Trench Safety LF 903.50 879.00 346.50 2129.00 $1.00 $2,129.00 24 Post -CCTV Inspection LF 903.50 879.00 346.50 2129.00 $1.00 $2,129.00 SEWER UNIT TOTAL $170,145.00 TOTAL I $317,311.00