Loading...
HomeMy WebLinkAboutContract 45794 CITY CTS C ( ' SHORT FORM COMMUNITY FACILITIES AGREEMENT Legal Description or Address Approx. 2301 Heritage Trace Pkwy. Project Name: Heritage Trace Pkwy. Median Improvements a, Carrier Dr. WHEREAS, this Agreement is by and between the City of Fort Worth, a Texas municipal corporation ("City"), RJ Ft. Worth, LLC, an Idaho limited liability company, authorized to do business in Texas ("Developer"), and Hill & Wilkinson Inc. 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 Heritage Trace Parkway and Carrier Drive as shown on Attachment "A" incorporated herein; and WHEREAS, Developer desires to make improvements to the property consisting generally of installing a median break and turn lane in Heritage Trace Parkway at Carrier Drive 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 installing a median break and turn lane in Heritage Trace Parkway at Carrier Drive 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: rr AGREEMENT I. Contractor hereby agrees to furnish all labor, materials, tools and the necessary equipment for the construction and installation of the Improvements as indi atd iH AtthrnentW- C. OFFICIAL RECORD II. CITE'SECRETr RVI FT .)KIN TX The construction and installation of the Improvements shall be per °ed-aceord g 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 RECEIVED JUL 2 8 2014 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. III. 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 working 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 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 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 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.l. / Wg0Y, 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, except to the extent such injuries, death or damages are caused, in whole or in part, by the alle,-ed nezligence 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 injuries, death or daniaQes are caused, in whole or in part, by the alle,-ed ne,-ligence 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 Statutory Limit Employers Liability $100,000 Each Accident. $500,000 Disease Policy Limit LIABILITY INSURANCE 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 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. XL 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 performable 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. STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando 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 OFFICE this day of J , 2014 Notary Public in and for the State of Texas �; LINDA M.HIRRLINGER PA q i MY COMMISSION EXPIRES ^ ,q V February 2,2018 I 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: Fernando Costa, Mark A. Bullock Assistant City Manager Manager Date: - Date: Recoytr�endedBy.-�� CONTRACTOR: cl��... ,t'�;, /J, By: Douglas r_ . Wiersig NAME: Director, TPW Department TITLE Date: Approved,As To Form And Legality: F' Douglas W. Black M&C: x Assistant City Attorney Date: ATTES , ��°00013,00 ley Mary J. Kayser - City Secretary OFFICIAL.RECORD �,p ,, 1POR11"11 a(4 i Short Form CFA(Issued 2.07.2013) Page 7 STATE OF § COUNTY OF § BEFORE ME, the undersigned authority, a Notary Public in and for the State of kim on this day personally appeared Mark A. Bullock, 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 Developer RJ Ft. Worth I, LLC, an Idaho limited liability company, and that he executed the same as the act of DEVELOPER'S LEGAL NAME for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFI 'Et s da , 2014 ilm anlilms mom M � °°O" .0 omw m""'lullllllll, of Notary Public in and for the State of I ICU P 0taiy Flub ic',' P1I3I1 .1IP 110, � r why 4 qgra°+r, w rfi, tabs of Utah NiW oDi�(Aitmu.9 !U4MI'M'4W��Mi 0��NVP!'NWWAV WU9W'JW"W^!wWNNW0t!!! JNG YutiAXYtiiM6N'. 'WW Short Form CFA(Issued 2.07.2013) Page 9 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 DEVELOPER: By: Fernando Costa, Mark A. Bullock Assistant City Manager Manager Date: Date: Recommended By: CONTRACTOR- By Douglas W. Wiersig SAME: Paul Driscoll Director, TPW Department TITLE: Chief Executive Officer Date: June 30 2014 Approved As To Form And Legality: Douglas W. Black M&C: Assistant City Attorney Date: ATTEST: Mary J. Kayser City Secretary Short Form CFA(Issued 2.07.2013) STATE OF Texas § COUNTY OF Collin § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas , on this day personally appeared Paul Driscoll - Chief Executive Officer , 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 Contractor Hill & Wilkinson Construction Group, Ltd. , and that he executed the same as the act of CONTRACTOR'S LEGAL NAME for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 30th day of June , 2014 State Public Public NAB R, Co of Texas Notary ublic in and for the State of Texas �F'x*es 06/04/2097 y Tina Hankins ATTACHMENT A AND B J LOT 1 BLOCK 1 I REMAINDER U I A 140607� �.————�� 4 CALLED 576.484 ' ,tt BAP OF T TEXASA7tON i VOL. 9858, PG 1517 CRTCT c HERITAGE TRACE PARKWAY 56X 1X 53 54 55 56 57 58 i 1 2 3 4 5 6 7 PRES! 10 VILLAGE I PRESIDIO VILLA CAB. PR SLIDE 10902 14 i C B. , TCT 11439 15 V O LEGEND� 100 p 50 100 200 ® 10" CONCRETE PAVEMENT 1 inch = 100 ft. DATE: 04.23,14 HHR.TTAGH TRACE m m a PROXCT,* 2719-00-04 PARKWA Y MEDIAN DRAWN BY & BELL IMPROVEMENTS " besrncimisassoaates AT CARRIER `�°° `" """" `-- CHECKED BY.• K. WILSON 200 ...1 °b..m DRIVH ° 1°-1 757,5 en-4e5-,57i SHEET NO: 2 OF 4 fa.: 517-274-5777 Short Form CFA(Issued 2.07.2013) ATTACHMENT C SECTION 00 42 43 PROPOSAL FORM Heritage Trace Pkwy Median Improvements at Carrier Drive UNIT PRICE BID Bidder's application hgeo hero Information ➢idd,es Proposal Bidli,l h-N, Dasenpriun Specification Section N. Unit ofA1ranre ➢id Quontip Unit Price Did Value UNIT I:WATER t-0t $0.00 UNIT I TOTAL: $0.00 UNIT II:SANITARY SEWER 2-01 $o.00 UNIT II TOTAL: $0.00 UNIT III:DRAINAGE IMPROVEMENTS 3-01 13305.0114 Manhole Adjust,Major w/Cover 1,30514 EA 1 $2,000.00 $2,000.00 UNIT 111 TOTAL: $2,000.00 UNIT IV:PAVING IMPROVEMENTS 4-01 0241.1300 Remove Curb&Gutter 02 41 15 LF 822 $5.00 $4,110.00 4-02 3213.0105 10"Conc Pvmt 32 13 13 SY 1258 $56.12 $70,598.96 4-03 9999.0001 8"Compacted Subgrade SY 1336 $2.00 $2,672.00 4-04 9999.0002 Unclassified Excavation CY 590 $10.00 $5,900.00 4-05 3217.1002 Lane Legend Arrow 32 17 23 EA 1 $115.00 $115.00 4-06 3217.1003 Lane Legend Dbl Arrow 32 17 23 EA 1 $230.00 $230.00 4-07 3217.1004 Lane Legend Only 32 1723 EA 1 $125.00 $125.00 4-08 3217.0201 8"SLD Pvmt Marking HAS(W) 32 17 23 LF 380 $2.00 $760.00 4-09 3217.0401 18"SLD Pvmt Marking HAIR(W) 32 17 23 LF 23 $4.50 $103.50 4-10 3217.2102 REFL Marker Type 1-C 32 1723 EA 21 $4.00 $134.00 4-11 3292.0100 Block Sod Placement 32 92 13 SY 2324 $3.55 $8,256.00 4-12 13471.0001 Traffic Control 13471 13 1 MO I 1 1 $2,476.00 $2,476.00 UNIT IV TOTAL: $95,430.46 UNIT V:STREET LIGHTING IMPROVEMENTS 5-01 2605.3015 2"-SCH 80 PVC Conduit(T) 26 05 33 LF 30 $15.00 "$450.00 5-02 3441.1502 Ground Box w/Apron 344110 EA 2 5550.00 $1,100.00 5-03 3441.3404 2-2-2-4 Quadplex Alum Elec Conductor 34 41 20 LF 200 $3.00 $600.00 5-04 3441.3502 Relocate Street Light Pole 3441 20 EA 1 $2,950.00 $2,950.00 UNIT V TOTAL: $5,100.00 SUMMARY UNIT 1 TOTAL: $0.00 UNIT II TOTAL: $0.00 UNIT III TOTAL: $2,000.00 UNIT IV TOTAL: $95,430.46 UNIT V TOTAL $5,100.00 TOTAL BID $102,530.46 END OF SECTION