Loading...
HomeMy WebLinkAboutContract 43770 COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 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: Event Facilities Fort Worth, Inc. Address, State,Zip Code: 505 Main Street, Suite 240,MS-21 I Fort Worth,TX 76102 Phone, E-Mail: (817)717-42601 mgroomer @effw.org Authorized Signatory/Title: Mike Groomer,President Project Name: South West Lot—Linden Ave. Project Location: M ST. („�� nrAe, Pve.. Plat Case No.: FP-012-028 Plat Name: Will Rogers Memorial Center Mapsco: 76E Council District: 7 City Project No: 01973 CFA: 2012-048 DOE: 6894 To be completed staff Received by: Date: 10/ 1k OFFICIAL-RECORT) CITY SB�RETARY 1 'i U-1 _;-1 2 p o�:c�,� 1 14 rT.wp�'�,tX 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 `]North, 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 _Sewer (A-1) Paving (B) L Storm Drain (B-1) .X , Street Lights & Signs (C) X . 2 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 S, Section II, of the Policy. F. For all infrastructure included in this Agreement for which the Developer awards construction contracts), 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. ill. 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. 3 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 Developers 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. 4 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 lama es are caused in whole or in Part, bv the alle ed ne li ence of the CLik-of Fort Worth, its officers, servants, or emplo ees. 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 iniufiesl death or damages are caused, in whole or in part, by the alle,aed nezlizence of the City of Fort Worth, its officers, servantsp or em to ees. 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 5 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 ON 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 6 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 4 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) 7 Cost Summary Sheet Project Name: South West Lot- Linden Ave. CFA No.: 2012-048 DOE No.: 6894 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 $ 59,215.52 2.Storm Drain $ 16,Q27.24 3.Street Lights Installed by Developer $ 16,160.00 TPW Construction Cost Total $ 101,402.76 Total Construction Cost(excluding the fees): $ 1011402.76 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%) $ 3,409.71 F. TPW Material Testing(2%) $ 1,704.86 G. Street Light Inspsection Cost $ 646.40 H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 5,760.97 Total Construction Fees: $ 5,760.97 Choice Financial Guarantee Options,choose one Amount ck one Bond=100% $ 101 402.76 Completion Agreement=100%1 Holds Plat $ 101,40276 Cash Escrow Water/Sanitary Sewer=125% $ - Cash Escrow Paving/Storm Drain= 125% $ 1261753.45 X Letter of Credit=125%w12 r expiration period $ 126,753.45 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 uadruplicate, at Fort Worth, Texas this / �.Q day of A1.4t)kk- 120 CITY OF FORT WORTH-Recommended by: Water Department Transportation& Public Works Department Wendy Chi-Babulal, EMBA, P.E. Douglas . Wiersig, P.E. Development Engineering Manager Director Approved as to Form&Legality: Approved by City Manager's Office Douglas W. Black Fernando Costa Assistant City Attorney Assistant City Manager M&C No IVIA- Date: ATTEST: 9 1 Ma J. Kayser City Secretary ATTEST: Event Facilities Fort orth,Inc. c Signature Signature Print Name: Sharon McClung Print Name: Mike Groomer Title: President OFFICIAL RECORD CITY SECRETARY 9 FT.WORTH,TX Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment Location Map F-1 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) 10 River HAMILTO to E ER ES Crest �� 4TH ° Q C ( J MERRIM C oun tr Lu _ _ Q Q � Club ��- z — J C� J U D �._ m L,_r w L7 w I TN ° z IN7T�� ¢ o c2 MODLIN UNT HSC �° rn CD MATTIS N CRO KETT BUNT G - _ DARNEL MORTON CLA KE m � BLE SOE Of a Cn z w o Un;v T a ¢ � � � < North Texas � D > w eaV th Science = _ — m u �- _ P Center a CRESTLINE _ IL Q w u � WASH URN o z z R ECT w o � H A R L E �1� M � L F A"E TC LOS rI N FAY TT ❑EXTER I-_ V) o BRYCE. Trinity Park BRYCE 0 1 a o (fl o i u� cn � BYERS c Li Lij o o LINDEN z o U CCLLIN WO D LLJ Ln EL CAMPO hi a o PCRSHING ¢ � z CD BIRCHMAN D a tm 4.2 CALMONT Q C] J LOCK_ J y ° v m CD cn LOCK W w � � Q LOVE w L 'm N J , Cn C) CURZ N - Ch E m L v DOE #6894 FILE NO. K-2999 U- CITY PROJECT#01973 a iii N .r v N N N DUNAWAY#2010066.005 6- AWZ N m VICINITY MAR r- s5o mo ey Avemue.wto 4w.Fort Worft Texas 76107 LINDEN AV E N U E 3 Tel:817.335.1121-F=817 335.7437 o (1X RE,F-1114) 0 J a 1! I J (AVM AO-1H9W .............___._ Inn319VWVA) W S s AW C] IIV"di ui ' ................ ru uis 1...... — 0--..._.._._.._......_--- ...........�--._._.----_._..�- �..,r:.°�.--_.-����' „tea• - -- ko RT 4 � ..... _............_............ —............. _........... ...... • � • �.. �" X11:�.�ti1`' P ` LU A+ a n" R' i• ., cn Y 5; C r :� w Lr)C � r I Z) * P 1y y y 0 J ❑ - •� ;n N m W L L LLJ 0° z Z w r . 11 � . w �- aY 0 � � zM �-- L7 ,! •°.° ctrl .... 0 w C� :�� • „ ui > z � Q'] � Q `� �' w ❑ Uwe �., b :' 4 w U r Q Ca ` •-v' '•• - :r NI " n• n 4 -• ,' ; OD I .,. dr C) �. o ` C � I t L6 .� LO p 0� Q � � Q � I z 0 0 6Mp'd:]J 9NIRbd\S{d3:)SZ90-ZT1qq!gx31s6ulmeavl Tool u6isap1 SOO-9900TOZ1 6u!aaauibu31 9900TOZ LOTOZIS6PIialeiminaluo!wnpvadl:D:H1tid3lIA Wd VUS lti ZTOZ'9Z jaqw�qdaS'AepsoupaM:(131101d d i 1�j MM1" BYERS AVENUE 1 f � s -- ;x E t}}f r t. w a cz 3 f. Ft LL1 � 1 = 2 Ln � •I'� z � j i f I , i 3 r Q I LA g � o Lr 1 ; Ln }r a NT - �' - c .-- X ...----.............. - ............ _ LU k€ r. LINDEN i1 a AVENUE rm co 2 A a 0 60 120 3} Q f1 w • i r i ---- ... - _........... �_:......._....:- ._...... SCALE: 1 60 ft. --- —_ - ., - -._.... _. . N - k' DU NAWAY#2010066.005 ;' � LEGEND 'Zow EXHIBIT 'B' VI NG E '• •_` 6"CONCRETE PAVEMENT r- 550 Bailey Avenue+Suite 40 Fort Wortk Texas 76107 Tel:817 .1 121-,Fax_817 335.7437 SOUTHWEST LOT � I/� 7 4"SIDEWALK �r F-1 w d J Em .......... uj (AVM-3O-1H 3I N HIC IM 3-f 8 18 VAY.... ............ ................... .. cn __._ ... ... __._�_.. I I x3AIHCI. ll.V�li; < I-- ' W € t W W IX W d • f a m z ]C W W 'a a _ ;�� W '; _ _ m W :_.�. J ce Ld `-�..,y -..--. -__.._............. ___........ .. W 0 0 ! ,y -acv --� �--. cA tAA W W ........ �. - .. --............._.__...._....r _.........._.._...... i X 2 `.m W ;t rr r rVV I, a LIJ " 0 S 0 cr > ;NEI LJ V) LLI x V) cc o 5; m � wog z j :2 0 Q m - CSI ~, _J � (o }--- �■ W LL 3: as z �- ,.�. s--- �z c)¢ °C o p rr7 �--- � `� � z � � ° X to F- Z 0 c) I < w CN W ZCF) U � U 3C3< ce Z �F-- CF) Qzlq�,- �-- °te x ; ❑ ❑ ac 0 r _ - o Cq H w � a V� a 3 ... ...... ......._-......... ........_. ...._. - _..._ ._.- 1 � r n J. ^�� ` ly O • Ln LL. CD r W Q ' v I v' t + Q CD p 6MP'bd0 NlYd(]\SV=I:)SZ90-ZTIm!Q!4x'g1s6ulmPJC]\lOOlu6l Sap1 SOO-9900X0Z\6uuaauti6u31 9900TOZ\OTOZ156P191eanlln:)luopnPad1:E):H-LVdglId Wd ST:S ld ZTOZ'9Z aagwa ctaS'AepsaupaM:031101d cc O .. .................. CA '01 4., LEGEND STORM DRAIN PIPE BY OTHERS EXISTING STORM DRAIN PIPE ......... .......... EXISTING CURB INLET > OVERFLOW STRUCTURE -------------------- ........... c?) ce) ............... 66 04 cl wV1 ....................� '4. .. ........ to RYE R cNq z AVE NP OVERFLOW ,�L�..................... STRUCTURE )ru--j r Uj .. ........ ............. -- --- iIII L6 It t kz is cc LU co low a � 4� J z Ir. ......... ............ ......... 0 40 80 SCALE: 1"= 40 ft. DUNAWAY#2010066-005 AL%w EXHIBIT '131' N STORM DRAIN EXHIBIT 550 Soley Avenue*Suite 4W,,fort Woft,TeXas 76107 SOUTHWEST LOT Tel;817.W.1121•fax 817.=.7437 VX RE&F-1 1141 2 OF 2 s E; -JO-_LHOW 11 H IM 31BVI8VA RIG l uj f, J �. I r. ....-........._...�-..... �...........m.... ��_. - _._.............. f -.....- �W 1 4 _.......-.._............_ m.......... .............. ............. W - E� - _- .- .........._......... r__... -� - -- ' W z I _... I . z �1 orf x r � w �- C/7 W W LO C.] _ � Z 44- � W of Ul UD F-: CO X 3: X� �z z � '-L. - _ oo z r �.�- w �- _ _. 0 :D PO :D :D Z :2 0 a X 0 F`- z00 000 � w ZD N 0 W � UW0 DC W wDo 1 L3 t 0 F" _ - -- -- ;f i E t ; E 40 C co L LL a CD I � I J CD oo I } � i Q ~ z � o o 1 6MP'SlN9Il133b1S\SVA)SZ90-Zi1 S-Vglux31s6uiMeaplTODlu6!San1SOO-99001 0Z1 6uiaaaui 6LI31 9900TOZ1 0ioZ156Pfele-1nI[n:)1uocpnPad1:!D:H-LVd3lI3 Wd 9I:S ld ZIDZ'9Z jagwa4daS'AepsaupaM'0311Old ENGINEER'S OPINION OF CONCEPTUAL CONSTRUCTION COST LINDEN AVENUE ITEM DESCRIPTION QTY/UNIT UNIT PRICE AMOUNT PAVING 1 Concrete Pavement 6-Inch 1 114 SY $ 24.00 26,736-00 2 Sub rade 6-Inch Lime Stabilized 1,169 SY $ 3.45 $ 4,033.05 1 3 Sub grade-Lime Stabilized 35#/SY 20.5 TON $ 4.00 $ 82.00 ._ 4 7-Inch Integral Curb 445 LF $ 1.56 $ 694.20 5 4"Concrete Sidewalk 3,638 SF $ 4.00 $ 14 552.00 6 6"Driveway 995 SF $ 5.00 $ 4,975.00 7 Double Yellow Stripe 239 LF $ 1.00 $ 239.00 8 White Lane Markers 61 LF 0.50 $ 30.50 9 Turn Lane Markers 60 LF $ 1.00 $ 60.00 10 Demolition of Existing Pavement 1 LS $7,500.00 $ 7,500.001 11 Demolition of Existing Fence 84 LF 11.00 $ 924.00 12 Grass Sod 8851 SF $ 0.27 $ 2,389.77 13 Topsoil 12 CY 1 $ 500.00 1 $ 6,000.001 14 Traffic Control LS $ 1 000.00 $ 11000.00 TOTAL $ 69,215.52 STREETLIGHTS 1 Light-Ornamental Pole&Fixture-Item 6 EA $1,575.00 $ 9,450.00 Purchased b Contractor 2 2-inch Conduit 430 LF $ 4.50 $ 1,935.00 3 #4 Wire 1 000 LF $ 2.00 $ 2,000.00 4 #10 Wire 500 LF $ 0.75 $ 375.00 5 Li ht Pole Foundation 6 EA $ 400.00 $ 2,400,00 TOTAL $ 16160.00 STORM 1 Remove Existin Headwall 2 EA $ 1,500.00 $ 31.000.00 2 4'Manhole 1 EA $2,700-00 $ 2,700.001 3 36" RCP 6 LF 85.00 $ 510.00 4 Trench Safety 6 LF $ 1.00 $ 6.00 5 Rock Check Darn 20 LF $ 100.00 $ 2,000.00 6 Straw Waddle 586 LF $ 2.00 $ 1,172-00 7 Silt Fence 332 LF $ 1.32 438.24 8 8'Overflow Structure 200 LF $ 31.00 $ 6,200-00 9 Inlet Protection 1 EA $ 1.00 1.00 TOTAL $ 16y027.24 SUBTOTAL $ 101 402.76