Loading...
HomeMy WebLinkAboutContract 45258 (2)CITY SECRETARY,l coNmAcTNo,,rJt6 > SHORT FORM COMMUNITY FACILITIES AGREEMENT 1 o I latnrec Legal Description or Address \ ,1 cl--t- Dr. Project NameS7P_ ci tza\ Dts-b CJYS b\ok3. WHEREAS, this Agreement is by and between the City of Fort Worth, a Texas municipal corporation ("City"), Industrial Develouments International (Texas), L.P., authorized to do business in Texas ("Developer"), and TRI DAL UTILITIES, LTD., authorized to do business in Texas, ("Contractor"). The parties named herein may collectively be referred to as a "Party" or the "Parties"; and WHEREAS, the Developer is the owner and/or developer of that certain property located within the City of Fort Worth's city limits at 16101 Three Wide Drive (provide general description, street address, legal description) as shown on Attachment "A" incorporated herein; and WHEREAS, Developer desires to make improvements to the property consisting generally of warehouse/distribution facility (general description) as shown on Attachment "B" ("Site Plan"), incorporated herein; and WHEREAS, pursuant to City of Fort Worth planning policies, Developer is to install certain community facilities consisting of stormwater facilities (general description) and valued at no more than $200,000.00 (including construction costs) ("Improvements"), as shown on Attachment "C" ("Engineers Estimate of Costs"), incorporated herein; and WHEREAS, Developer has engaged Contractor under a private contract ("Developer Contract") to perform the work described herein and as depicted on the attachments hereto; and WHEREAS, Developer is not seeking City's financial participation, nor is City requesting Developer to oversize the Improvements and City is not providing any funding toward the Improvements. NOW, THEREFORE, City, Developer and Contractor hereby agree as follows: AGREEMENT I. Contractor hereby agrees to furnish all labor, materials, tools and the necessary equipment for the construction and installation of the Improvements as indicated in Attachment C. II. The construction and installation of the Improvements shall be performed according to the City's current Standard Specifications for Public Improvements including the Standard City Conditions of the Construction Contract for Developer Awarded Projects, as each may be Short Form CFA (Issued 2.07.2013) Page 1 of 9 RECEIVED DEC 262013 qtEIVEJ DEC 3 1 2013 OFFICIAL P ECORD CITY SECRETAEtY io WORTH, `ii'1( amended from time to time, and any applicable Special Provisions as may be required for the Project. Where any discrepancies occur between the Special Provisions and the Standard Specifications, the Special Provisions shall govern. Such construction and installation and the location thereof shall be approved by the City's Director of the Transportation and Public Works Department, or his or her designee, prior to beginning work. A. It is agreed by and between the parties that the City has an interest in the proper performance of the installation of the Improvements Developer and Contractor hereby grant to the City a non-exclusive right to enforce the Developer Contract for the installation of the Improvements along with an assignment of all warranties given by 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. B. The Policy for the Installation of Community Facilities dated March 2001, approved by the City Council of the City of Fort Worth and as subsequently amended (the "Policy"), is hereby incorporated by reference as part of this Agreement for all purposes. Unless otherwise specifically stated herein, Developer agrees to comply with all provisions of the Policy applicable to a "Developer in the performance of its duties and obligations hereunder and Contractor agrees to comply with all provisions of the Policy applicable to a Developer's contractor as described by the Policy. C. Developer shall not be required to provide a developer's financial security. D. Contractor agrees to cause the construction of the Improvements 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 Improvements and the exhibits attached hereto. E Developer shall pay to the City, in cash, fees for the construction inspection (4%) and material testing (2%) based on the construction cost of the Improvements. F. Prior to acceptance of the Improvements by the City, Developer and Contractor must provide in writing a statement that Contractor has been paid in full by Developer for all services related to the Improvements. Additionally, Contractor will submit an Affidavit of Bills Paid and Consent of Surety signed by the general contractor's surety (if any) to ensure that all subcontractors and suppliers for the Improvements have been paid in full. G. Developer shall award and oversee all contracts for the construction of the Improvements H. Except as otherwise stated in this Agreement, Section II, Paragraph 8, Administration of the Construction Contract, Subsections B., C. 1, C. 3, C. 4, C. 6, F. and G. of the Policy do not apply. I. Contractor must be prequalified to perform work by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to also meet City's requirements for being insured, licensed and bonded to do work in public streets. J. Contractor shall give 48 hours' notice to the City's Construction Services Division of intent to commence construction so that City inspection personnel will be available; Contractor shall allow the construction to be subject to inspection at any and all times by City inspection forces, and shall not 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 Contractor shall make such laboratory tests of materials being used as may be required by the City. K. Developer and Contractor shall have fully executed contract documents submitted to the City prior to scheduling a Pre -Construction Meeting. The submittal should occur no less than 10 woiking days prior to the desired date of the meeting. No construction will commence without a City -issued Notice to Proceed to Contractor. L. Developer agrees to provide, at its expense, all engineering drawings and documents necessary to construct the improvements required by this Agreement M. The City shall not be responsible for any costs for the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. The following checked items are associated with the project being undertaken; checked items must be included as Attachments to this Agreements Included Attachment X N/A N/A N/A N/A N/A N/A X X N/A N/A Location Map Exhibit A: Water Improvements Water Estimate Exhibit A-1: Sewer Improvements Sewer Estimate Exhibit B: Paving Improvements Paving Estimate Exhibit B-1: Storni Drain Improvements Storm Drain Estimate Exhibit C: Street Lights and Signs Improvements Street Lights and Signs Estimate IV. A. It is agreed by and between the parties that a Maintenance Bond, in the form as provided by City in the amount of One Hundred Percent (100%) of the Improvements shall be furnished by Contractor in favor of City for a period of two (2) years from the date of acceptance of the Improvements Short Form CFA (Issued 2.07.2013) Page 3 of 9 B In the event the amount of this contract is in excess of the sum of Twenty -Five Thousand Dollars ($25 000.00), a Performance Bond, in the form as provided by City, in the amount of One Hundred Percent (100%) of the Improvements shall be furnished by Contractor in favor of Developer and City. C. In the event the amount of this contract is in excess of the sum of Twenty -Five Thousand Dollars ($25,000.00), a Payment Bond, in the form as provided by City, in the amount of One Hundred Percent (100%) of the work shall be furnished by Contractor in favor of City and Developer and is intended for the benefit of all persons, firms and corporations who may furnish materials for or perform labor under this Agreement and the Developer Contract. V. Developer hereby agrees to pay Contractor for the work performed hereunder pursuant to the Developer Contract. VI. A copy of the Standard Specifications for Public Works Construction can be obtained by the Contractor the City of Fort Worth's Buzzsaw site at http://bit.ly/XWa0vi VII. This contract shall bind the parties, their heirs, successors, assigns and representatives for the full and faithful performance of the terms hereof, jointly and severally. VIII. It is understood and agreed that all installations of Improvements made under the terms of this Agreement shall, upon acceptance of same by the City, immediately become the property of the City, as provided for by separate instrument, or this Agreement. IX. A. The Developer 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 Fort Worth, its officers, servants. or employees. B. Contractor covenants and agrees to, and by these presents does hereby, fully 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 iniuries, death or damages are caused, in whole or in vart, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. Further, Contractor indemnifies, and holds 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. X. Contractor shall, at its own expense, purchase, maintain and keep in force during the term of this Agreement such insurance as set forth below. Contractor shall not commence work under this contract until it has obtained all the insurance required under the Agreement and such insurance has been reviewed by the City; nor shall the Contractor allow any subcontractor to commence work on his subcontract until all similar insurance of the subcontractor has been obtained. All insurance policies provided under this contract shall be written on an 'occurrence" basis. WORKERS' COMPENSATION INSURANCE Workers' Compensation Employers Liability LIABILITY INSURANCE Statutory Limit $100,000 Each Accident. $500,000 Disease Policy Limit Commercial General Liability $1,000,000 Per Occurrence $2,000,000 Aggregate (No standard coverages are to be excluded by endorsement) AUTOMOBILE LIABILITY INSURANCE Short Form CFA (Issued 2 07 2013) Page 5 of 9 Commercial Auto Liability Policy $500,000 Combined Single Limit (Including coverage for owned, hired, and non -owned autos) UMBRELLA LIABILITY $1,000,000 Each Occurrence (Following Form and Drop Down provisions included) It is agreed by all parties to this contract that the insurance required under this contract shall: (A) Be written with the CITY OF FORT WORTH as an additional insured on General, Automobile and Umbrella Liability Insurance policies. (B) Provide for thirty (30) days written notice to the CITY OF FORT WORTH, before any insurance is cancelled, non -renewed or material changed, or any other cause. (C) Be written through companies duly authorized to transact that class of insurance in the State of Texas. Companies shall have a minimum A.M. Best rating of A VII (D) Waive subrogation rights for loss of damage so that insurers have no right of recovery or subrogation against the CITY OF FORT WORTH, it being the intention that all required insurance policies shall protect all parties to the contract and be primary coverage for all losses covered by the policies. (E) Provide Certificates of Insurance evidencing the required coverage Each original copy of the Agreement shall have a copy of the valid certificate of insurance attached. XI. If any of the terms, sections, subsections, sentences, clauses, phrases, provisions, covenants, or conditions of this contract are held by a court of competent jurisdiction to be invalid, void or unenforceable, the remainder of the terms, sections subsections, sentences, clauses, phrases, provisions, covenants, or conditions of this contract shall remain in full force and effect and shall in no way be affected, impaired, or invalidated. XII. This Agreement is perfoi niable in the State of Texas and shall be governed by Texas Law. Venue shall be in the county in which the work under this Agreement is performed. XIII. This Agreement may be executed in multiple counterparts which, when taken together, shall be a part of one document EXECUTED by the parties in multiples, effective as of the later date subscribed by a Party hereto, as set forth below: CITY OF FORT WORTH Thhi&O--DcW-es By: Fernando Costa, Assistant City Manager Date: lit 124 �3 APPROVED AS TO FORM AND LEGALITY: CONTRACTOR: TRI-DAL, LTD. DEVELOPER: INDUSTRIAL DEVELOPMENTS INTERNATIONAL (TEXAS), L.P. By: ID INTERNATIONAL (TEXAS), LLC., ITS GENERAL PARTNER By: INDUSTRIAL DEVELOPMENTS INTERNATIONAL, LLC, ITS SOLE MEMBE 4111.1? By: win? Assistant City Attorney ATTEST: By: Mary J. Kay City Secretary Short Form CFA (Issued 2.07.2013) Page 7 of 9 By: Th'?hyJ.GUflter TITLE President Date: 12 /0(7/3 By: NAME: TITLE Date: • FFICIAf1. RECORD LCITY S [7 WORTH, ECRETAKV TX EXECUTED by the parties in multiples, effective as of the later date subscribed by a Party hereto, as set forth below: CITY OF FORT WORTH DEVELOPER: INDUSTRIAL DEVELOPMENTS INTERNATIONAL (TEXAS), L.P. By: ID INTERNATIONAL (TEXAS), LLC., ITS GENERAL PARTNER By: INDUSTRIAL DEVELOPMENTS INTERNATIONAL, LLC, ITS SOLE MEMBER By: By: Fernando Costa, Assistant City Manager NAME TITLE Date: Date: APPROVED AS TO FORM AND LEGALITY: By: Assistant City Attorney ATTEST: By: Mary J. Kayser, City Secretary CONTRACTOR: TRI DAL UTILITIES, LTD. By:_ey ♦ 1 NAME: 5-rffic-0</ �✓ �� TITLE Avcct , /f, / eX Date: beetwae /2, 74Y-3 M&C: Date: Short Form CFA (Issued 2.07.2013) Page 7 of 9 STATE OF TEXAS COUNTY OF TARRANT 1/E14it § 44 hymanagE-2 -461_ BEFORE ME, the undersigned authori115-57/. c(-71( ty, Notary Public in and for the State of Texas, on this day personally appeared-Vernando Costa, known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of City of Fort Worth, and that he executed the same as the act of City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFIC ,his 211day o eenle120 13 Notary Public in and for the State of Texas P(,tie •- 41. ;iv re iet 0 i4.‘‘ • EVONIA DANIELS Notary Public, State of Texas My Commission Expires July 10, 2017 STATE OF GEORGIA COUNTY OF FULTON BEFORE ME, the undersigned authority, a Notary Public in and for the State of Georgia, on this day personally appeared t 6L \ 37. ,,,, , known to me to be the person whose name is subscribed to the foregoing instrument, and ac owled ed to me that the same was the g g land act of Developer i pc dS e�'�ni on , r� that he executed the same as the act of Industrial Developments International (Texas), LP by its General Partner, ID International (Texas), LLC., By: Industrial Developments International, LLC, its sole member for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 'J )11 day of CI-ce--AisnL72, 013 Notary Public in and for the State of Georgia Cern. G Balsamtdes My Commission Expires October 10.2017 e Short Form CFA (Issued 2.07.2013) Page 9 of 9 E OESCIT LOCATION n f: f-� f�/ ""-TEXAS MOTOR SPEEDWAY VICINITY MAP S?EEDWAY MST OWNED/DEVELOPED BY: IDI I III: BUILD NTS UTHO LOCATED R4 Un Y OF FORT WORTH, 3aS ®.lE. # 7128 Atlanta • Chicago • Cincinnati aTY PROF. # 02185 Dallas • Ft. Lauderdale • Memphis Los Angeles • Philadelphia Two Lincoln Cenlre, Suite 1275 5420 LBJ Freeway Doges, TX 75240 Phone! (9721 560-7000 Fax ' (972 1 560-7007 NOVEMBE, 2013 PREPARED BY: CML ENGINEERS — PLANNERS — SURVEYORS 2406 Mustang Drive, Grapevine, Texas 76051 Metro (817) 329-4373 El \10276\Plons\BUILDING A\Pions\Building A.pro Tue Dec 03 11 t 111 54 2013 SPEEDWAY DIS 1 l II e;UTION CENTER, =DING A iI STORM DRAIN EXHIBIT "B-11" PRIVATE S.D. LATERAL — PROPOSED 15' D.E. PRIVATE S.D. LATERAL T GRAPHIC SCALE leml *WO 0 -- PRIVATE S.D. LATERAL — EX S.D. LINE 27' R.C.P. LEGEND I........__, L•• --- -....----- i I , r.••• - . • ,1,-...-.: •, 1 i 1 t t • ;1:::': I , • 411111eak 114 ^-- ROCK: RIP -RAP EXISTING TxDOT S.D. LINE PRIVATE S.D. LINE •.;.: • PRdPOSED-I5' D.E. • „.. —24' PRIVATE S.D. LATERAL 200' PROPOSED STORM DRAIN LINE EXISTING STORM DRAIN LINE r • r J PROPOSED ROCK RIP -RAP PREPARED BY: GOODWIN& HALL CIVIL ENGINEERS — PLANNERS — SURVEYORS 2405 Mustang Orrin), Grapevine, Texas 78051 Metro (617) 329-4373 OWNED/DEVELOPED BY: IDI Atlanta•ChicagooCincinnati Dallas • Ft. Lauderdale • Memphis Los Angeles • Philadelphia Two Lincoln Centre, Suite 1275 5420 LBJ Freewoy Doke. TX 75240 Phone (972) 560-7000 Fox, (972) 560-7007 • :- • • • • ; • . • \10276- Pions \ BUILDING A \ Plorrs.,KBuiEd-ing-.4wro-Rte- Dec. 03 11: Ill 49 -2013. LEGEND ♦O SPEEDWAY DISTRIBUTION CIENTEa litU I G "A" � S1t RB LIGHT E- __1t_EFT "C" PVC Conduit Transformer on PAD Pole Assembly 200w HPS l!I !l I1111,1 iil{I(," 1111111 1i ll 111'1'111! — — (n*z GRAPHIC SCALE 1--400. WINO 0 400 EXISTING TRANSFORMER TO REMAIN t Sta. 7+50.00 THREE WIDE DRIVE 29.00 Lt — RELOCATE LIGHT POLE 45 FT. NORTH PREPARED BY: GOOD' CML ENGINEERS - PLANNERS - SURVEYORS 2405 Mustang Drive, (3rapevino, Toxas 78051 Motro (S17) 329-4373 OWNED/DEVELOPED BY: IDI Atlanta. Chicago • Cincinnati Dallas • Ft. Lauderdale • Memphis Los Angeles • Philadelphia Two Lincoln Centre, Suite 1275 5420 LBJ Freeway Cocks, TX 75240 Phone' (972 1 560-7000 Fax' (972 1 560-7007 Eii \ 10276\Pions\BUILDING A Plops\Building A.pro Tue Dec 03 II :it 159 2013 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidlist Item No. 3137.0104 3341.0201 3341.0208 3341.0309 3349.0001 3349.3006 3305.0112 Project Item Information Description Medium Stone Rip Rap, Dry 24" Class III R.C.P. 127" Class III R.C.P. 133" Class III R.C.P. 14' Storm Junction Box 133" Straight Headwall (Concrete Collar Storm Drain Facilities Subtotal Payment/Performance/Maintenance Bonds Storm Drain Facilities Subtotal 2605.3011 2" Conduit PVC SCH 80 (T) 3441.3302 Roadway Illum Foundation TY 3, 5, 6, and 8 3441.3003 Roadway Illumination Assmbly TY 18,18A,19, and D-40 3441.3501 Salvage Street Light Pole 3441.1407 NO 4 Insulated Electric Conductor Street Light Facilities Subtotal Specification Section No. 31 37 00 33 41 10 33 41 10 3341 10 33 49 10 33 49 40 33 05 17 26 05 33 34 41 20 34 41 20 34 41 20 34 41 10 Bid Summary Storm Drain Facilities Subtotal Street Light Facilities Subtotal Unit of Measure SY LF LF LF EA EA EA LF EA EA EA LF Bid Quantity 54 152 232 410 1 1 35 1 1 1 105 00 42 43 BID PROPOSAL Pagel of I Bidder's Proposal Unit Price $15.00 $73.00 $87.74 $106.481 $4,900.001 $1,600.001 $725.00 $20.00 $800.00 $930.00 $500.00 $3.00 Total Bid J 1 Bid Value $810.00 $11,096.00 $20,355.68 $43,656.80 $4,900.00 $1,600.00 $1,450.00 $83,868.481 $1,959.00 $85,827.48 $700.00 $800.00 $930.00 $500.00 $315.00 $3,245.00 1 $85,827.48 $3,245.00 $89,072 48 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 COFW HID PROPOSAL SHEET MATRIX REVISED II.xlsx