Loading...
HomeMy WebLinkAboutContract 46699 Developer and Project Information Cover Sheet: Developer Company Name: High Point on South Main Address, State, Zip Code:]6800 Westgrove Suite 100 Addison, TX 75001 Phone 214-265-8686 E-Mail:jayjambor@seninv.com Authorized Signatory/Title: Warner E Stone/Manager Project Name and Brief Description: Highpoint on South Main Project Location: 650 South Main St Plat Case No.:FS-14-173 Plat Name: High Point Addition Mapsco: Council District: 9 City Project No: 02514 CFA: 2015-008 DOE:7392 To be complet staf� l '/� Received by: /(/ l / Date: M M M 0 M a rn OFFICIAL RECORD CITY SECRETARY 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 High Point on South Main ("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 said acceptance process requires the Developer's contractor(s) to submit an OFFICIAL RECORD 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) x , 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 II, paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section II, 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 3 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 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 4 community facilities to be installed hereunder. 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 Qty of Fort Worth, its officers, servants, oremployees. 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 nggligence 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, 5 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. 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 6 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 (and any extension period)the Improvements 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 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 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: High Point on South Main CFA No.:2015-008 DOE No.: 7392 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. 1. Water Construction $11,544.00 2. Sewer Construction Water and Sewer Construction Total $ 11,544.00 B. TPW Construction 1,Street $ 184,006.30 2. Storm Drain $ 23,242.25 3.Street Lights Installed by Developer $ 28,443.00 TPW Construction Cost Total $ 235,691.55 Total Construction Cost(excluding the fees): $ 247,235.55 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 230.88 D. Water/Sewer Material Testing Fee(2%) $ 230.88 Sub-Total for Water Construction Fees $ 461.76 E. TPW Inspection Fee(4%) $ 8,289.94 F. TPW Material Testing(2%) $ 4,144.97 G. Street Light Inspsection Cost $ 1,137.72 H. Street Signs Installation Cost $ 1,225.00 Sub-Total for TPW Construction Fees $ 14,797.63 Total Construction Fees: $ 15,259.39 Financial Guarantee Options (Choose one) Amount Mark choice Bond= 100% $ 247,235.55 Completion Agreement= 100%/Holds Plat $ 247,235.55 Cash Escrow Water/Sanitary Sewer- 125% $ 14,430.00 Cash Escrow PwAn /Storm Drain= 125% $ 294,614.44 Letter of Credit= 125%w/2yr expiration period $ 309,044.44 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 yveoper has executed this instrument in quuplicate, at Fort Worth, Texas this day of 20 CITY OF FORT WORTH -Recommended by: Water Department Transportation & Public Works Department Wendy Chi- abulal, EMBA, P.E. Douglas . Wiersig, P.E. U 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. /V Date: ATTEST: J. a I N2 v °70 J. �$ 0$142 City Secreta 00*0000 AS ATTEST: DEVELOPER: High Point on South Main, LP k7�N4b6E� �F 5 no= Signatur Signature: Warner E Stone (Print)Name: Print Name: Title:Manager OFFICIAL RECORD CITY SECRETARY 9 FT.WORTH,TX Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment ® Location Map ® Exhibit A: Water Improvements ® Water Estimate ❑ Exhibit A-l: Sewer Improvements ❑ Sewer Estimate ® Exhibit B: Paving Improvements ® Paving Estimate ® Exhibit B-l: Storm Drain Improvements ® Storm Drain Estimate ® Exhibit C: Street Lights and Signs Improvements ® Street Lights and Signs Estimate (Remainder of Page Intentionally Left Blank) 10 gill rllti�• • gillBell �i®1� . ■�: N �,,, �.� Leh' ►��' U■UoMIM .�■p■■ / ������•m����..� II ©■■©1���� •. •rr ^r rrr. rr rrr r • • • . �s tX-UA,) _ 1S..NIdW Hinos X3—........—.. — i I —4 q (!I (( -- o III � i pN `) ,I j ip 'I I W li o o 1 � �j S z Q W 2 Uj I �_ � J 1 ii 4 z = I— � m xCL � o rLU ! ( LU = p I ( Q III WSW E !I a$ x Q 0 � 1 f iIi z as j l !! W �r � ji Ila W o (ruaw.09) L �; I ! 1N3A3Sd3 -I .. ss3--send -- i. _.. _......._ -- t ...... 'U � W�vf � NF LL �.� Z • h f< X1M \i J I (Y Z Ns .1.F i! m L)- a tit 6Mp'8q!gx3 jajeM\sl!q!gx3 Y3:)\si!q!qx3\s6uirAejO\goo\u61sao\£SSOOOS\DOSOOO\OOSua!4nPadl:D:HiVd3llA Wd 6S:O:1V SIOZ'ZI tieruga=l 1AepsinLLL:No AQQoq IsIPPe9:A8 U3.LWld laum aw C) i338iS NIVV4 Hinos V) V) V) Z y .......... W M 0 cr < cr cr , P < a < z (L m , m L, C) X uj 1.- 0 %0 Z 0 _j (n �oj ", 11 w (L o- 'L uj LLJ w In z 2' 0 a Llj (n v) W Lu V) L"4 . ... . . In &n Lu + C) LLJ + + LU z LL, w Lu'l LD Z z LU LU D '0 v— Lu Ln %+441t 0 Ff z > zo LL Z>-ol z la Iuj X z �: LL, 0 w A 0- +*+ Q+ + + +++ + ...+. LLJ -A + + + +' + + C) :C) :.,:::+': pp- + + 3nN3AV A + + ss3oov onend cf) (r) :.:+:+:+.-+++ + ll� � (KL(n AQ ., , (AVIA 0 Va� L jj Lu k Ly LO 7(�D CL LO L:.+++.+.++ (�L w w (Z) (3 Q, C) cq k Q- U) Q N z rn 0 Zh -j Q5 ot N 12 � m ROD 14111-mimi All RD �!Rd ♦ ��ar�'Y■u.o■ou.au I�'i'■I-n-u:iil..I paw .unci SII I �� � DONS � I uuwwwo�--w �swi ■ui�w-�uC_w�-,Cr ♦ ■wCCwwwwwwwwwcwn�w�__ wuwwww !=w'w' www■�.�; i , PLOTTED BY:Gaddis,Bobby ON:Thursday,February 12,2015 AT:5:03 PM FILEPA-ni:G:\Production5OO\ODO5OO\BODO553\Design\006\Drawings\Exhibits\CFA Exhibits\Street Lights.dwg >Z z 0 CD 1 7.1 zII r n QTl m c W Q M 11 c- C x z om I II — ............ 14 0- GALVESTON AVENUE ................ _j� O' DT iT-T-WAY) to::E WASP%PIGLT'PAVIll', 11 o rV 0 J, 14 ❑ Z Gj) ❑ z 0 < > z ii > 0 M Z 7 ;'.5 z I 2 c 0 c > 0 Z 0 t1S 'II ii 4 CD 11 L4 LI) N is (u—h 13 0 o ............ EX-W SOUTH MAIN STfRE AtiPPAC '-'AbI.NG W Cf,WYM. CLAS rQ ------- OD 4241 DAP-WD PROPOSAL P�r5d2 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application pro"o Iraq BukWs Proposal Speafica000 Unit of Bid Bidlut Iorm No. Dsaiptioa IJP Rice Bid Veire Seetior No_ Tt4easve Qaaotity, NIT 1 WATER IMPFOVEWNTS 1 0241.1012 Remove F Water line 02 41 14 LF 12 $6.75 $81.00 2 0241.1302 Rernow 6'Wafer Valve 02 41 14 EA 1 $811.00 $811.00 3 0241.1510 Salvage Fre Hydrant 02 41 14 EA 1 $486.00 $48600 4 3311.0001 Ductile Yon Waley Filings■d Restrairt 33 11 11 TON 1 $1,364.00 $1,364.00 5 3311.0161 6-PVC Waler Pipe 33 11 12 LF 7 $30.00 $210.00 6 3312.0001 Fre Hydrant 331240 EA 1 53,019.00 $3,019.00 7 3312.0117 Connection to EAs&Y14'-17 Water Main 33 12 25 EA 1 $4,518.00 $4,518.00 8 3312.3002 6-Gate Valve 331220 LF 1 51,055.00 $1,055.00 12-T&UNIT 1:WATER I $11,544.00 rr u PAVING IMPROVEMENTS 1 02410100 Remove SKW*2& 0241 13 SF 402 $0.50 $201.00 2 0241.1000 Renwve Conc Pvmt 02 41 15 SY 1561 $7.10 $11,083.10 3 0241.1100 Remove Asphalt Pvnt 02 41 15 SY 312 $6.00 $1,872.00 4 41.1300 Remove Conc Curb&Gutler 02 41 15 LF 554 $3.00 $1,662.00 5 3211.0400 Hydrated Lire 32 11 29 TON 33 $160.00 55,280.00 6 3211.0502 8'Lure TreaYnert 32 11 29 SY 1840 $5.25 $9,660.00 7 3213.0105 10"Canc Pvmt 321313 SY 1492 $55.98 $83,522.16 8 3213.0301 4'Canc Sidewalk 321320 SF 3894 $5.75 $22,390.50 9 3213.0501 Bariar Free Rama,Type R-1 321320 EA 5 $300.00 $1,500.00 10 3214.0100 Brick Pvmt 32 14 16 SY 134 $90.00 $12,060.00 11 19999.0001 6.5'Conc Pvmt 32 13 13 1 SY 1 312 $48.42 $15.107-04 T PA $164,33780 ENNAGE 1 3125.0101 SWPPP 21 acre 31 2500LS 1 $14,88025 $14,88025 2 33410201 21'RCP,Class 111 T33 41 10 LF F21 5113.00 $2,373.00 3 3349.6001 10'Recessed If" 33 4920 EA 1 55,969.00 $5,989.00 7 $23,24225 NI PA 1 3217.0001 4-SLD Pvmt Marking W►S(W) 32 17 23 LF 716 $1.50 $1,074.00 2 3217.0002 4-SLD Pvml Mar"HAS(1) 321723 LF 253 $1.50 $379.50 3 3217.0005 4-DOT Pvnt Marlow HAS(W) 321723 LF 50 $1.50 $75.00 4 3217.1002 Lane Legerid Amw 321723 EA 1 $125.00 $125.00 5 3217.1006 Lane Leqend Bice 321723 EA 1 $300.00 $300,00 6 3217.0202 8-SLD Pvmt Marking HAS(Y) 32 17 23 LF 100 $3.00 $300.00 7 3217.0501 24'SLD Pvml Making HAE(W) 321723 LF 56 $25.00 $1,400.00 8 3471.0001 Traffic Control 34 71 13 1 MO3 $275.00 $825.00 TOTAL G AN PA $4,478-501 CRY aF PCHT WOR7H SPANDAAD COISRWIM SPDC11ICATION DOCULUDI1S-DEVELOPER AWARDED PROMM Pa-Va Arol 2,2014 OD 4241114P amt DAPS OD4243 DAP-lien PIDPOSAL P,v2ar2 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Ftojea bm Bidder.Ptop=A Bs&st Item No. D--oft— SpeaScama Uoa of Query Unit Price Bid Yate SeebmNo. Memme 1 26053015 Y CONDT PVC SCH 80(T) 26 05 33 LF 613 $8.00 14,904.00 2 3441.1408 NO 6 bmAaled Elec Conn r 34 41 10 LF 1839 $100 $1,839.00 3 3441.3002 Rdwy Num Awnbly TY 8,11,11-25,and D-30 344120 EA 2 12,200.00 $4,400.00 4 9999.0006 LED Pedestrian LmMinQ Assembly EA 4 $3,36000 $13,400.00 5 3441.3301 Rdwy Itlum Foundation TY 1.,and 4 34 41 20 EA 6 $650.00 $3,900.00 6 134413601 SalvaQe Street LoOd Pole 34 Al 20 1 EA 1 2 $0001 $0.00 TOT $28,443.00 LANDSCAPING 1 3346.0005 4"Pipe Underdram,Type 5 33 46 00 LF 370 $15 00 $5,550.00 2 9999.0002 Sbuc4ial sod 99 99 W CY 28 $5000 $1,40000 3 99990003 Pin I Bed Preparation 99 99 W CY 48 $6500 $3,12000 4 _0004 T)DOT Bid llern-Plant material(65-GAL) 99 99 W EA 8 $550.00 $4.400.00 5 .0005 Decomposed Grande SF 144 $5.00 1720.00 TOTAL SCAPIN $15,190 00 Bid Saaaarv- WATER IMPROVEMENTS $11,5441]0 PAVING IMPROVEMENTS $164,337.80 DRAINAGE IMPROVEMENTS $23,24225 SIGNING AND PAVEMENT MA WJ $4,47850 LIGHTING $28,443.00 LANDSCAPI $15190.00 Teta)Coastractiao Bid 1247,233.55 CoEftacar aRees to WORK for MAL ACCEIPTANCE w 132 a&mdar doss after At&ah wbm ttre CONTRACT coaaasmces is ra as Iwo&A- in Ire Geaaral Cem&fi as. END OF SECTION CrrY OF FO[T WORTH STANDARD CONSRDCOM SPEC WAIMDOCZAIEN S-EUVE2DPFA AWARDED FROJEM Fo Va Api Z 2014 OD 42 0_1bd Pwp®1 DAPatr