Loading...
HomeMy WebLinkAboutContract 45150 COMMUNITY.FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF T § Contract No., WHEREAS., the undersigned Developer ("Developer") desires to make certain improvements ("Improvements") related to a project as described below ("Prqiect") within the City of Fort Worth Texas('City")�- and I ip WHEREAS, the Developer and -the City desire to enter into this Community Facilities Agreement("CFA""or"Agreement"') in connection with the Improvements. Developer and Project Information: Developer Company Name: Hayes& Stolz Industrial Manufacturing Company, Inc. Address, State,Zip Code-. 3521 Hemphill Street I fort'`worth,TX 76110 Phone,E-M ail- (817)926-33 91, 1 bJ mast@,ha s- tolz. or I Authorized Signatory/Title-. B,.J. Masters,Vice President Project Name and Brief Description: Water Improvements to serve Ripy Street&Alley Project Location: 3521 Hemphill Street P lat Case No.-. N/A Plat Na n.e N/'A Council District.- 9 City Project No: 11 826 CFA: 2013-072 DOE.- 6765 7`0 be completed b staff.- Received bly- Date OFFICIAL RF-CORD CITy sECRETARY Mr.WORTH v lrx NOV 2 6 200 ............................. NOW,THEREFORE, 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 bistallation of Community Facilities ("Policy") dated March 2001., approved by the City Council, of the City of Fort, Worth, as amended, is hereby incorporated into this Agreement 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 11, 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 ,Improvements. 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 snub 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 Pro.ect and the exhibits attached hereto. D. The following checked exhibits are made a part hereof: Water(A),X—Sever(A-1), Paving(B) ,Storm.Drain(B-1), , Street Lights& Signs(Q.. E. The Developer shall award all. for the construction of the Improvements in accordance with Section 11, paragraph 7 of the Policy and the contracts shall be administered gnu conformance with paragraph 81, Section 11, of the Policy. F. For all Improvements included in this Agreement for which the Developer awards construction contract(s),Developer agrees to the f'ollowing: 1. To employ a construction contractor who is approved by the director of the department havig jurisaiction 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 coin struction as the case may be. it contractor to furnish to the City,a payment and performance bond in To require its coi 2 the names of the City and the Developer for one hundred percent (100%) of the contract price of the Improvements,, and a maintenance bond in the name of the City for one hundred percent(100%)of the contract price of'the Improvements for a period of two (2) years ins gyring 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-awa,rded infrastructure construction contracts. The City shall be named as additional insured on all insurance required by said documents and same will be evidenced on I # the ACO�RD 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 orces, and not to instal] 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 1mprovements required herein. 1. 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 3 .......... facilities to be installed hereunder. J. Developer hereby releases and agrees to indemul ,, 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 DEVELOPER5 his contractors, sub-contractors, officers, agents or employees, whether or not such ML`jfries, deatit or llama es are caused in whole or in part, by the allued nevi ene the gfy Fort Worth,, its o(Licers,sery ant =s, or Mp,lo 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 injuries or damgges are caused, M whole or M art a ne `he Q1 Fort Worth,its o 10 Ificers servants, or yees. 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 contractorls, failure to complete the work and construct the improvements in al I a good and workmanlike manner, free from defects, in conformance with the Policy,,and in accordance with all plans and specifications. N. -Upon completion of all work associated with the construction of the ifrastructure and Improvements, Developer will assign to the City a non-exclusive right to enforce the 4 ................................... 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 t: h .t 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. !. Inspection and material testin; fees are requi.red as follows: %, Developer shill 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. ill. 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 construetion. contract. iv. eve loper shall Pay in cash the total cost of street signs, P. COMPLETIONWITHIN 2 YEARS I. f applicable,the City's obligation tion to participate exclusive of front foot charges in the cost of' the Improvements shall terminate if the Improvements are not completed within two 2 years,- provided, however, if construction of the Improvements has started within the two year period, the developer may request that the CFA he extended for one year. Its the Improvements are not completed within such extension period, there will he no 'urger 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 's intended to limit the Developer's er',s obfiga ons 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 Improvements if at the end of two 2 ;years from the date of this Agreement the Improvements have not been completed and accepted. iv. The City may utilize the Developer's financial guarantee to cause the completion of 5 the construction of the Improvements 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 casts of construction and the financial. guarantee is not a Completion Agreement. If the financial guarantee 1s a Completion Agreement and the Developer's contractors and/or suppliers, are not paid 'far the costs of supplies and/or constructs n.., the contractors and/or suppliers may put a lien upon the propel which is the ,subject of the Completion Agreement. (REMAINDER OF PAGE INT.EN "IONALL 'DEFT BLANK) Cost Su m1 Sheet V Project Name: Water Improvements to serve R.1py Street&Alicy CFA No.: 2013-072 DOE No..- 6765 Iterns De leper's Cost A. Water and Sewer Construction 1, Water Construction $ 128,348.50 2.Sewer Construction $ Water and Sewer Construction Total' $ 129,630.50 B. I PW Construction 1.Street $ - 2.Storm Drain $ - 3,Street Lights Installed by Developer $ - TPIN Construction Cost Total $ - Total Construction Cost(excluding the fees): $ 129,630.5O Construction Fees: C_ WaterlSewer Inspection Fee(2%,) $ 2,592.61 D. Water/Sewer Material Testing Fee(2%,) $ 2,592,61 Sub-Total for Water Construction Fees $ 5,1185.22 E. TPW Inspection Fee(4%) $ - F. TPW Material Testing(2%) $ - G. Street Light Inspsection Cost $ - HI. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ - Total Construction Fees: $ 51185.22 Choice Financial Guarantee 9ptions,choose one Amo un�t (ck one Bond=11 00% $ 12%630.50 Completion Agreement=100%/Hold's Plat $ 129,630.50 Cash Escrow Water/Sanitary Sewer 125% 162,038.13 Cash,Escrow Pavin /Storm Drain!= 1'2:5% $ - Letter of Credit= 1125%rig expiration eriod $ 162,038.13 x 7 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 sea] of the City affixed,and said Developer has executed this t . Il- instrumen in adruplicate, at Fort Worth,Texas,is dayof AXVttlel ht�k- 20j. CITY OF FORT WORTH Recommended by.- Water Department Transportation &Public Works Department 1A, Al lo Wendy Chi- bulal,EMBA, P.E. Douglas W. Wier sI& P.E. Development "'ngineen"ng Manager Director it Approved av to Form &Legalily.� A a ro d by City Managers Office Douglas W. Black Fernando Costa Assistant City Attorney Assistant City Manager M&C No. Date:—., AT 104" T N4 e. ry J. Kayser *cc000c' kcitty Secretary ATTEST: DEVELOPER.: Hayes& Stolz Indus rial Manufacturing,Company., Inc. .......... Signature Signature (Print)Name: (Print)Name.- 144,.X Title: 0.ry Title.- I// e­z; joec7t�fl Aoe� ".I MOWN' OFFICIAL RECORD CITYSECRETARY FT. T TX 8 Check items associated with the project being undertaken, checked items must be included as Attachments to this Agreement Included Attachment N' Location Map Exhibit A: Water Improvements Water Estimate Exb 1 bit A-I-. Sewer Improvements Sewer Estimate Exhibit B.- PavingImprovements 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) 9 ........... V A.,d M1..A 4 ka A a k A—,A%_A%-L J N NO Ln AQL_ 110TIS 1,2,4,5,6,7,8,9, 10 0 BL 0 0 00� SOIYTH FORT WO 1 rH ADDITION VOL 2,04,PAGE 15 P,R.T.C.T HAYES,AND STOLZ INDUSTRIAI... (D NIANUI'FACTURING CO.,INC. (z) 4r i.. 00 �L HAYES AND STOLZ INDUSTRIAL MANUFACTURING CO.,INC INST NO.D205098315 (Z)L I J cn Z .R.T.C.T 0 D I._OT I I-1 > �v Avo I 4R� BLOCK 5 S01,111 FORT WORT11 ADDITION > VO,L�388-184,PAGE,17 V) Z P,RJ.C,'f FI W4 > "NECTT O Fwc0ATEq LINE PER C Fry OF FT V) ,WOR'TH ------------- 1- WAIER RIEMWE F-XrST.6' SERVICE DETAIL CONNECTION TO FIRE 00 > HYDRANT INSTALL, 0I INSTALL- MATRIX H&,S REALTY,LLC Wit 1-6'X6"TEE 10"X10' UT—IN TEE INSTALL., CONNEC7 TO 00STING 6* b CATE VALVE 1X8*C0 INST NO,D205098314 MAN AND TING FIRE 27 S.Y,PVMT REPAIR I—10*WE VALVE NSTALL. D,R.T,C,T WDRANT LEAD 2-13"CATE VALVES 1-8'PLUG U.V 1!01 Lx,6,mAiN HAYES AND STOLZ INDUSTRIAL INSTALL; 8*L.F.6� N MANUFACTURING CO.,INC, ......... MISTAW IISTA'L "X,0' 2,S_Y,* CA LIT TE PVW L�.V LO 10-MV TEE PROR B)"' ATER T I-I O^X6'REDUCER -3— 10""ER I-10"WE VALVE WSTALL 34 L.F. tO*7 6 GA 1—* TE L VAVE 81 MAIN INiSTALL: S 60 1FOV. ASPHALT PAVENII—ENT- C4 INtTALL 10—Xa"TEE EX I DIPSS X,663,S) WEST RIPY STREET X o 15(15) Ipy 1-5'45°BLEND R ST R.O�w 11-21"GATE VALVE VACATED BY crry ORD.NO.93�48 0i, INSTALL: 7 RETAINED AS EMERGENCY ACCESS EASM T 25*L-F� 10*]M�AM V AND AS UTILITY EASEMENT - PROP 6"FIRIELINE INSTALL:� INSTALL 11—10"'PLUG > LOT 1,BLOC MATRIX H&S REALTY,LI-C I, INSTALL: FR§fZ_u INSTALL: INST NO.D205325585 0 0 1'WATER MMR, i OkrWE WATER SEFNCE,l 1901 LF. 11,1'"N D,R,'r.C,T IN TALI 11-8'Xe TEE j1,-1AYES AND STOLZ INDUSTR I AL 1-8*GATE VALVE ft LF.8'MAIN MANUFACTURING CO,.,fNC. 401 F1.)T1 1.1.",ASSEMBLY&PAINT BLDG I O,0, INSTAW I 1-B'X6'TEE NS 11-15"GATE VALVE 0 1—STD.FIRE HYDRANT a±L F.6'kWIN IT 3: EXISTING PROPOSED W W WATER LiN'E Wv x W N WATER VALVE/GATE VALVE t FIRE HYDRANT 0-- 1 -1 yyq WATER METER 60' 120" PLUG SCALE 1"=60' Hayes & Stolz Industrial Bmrd, Hcmpton & Brown, Inc, EXHIBIT "Att 6 L n,g I n e e r1i n g & S_j r v e yi r-1 ('114 352 1 Hemphill Street WATER EXHIBIT or 4550 S,k 360$It.180,Cruptmne,IX 7605,Tej;(817)251-8550 Fax�(817)251-WO www.8Id8iNCcom s Wortm�, TX 76110 ISPE RRM 1144 TOPLS I IR'M#1C 00 11,301) *7 Contact: Gary Schiflkng U.J CL r,,A I:H199(5}PIREPARLD 9ASED ON PL KS P90WDED BY THO�HOOVER ENCHEERING,M. 3500 S. JENNINGS AVENUE Llr� uj 8HB PRO,JECT N O: FORT WORTH, TX 76110 �_1 1, rHAN i r HAYES AND w TR AL MANUFACTUIZIN6 CO.,INC. d o P LO-PS BLOCK 5 SOUTH FORT WORTH,ADDITION VOL,204,PAGE 15 HAYES AND STOLZ INDUSTRIAL 00 c- FNST.NO,D205098315 0 q —M L7. .0. �� t .h Y 1 BLOCK 5 SOUTH FORT WORTH ADDI'TION Z:;Z w VCAL°388-184,PAGE 17 LU Ix CL a c 9 s MATRIX INST,NO.D2015,098314 N p r d MANUFACTURTNG CO.,INC.. {{ �I OP.1 RROR F rE � o .�.� i �' 12"MP SS(X i3d WEST � .�� RIP Y S RE 11A Ire ET ir.w, -�....., coo -G.CN4^.:.5_„=6Y..,.;;wJ.�*°'V,,,v,.e,�.xC✓`ry°...U.;uY..l W— �.,,...µ..,..W...�.u.,.. 4. �r i 1 VACATED°��Lri.J'�.,�..N A�(.11-Y w.i..6.,F's Ok I''E AS EMERGENCY ACC ES! T ,.. _... .._.�.,, ... AND AS U Y ILI TY EASE L"N T cb ° LOT 1, �I�O'I� v 4 x fir, I� +�y a LLC INS T,NO.D205325585 V D, ,T.C1' P " �Ora I I , WSTALL 5 � 20*1„F.4"PRIVATE MANUFACTUFUNG CO.,INC. �. SEWER SERVICE 0 PROPOSED ZOM MIN. " �E r1�Eacr11 N 12"'$AN[TARY SEWER FIELD FLOW.N FUTURE ASSEMBLY PAINT BLDG C " �o 6 F _.. LEGE ND EXISTING PROPOSED —..mm.� �.. SEWER LINE WATERVALVEJ GATE VALVE N FIRE HYDRANT 0— f . .__ ' r—%me5ww—%= m SEWER MANHOLE SCALE I"=60' B irk H,�rrpton Hrown, Inc, EXHIBIT" �'°'A l�" � �r���Stolz Industrial 352� HernptiiU Street :, 4.:50 a.H.W."pie W,trra�ir��rot TX�605q 1�k�d�li'�� ���Fan(S 10 www.6Hf�N;"r,+mti SEWER �"u���,�.�� L4j 76110 IM f � � ��wr,� �7��`:51� Gra��R r"�¢�s�t1�, 1"�t 1 1 jai"..11 f r U 1)00f 9 9 tt Contoct: Gary Schi hng CFA LOOT(S)PKPARED II ON KANS 9WMED OY TRIO S HON'M[%Gqi NI�.LLC 3500,S.JENNINGS .VE N 'F FORT WORTH',, 'X 76110 t I `:c I�: 13.706.002 °.rQAWING 17ME k\,2()13 CC,)000\2013.706 000\;,ou,;\C A - 'niv(.dvoy Se wof f gym; w C) o L 1., 00I (10 0 0 0 Mw�rrr xn w. 0) �ii +w pu �"^ w w, r nw ♦ '"^�M, w � Q Ln � 00 IM Ln qua NI C) "9 � � �� �I 0 � r,-. � M 0 00 I 0 0I "�, � '" a r*-% m r*4.. Ln 0) 0 u 6 C LL CL A^ r-Al -% �I E % � �� oo Ll l u) r,, r-i N r-i V--1 N '�Jo M r-q y 0 0 01 r-li CL 0) d o µ� I� X 0 � I rea =3 "." -0 �I ... r .0 M d"C I w c > �p a E maw ,w +4 LL "fir ".; u cL M � ro > M 0 � ui w MwrJ' wo � >- �i > *> 0 � �,. I� � 4-41 �� � -75 C. r a u' < uI 0 CL 0 � a u> CL i E u _ u a- ` I � � U ! 0 r-I +r , r r--1 0 0 0 0 ' "�" "�' W � L +-N rH -N M �N "`" """ "" -I f4 0 0 � 0 Il v--i ^M r--i a-- -- rr 0 0 �I "" b C- a r- 0 Cl C C C14 L 'Cl` C ui �I 0 C' l U. CL Sw M E IA Cf LU C E SOON 4" 0 9~ cn ro"i ro E11111 0 "I'll o r 4) m E N;t ' Ott CO C`14 r CLT-H i iSSSS cc