Loading...
HomeMy WebLinkAboutContract 46554 Developer and Project Information Cover Sheet: Developer Company Name: Hillwood Alliance Services, LLC Address, State,Zip Code: 13600 Heritage Parkway Suite 200 Phone 817-224-600 E-Mail: Joe.Schneider@Hillwood.com Authorized Signatory/Title: L. Russel Laughlin , Senior Vice President,Properties Division Project Name and Brief Description:Alliance Town Center North: Multi-Family Project Location: SW Corner of Amador Dr&N. Riverside Dr Plat Case No.:FP 014-084 Plat Name: Alliance Town Center North Mapsco: 21,U & Y Council District: 4 City Project No: 02522 CFA:2015-007 DOE: 7405 To be completed b�� taff.- Received by: Date: M C-) M c m C=7 M n tv rn N O r OFFICIAL RECORD CITY SECRETARY 1 FT. WORTH, TX COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, the undersigned Developer ("Developer") desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Alliance Town Center North- Multi Family ("Project") within the City of Fort Worth, Texas ("City"); and WHEREAS, the City has no obligation to participate in the cost of the Improvements or Project; and WHEREAS, any future City participation in this CFA is subject to the availability of City funds and approval by the Fort Worth City Council and shall be memorialized as an amendment to this Agreement; and WHEREAS, the Developer and the City desire to enter into this Community Facilities Agreement ('`CFA" or "Agreement") in connection with the Improvements and the Project. 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 Installation 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 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 Improvements. Developer acknowledges that the acceptance process requires the Developer's contractor( )Oftf I JR1J;ORD 2 CITY SECRETARY FT.WORTH,TX affidavit of bills paid signed by its contractor and consent of surety signed by its surety to ensure the contractor has paid any sub-contractors and suppliers in full. Additionally, the contractor must also provide in writing that the contractor has been paid in full by Developer for all the services provided under their 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) x , Sewer (A-1)_, Paving(B)_, Storm Drain(B-1)x_, Street Lights & Signs(C)x_ E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section 11, paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section 1I, of the Policy. F. For all Improvements 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 prequalified, insured, licensed and bonded to do work in public streets and/or 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 Improvements, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the Improvements valid for a period of two (2) years from the date of final acceptance 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. 3 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 Certificate of Insurance (ACORD or other state-approved form) supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give at least 48 hours' advance notice of intent to commence construction to the City's Construction Services Division so that City inspection personnel will be available; to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces, to 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 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 in order 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 shall provide, at its expense, all engineering drawings and documents necessary to construct the improvements under this Agreement. H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the Improvements contemplated 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 damages are caused, in whole or in Part, by the alleged negligence 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 injuries, 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. 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 5 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. N. Upon completion of all work associated with the construction of the 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 (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. Developer shall complete the Improvements 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 be extended for one additional year. 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. 6 Cost Summary Sheet Project Name: Alliance Town Center North: Multi-Family CFA No.:2015-007 DOE No.: 7405 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 Developers Cost A. Water and Sewer Construction 1. Water Construction $46,200 2.Sewer Construction Water and Sever Construction Total $ 46,200.00 B. TPW Construction 1. Street 2.Storm Drain $ 48,031.00 3. Street Lights Installed by Developer $ 4,500.00 TPW Construction Cost Total $ 52,531.00 Total Construction Cost(excluding the fees): $ 98,731.00 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 924.00 D. Water/Sewer Material Testing Fee(2%) $ 924.00 Sub-Total for Water Construction Fees $ 1,848.00 E. TPW Inspection Fee(4%) $ 1,921.24 F. TPW Material Testing(2%) $ 960.62 G. Street Light Inspsection Cost $ 180.00 H. Street Signs Installation Cost Sub-Total for TPW Construction Fees $ 3,061.86 Total Construction Fees: $ 4,909.86 Financial Guarantee Options Choose one Amount Mark choice Bond= 100% $ 98,731.00 Completion Agreement= 100%/Holds Plat $ 98,731.00 Cash Escrow Water/Sanitary Sewer- 125% $ 57,750.00 Cash Escrow Pavan /Storm Drain= 125% $ 65,663.75 Letter of Credit= 125%w/2 r expiration period $ 123,413.75 x 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 executed this instrument in quadruplicate, at Fort Worth,Texas this Q--741:---day of ,20 . CITY OF FORT WORTH- Recommended by: Water Department Transportation& Public Works Department t� CL FD 7I Wendy Chi-14abulal,EMBA, P.E. Dougl s W. Wiersig, P.E. Development Engineering Manager Director Approved as to Form &Legality: Approved by City Manager's Qffice Douglas W. Black Fernando Costa Assistant City Attorney Assistant City Manager M&C No. &A, Date- ATTEST: F®R�. %0 o� ary J. Ks City Secre 0 ATTEST: DEVELOPER: Hillwood Alliance Services,LLC a Texas limited liability company QD UL J—;) -�\, gnature Signature: (Print)Name: Print Name: L.Russell Laughlin Title:Senior Vice 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 ® 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 ® Stonn Drain Estimate ® Exhibit C: Street Lights and Signs Improvements ® Street Lights and Signs Estimate (Remainder of Page Intentionally Left Blank) 10 --------------------------------------------------------------- 1 GOLDEN TRIANGLE BLVD Q 00 O �z co W° >>W �o W coZ AMADOR O0- HERITAGE DR Z TRACE PI 377 SITE NN� 287 NORTH TARRANT PARKWAY U Q A� m Z BAS OOD BLVD ----------------------------------------------------------------------------------------------------------------­---- ......--........_.-...................----------------------------------------------------------------....._._.......................... OWNER/DEVELOPER: ENGINEER: ALLIANCE TOWN HILLWOOD ALLIANCE PELOTON Ti I WI LAND SOLUTIONS hDRTH CENTER NORTH SERVICES, LLC 5751 KROGER DRIVE NOT TO SCALEMULTI—FAMILY 1360 FORT WORTH,TEXAS PARKWAY,HERITAGE 6177E 200 SUITE 7 PHONE: (617) 224-6000 KENE:8 7- 76244 DATE:FEBRUARY,2015 PHONE:817-562-3350 i i hij 1 I FSO4 iagk � � U Al,INVESENT,LP. 1 TRACTMT 4 3- 92 x VOL 14315,PG.56 C.R.T.C.T. = EXISTING PD-U ZONING ALLIANCE TOWN CENTER NORTH LOT 1,BLOCK 2 I 14.71 ACRES EXJST1NG'G'ZONING Ex12'WL IEX12'WL EX16'WL Pp014 CRNE 1 ,s 8'V& B'WL ALLWICE TOWN CENTER NORTH \ �\ LOT I,BLOCK3 AL INVESTMEf TRACT 41T,L.P. VOL.14315,PG.56 C.R.T.C.T. \ EMTING'G'ZONING �EX12'WL I I i A A HERITAGE ADDITION N -FORT WORTH BLOCK 27 O EXXTING'AS ZONING, m I _ I a i HERITAGE TRACE PARKWAY LEGEND PROPOSED WATER LINE ---- EXIST WATER LINE PROPOSED FIRE HYDRANT EXHIBIT A - WATER --------------- OWNER/ DEVELOPER: 1111) PELOTON ALLIANCE TOWN 1" LA. o NORTH. 300° HILLWOOD ALLIANCE 1111 . ......... CENTER NORTH SERVICES, LLC 5751 KROGER DRIVE SUITE 185 MULTI-FAMILY 13600 HERITAGE PARKWAY,SUITE 200 KELLER,TX 6244 FORT WORTH,TEXAS 76177 PHONE:817-562-3350 GRAPHIC SCALE DATE:FEBRUARY,2015 PHONE: (817) 224-6000 J O N F�aa 1 hOF IIi INVTRACT47.L.P. 1 Z VOL 14315 PG.56 1 EXISTINGRPD D?ZONING AL 1 WCE TOWN CENTER NORTH LOT 1,BLOCK Z ExISnNG ACR•G'ZZONINc EX 21'RCP • 1, OR 09NE-� = \ POW ' EX 24'RCP EX 21'RCP 1 \ EX 42'RCP \\ EX 36"RCP -CE WN CENTER NORTH LOT 1,BLOCK 3 36"RCP \` _ 42"RCP I 5'JUNCTION BOX \ AB.INVESTMENT,L.P. EX 48"RCP VOL 16 vc.56 \�. C.R7.C.T. EXISTWG'G'ZONING 48"RCP TKDOT HEADWALL (CH-FW-0) z m 1 HERBAGE ADDITION O) -FORT WORTH SLOCK27 m E%ISTiNGNG'A-9A-S ZONING EX 4-8'x5'MBC 0 HERITAGE TRACE PARLAY �el LEGEND PROPOSED STORM DRAIN INLET 0 EXIST STORM DRAIN INLET t PROPOSED STORM DRAIN MANHOLE —� PROPOSED STORM DRAIN HEADWALL EXHIBIT B1 - STORM DRAINAGE - IT - - ALLIANCE TOW.N...... -.... OWNER/DEVELOPER: 1191 .PEL�OTON 0 aTH 300' HILLWOOD ALLIANCE 1mlLAND CENTER NORTH SERVICES, LLC 5751 KROGER DRIVE 13600 HERITAGE PARKWAY,SUITE 200 SUITE 185 MULTI—FAMILY FORT WORTH,TEXAS 76177 KELLER,TX 76244 GRAPHIC SCALE DATE:FEBRUARY,2015 PHONE: (817) 224-6000 PHONE:817-562-3350 ------------------------------------------------------------- -------------------------- ................ JN O ON V F AIL INVESTMENT,LP. ALLIANCE TOWN CENTER NORTH LOT 1,BLOCK 2 14.71 ACRES E%ISTING'G'ZONING \\ / _ KLYINCE TOWN CENTER NORTH LOT 1,BLOCK AIL INVESTMENT,L.P. TRACT j VOL.143 3.56 .� C. _T�5Pr6 .T. EXISTMG'G'ZONING m HERITAGE ADDITION FORTWORTH BLOCK 27 EXISSTINGA-6 Z m ONING ~HERITAGETRACEPgRAY LEGEND PROPOSED STREET LIGHTS EXIST STREET LIGHTS EXHIBIT C STREET LIGHTS .................... ----------------------------------- ........--------I--------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- "ID ALLIANCE TOWN OWNER/ DEVELOPER: Wil PELOTON 0 NORTH 300' HILLWOOD ALLIANCE 'RITZ' LAND SOLUTION& CENTER NORTH SERVICES, LLC 5751 KROGER DRIVE HERITAGE PARKWAY,SUITE 200 SUITE 185 13600MULTI-FAMILY FORT WORTH,TEXAS 76177 KELLER,TX 76244 GRAPHIC SCALE DATE:FEBRUARY,2015 PHONE: (817) 224-6000 PHONE:817-562-3350 0 0 0 0 o c o 0 0 o c c o 0 0 lz'1 °8=M 88 88885€ ri O m P C O vt W 0 0 0 0 0 0 0 . 000 o c W 0 0 0 0 0 0 0 0 0 0 4 u �n �noo ,o 0 0 oc000 d E A L a e i E :LEI _ 1 -1 -0 -rl N N N N rs w Q _ o P r E a a F 0 F F 0 P O 'E co �N m < - � � e = 2 z Lm F O �x C w F l0 C y Z CJ0 LL V ; CA O H w � d G a N N N N V l0 r M L N o Q , LL 2 uq � LLww ¢¢ rrr�,w < ¢ ¢¢ ¢ h ao ao c m .d C � O O O c � A O - - -°' Lt _ 3 3cC a 2 v o v M ev �nv -�wv� F .xx O 0000 - $ 0000 o -_ 0000 �^ m