Loading...
HomeMy WebLinkAboutContract 43846 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: Sun Valley Industrial Park, L.P. Address, State,zip Code: 5301 Sun Valley Drive, Fort`]North,TX 76119 Phone, E-Mail: (817) 572-225O/Sandra@empireroofing.com Authorized S ignatory/Title: Sandra McGlothlin Project Name: Sun Valley Industrial Park Project Location: Marie Jones Road a@ Sun Valley Drive Plat Case No.: FP-011-021 Plat Name: Sun Valley Industrial Park Mapsco: 93 J & K Council District: 5 City Project No: 01798 CFA: 2012-051 DOE: 6733 To be completed by taff.- • Received by: Date: t D __Wwm� OFFICIAL RECORD] 11 -05-12 PO G- :20 IN CITY SECRETARY FT. WORTH5 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 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 (A) Sewer (A-1) ,.., Paving (B) X Storm Drain (B--1) , Street Lights & Signs (C) . 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 8, Section 11, 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 ACDRD 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 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. 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 damazes are caused, in whole or in part, by the alleged ne,&!irence 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 in'uries death or dams es are caused in whole or in Part, by the alle ed ne li ence 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 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. 0. 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 (Z%) 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. 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 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: Sun Valley Industrial Park CFA No.: 2012-051 DOE No.: 6733 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 $ 226,157.00 2_Sewer Construction $ 113,454.90 Water and Sewer Construction Total $ 339,607.00 B. TPW Construction 1.Street $ 472,330.00 2.Storm Drain $ 3.Street Lights Installed by Developer $ 35,135.00 TPW Construction Cost Total $ 507,465.00 Total Construction Cost(excluding the fees): $ 847,072.00 Construction Fees: C_ Water/Sewer inspection Fee(2%) $ 6,792.14 D. Water/Sewer Material Testing Fee(2%) $ 6,792.14 Sub-Total for Water Construction Fees $ 13,58428 E. TPW Inspection Fee(4%) $ 18,893.20 F. TPW Material Testing(2%) $ 9,446-60 G. Street Light Inspsection Cost $ 1,405.40 H_ Street Signs Installation Cost $ - Sub-rota!for TPW Construction Fees $ 29,745.20 Total Construction Fees: $ 43,329.48 Choice Financial Guarantee Lions,choose one Amount ck one Bond=100% $ 847,072.00 Completion Agreement=100%/Holds Plat $ 847,072.00 Cash Escrow Water/Sanitary Sewer=125% $ 424,508.75 Cash Escrow Pain /Storm Drain=125% $ 634,331.25 Letter of Credit= 125%w/2yr expiration period $ 1,058,840.00 8 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 exe this instrument in quadruplicate, at Fort Worth,Texas this •'�� day of cute 20��. CITY OF FORT WORTH-Recommended by: Water Department Transportation& Public Works Department Wendy Chi- abulal, EMBA, P.E. Dou ' s W.Wiersig, P.E. Development Engineering Manager Director A proved Ito Form&Legality: Approved by City Manager's Office 1 Ga�ssw.��i�,L�• Douglas W. Black Fernando Costa. Assistant City Attorney Assistant City Manager M&C No. � �- Date: ATTEST: ..� Apo 0 0 � 00o a o�v � o 0o a Mary J. Kays -- �*°o o°y� City Secretary �� 0°o o°p�`,a a000000*,oa ATTEST: Sun Valley Industrial Park,L.P. By its General Partner McGlothlin Equities, L.L.C. Sji afore Signature /)',I(Print)Name:r L��...� Print Name: �d�'�Q C�lO� C Title: Maita 3 w r oFFicraL RECOR'D �jery sECRETARY 9 f:T.1NOR1'H,TX 2,446 DAVID S1i'Bi[3MAND DIM BLOCK 1 1 2 fj 1 2 3 ? v SL M V OC r 2 7 6 5 4 40 '� a 12" WL/L b W/L VESTA FARM ROAD VESTA IFARM ea. BLOCK 1 2 8 9 10 11 a H a� C �4 15 14 13 12 Y 40 39 IL W M 1 2" WL/L r 3: r7 1 Im F` SUN VA]U" DRIVE I r ti S[JN YAii�Y Dlit. �y BLOCK 1 2 i 1fi 17 18 19 a� _ci oc ig m 0. 23 22 21 20 40 39 1 2" WL/L K"TEMRVx Roes M. 25 26 27 1 1 2 0 24 nc . BLOCK 1 °� a 1� c C 2 28 p°,4` 40 39 9LOL�C 2R I3RIARWOM ADDN. f _ I- voL 388-178,PG.92 P.R.T.D.T. 9AUliD�iiB RD. ltil EXHIBIT A WATER LOTS 1 �28, BLOCK I SD Engineering, Inc. Site Development Engineering SUN VALLEY PG Box 1357 Aledo,TX 76008-1357 (817)"1-8400 Fax(817)441-6085 INDUSTRIAL PARK TEXAS REGISTERED ENGINEERING FIRM F-7643 TEXAS REGISTERED SURVEYING FIRM/0095800 SD Engineering, Inc. Site Development Engineering opinion of Probable cost Project: Sun Valley Industrial Park Project No.: 040902 Owner: Sun Valley Industrial Park Prepared By: EAC Subject: Water Facilities Date: 0712012 Revised 07/26/12 Revised 09107/12 Item Description Quantity Unit Unit Price Amount - 1 2" PVC Water Line(CL 200) 60.00 LF 10 600 2 12"Water Line (DR 14) 31020.00 LF 34.00 1021680 3 Abandon Exist. 2"WIL-David Strickland Rd 1.00 EA 200.00 200 4 2"X12"Tapping Tee and Valve with 2.00 EA 800.00 11600 Cast Iron Box& Lid 5 12" Gate Valve with Cast Iron Box& Lid 6.00 EA 21204.00 131200 6 6" Gate Valve with Cast Iron Box& Lid 3.00 EA 890.00 2,670 7 Fire Hydrant(incl. 6"WIL as needed) 3.00 EA 27600.00 71800 8 1"Water Service, incl Class A Meter Box 28.00 EA 750.00 21,000 9 12"WIL Fittings, incl Poly Wrap& Blocking 3.50 TN 41700.00 16,450 10 H MAC Pavement Repair 11800.00 LF 31.00 55,800 11 Conc Pavement Repair 55.00 LF 41.00 29255 12 Trench Safety System (depth>5') 3,020.00 LF 0.10 302 13 Traffic Control 1.00 EA 500.00 500 14 Erosion Control 1.00 EA 17100.00 11100 Sub-Total $ 2261157 Contingencies Engineering Other* Total $ 226,157 Page 1 of 5 P.D.Box 1357 Phone:817.441.6400 Atedo,TX 76008-1357 Texas Firm F-7543 Fax: 817.441.6085 8" SANITARY SEWER BLOCK 1 , 2 tN 7 5 5 4 40 30 " SA ITARY SEWER ►err■ FAIU r FX" .nr■79UW W e s BLOCK 1 10 , z g 15 14 13 12 40 36 Ama 9 8" SANITARY SEWER BLOCK 1 , 14 17 18 19 g 23 22 21 20 4a 30 rJL7IIUM BOLD KLUBMW!A ~� 1 ri 8 SA ITARY SEWER 25 26 27 , z :i a ui '" Lam ' �_ �.: V � 24 j � _ BLOCK 1 ,`i IL 2 28 S 40 30 V- v BA! IMF ADM I VOL US-176.Pa 02 alul1 ZL to P.R.T.GT. - -*------ ---- p W EXHIBIT Al- WASTEWATER SD n ineering n c. N LOTS -�- LO CIS 1 � CD Site Development Engineering SUNV PG Box 1357 Aledo,TX 76008-1357 (817)441-640O Fax(817)441-6085 v TEXAS REGISTERED ENGINEERING FIRM F-7643 p� INDUSTRIAL PARK TEXAS REGISTERED SURVEYING FIRM 10095800 0 Copyright c 2012 SD Engineering, Inc. SD Engineering, Inc. Site Development Engineering opinion of Probable Cost Project: Sun Valley Industrial Park Project No.: 040902 Owner: Sun Valley Industrial Park Prepared By: EAC Subject: Sanitary Sewer Facilities Date: 0712012 Revised 09/07/12 Revised 10109/12 Item Description Quantity Unit Unit Price Amount 1 8" Sanitary Sewer Line (Various Depths) 21200.00 LF 23.00 50,600 (includes Post Construction TV) 2 4' Dia. Manhole, incl conc collar& inserts 10.00 EA 2,200.00 22,000 (includes MH Vacuum Testing) 3 Extra Depth Manhole (>6') 14.00 VF 200.00 2,800 4 Abandon& Remove Exist. Private SS Line 1.00 EA 11350.00 1,350 5 4" SS Service, incl tap & Cleanout 28.00 EA 400.00 11,200 6 Trench Safety System (depths> 5') 21200.00 LF 1.00 2,200 7 HYMAC Pavement Repair 700.00 LF 31.00 21,700 8 Traffic Control 1.00 EA 500.00 500 9 Erosion Control 1.00 EA 11104.00 11100 Sub-Total $ 113,450 Contingencies Engineering Other* Total $ 113,450 Page 2 of 5 P.O.Box 1357 Phone:817.441.6400 Aledo,TX 76008-1357 Texas Firm F-7643 Fax: 817.441.6085 QATM STS DIM "'"•• BLOCK 1 2 1 2 3 7 s s 4 40 3s a 8" HMAC PVMT VM4 FARLSY RJAD im. 8" 0NC- VM T BLOCK 1 2 8 9 14 i1 d� C.7 C7 ' Q 15 14 13 12 x " 40 39 a 8 HMAC PVMT SUN VM Y DRJ" SW VAUM Dot. � � I 8" QONC. VMT J� BLOCK 1 16 17 18 19 , 4Lr x m ° cL 23 22 21 20 40 39 8" AMAC 1'VM T KM RUN 4AD 8" ON G. FIVMT 25 26 27 1 2 0 24 oc r BLOCK 1 �NF �D 4 1 2 28 � 40 39 BLOCK 2R SRIARWOOD ADON. VOL.388-178,PG.92 P.R.T.C.T. - EXHIBIT B -- PAVING LOTS 1 �28, BLOCK 1 SD Ensineerins, Inc. Site Development Engineering SUN VALLEY PO Box 1357 Aledo,TX 78048-1357 (817)"1-"00 Fax(817)441-6085 INDUSTRIAL PARK TEXAS REGISTERED ENGINEERING FIRM!F-7643 TEXAS REGISTERED SURVEYING FIRM 10095800 SD En i n eerin � Inc. g Site Development Engineering opinion of Probable cost Project: Sun Valley Industrial Park Project No.: 040902 Owner: Sun Valley Industrial Park Prepared By: EAC Subject: Excavation &Grading Date: 0712012 Revised 09/07/12 Item Description Quantity Unit Unit Price Amount 1 Clearing & Grubbing 3.00 AC 161000.00 481000 2 Unclassified Street Excavation 7,000.00 CY 4.00 28,000 3 Erosion Control 1.00 EA 17100-00 1,100 Sub-Total $ 771100 Contingencies Engineering Other* Total $ 771100 Page 3 of 5 P.O.Box 1357 Phone:817.441.6400 Aledo,Tx 76008-1357 Texas Firm F-7643 Fax: 817.441.6085 SD Engineering, Inc. Site Development Engineering Opinion of Probable Cost Project: Sun Valley Industrial Park Project No.: 040902 Owner: Sun Valley Industrial Park Prepared By: EAC Subject: Paving Facilities Date: 0712012 Revised 09/07/12 Revised 09/24/12 Item Description Quantity Unit Unit Price Amount 1 Subgrade Manipulation (8"') 71600.00 SY 3.50 261600 2 Lime (40#/SY) 155.00 TN 165.00 25,575 3 8" Concrete Pavement(4000 psi) 71100.00 SY 39.00 2761900 4 Pavement Joint Sealant 111004.00 LF 1.00 117000 5 8" HMAC Pavement Transition 530.00 SY 66.00 341980 6 7"Concrete Curb 29750.00 LF 1.50 41125 7 Concrete Pavement Header 125.00 LF 10.00 11250 8 Concrete Flume"A" 10.00 LF 300.00 31404 9 Concrete Flume"B" &"C" 20.04 LF 1 50.00 31000 10 Traffic Control 1.00 EA 500.00 500 11 Impact Flex Bollard 9.00 EA 800.00 77200 12 Erosion Control 1.00 EA 1,100.00 1,100 Sub-Total $ 395,230 Contingencies Engineering Other* Total $ 395,230 Page 4 of 5 P.Q.Box 1357 Phone:817.441.6400 Aledo,TX 76368-1357 Texas Firm F-7643 Fax: 817.441.6085 DAVID ST91CQ&M Dim BLACK 1 2 1 2 3 r 7 6 5 4 40 39 STREE LIGH (TYP) M!A FARM W. VMA ROM STREE e&T.3,P SIGN 8 9 10 11 1 2 d o a 15 14 13 12 40 39 STREE LIGH (TYP) r � VAU"DR F- SUN V DWW STREE STOP SIGN BLOCK 1 16 17 18 19 3 r U 23 22 21 20 40 39 STREET LIGH (TYP) r $ Ks�. Ro ga STREE STOP SIGN 25 26 27 , 1 2 24 _ci BLOCK 1 °� 4 $ 28 39 BOCK 2R ARIARWOOD ADDN- W0L 388-176,PG.92 PR.T.C.T. 8AUNDM 101 EXHIBIT C -- STREET LIGHTS & STREET SIGNS LOTS 1 �28, BLOCK 1 SD Engineering,Site Development Engineering SUN VALLEY PG Box 1357 Aiedo,TX 76008-1357 (817)441-6400 Fax(817)441-6085 TEXAS REGISTERED ENGINEERING FIRM F-7643 INDUSTRIAL PARK TEXAS REGISTERED SURVEYING FIRM 10095800 SD Engineering, Inc. Site Development Engineering opinion of Probable Cost Project: Sun Valley Industrial Park Project No.: 040902 Owner: Sun Valley Industrial Park Prepared By: EAC Subject: Street Light/Street Sign Facilities Date: 0712012 Revised 07/26/12 Item Description Quantity Unit Unit Price Amount 1 2" PVC(Sch 80) Conduit- Bore 90.00 LF 14.40 11260 2 2" PVC (Sch 80) Conduit 11105.00 LF 7.00 71735 3 346 Aluminum Conductor Wire 11195.00 LF 1.50 11793 4 1410 Aluminum Conductor Wre 11195.00 LF 4.50 598 5 Street Light Foundation Type 2 6.00 EA 850.00 51100 6 Street Light Pole Type 8 6.00 EA 11400.00 8,400 7 Street Light Arm Type 33A.150W Luminaire 6.00 EA 250.00 1,500 8 Ground Box 8.00 EA 650.00 51200 9 Pole Riser 3.00 EA 300.00 900 10 Stop Sign wl pole&foundation 3.00 EA 350.00 11050 11 Traffic Control 1.00 EA 500.00 504 12 Erosion Control 1.00 EA '1,100.00 11100 Sub-Total $ 357135 Contingencies Engineering Other* Total $ 359135 Page 5 of 5 P.O.Box 1357 Phone:817.441.6400 Aledo,TX 76008-1357 =7643 Fax: 817.441.6085