Loading...
HomeMy WebLinkAboutContract 46887 h q � �UL282015 C1V OF FGRT� ^' COMMUNITY FACILITIES AGREEMENT � C[C1 S�GREt ,� a�! I �`6 ATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. U 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 Twin Mills Sec I Phase 1C ("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 contracto '(dFp1CFAkrr&CftD 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) X , Paving (B) X , Storm Drain (B-1) NA_, Street Lights & Signs (C) X E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section I1, paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, 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 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 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, 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: Twin Mills Sec 1 Ph. 1C CFA No.: 2015-026 DOE No.: 7220 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 $99,280 2.Sewer Construction $113,901.00 Water and Sewer Construction Total $ 213,181.00 B. TPW Construction 1.Street $ 303,009.00 2.Storm Drain 3.Street Lights Installed by Developer $ 48,050.00 TPW Construction Cost Total $ 351,059.00 Total Construction Cost(excluding the fees): $ 564,240.00 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 4,263.62 D. Water/Sewer Material Testing Fee(2%) $ 4,263.62 Sub-Total for Water Construction Fees $ 8,527.24 E. TPW Inspection Fee(4%) $ 12,120.36 F. TPW Material Testing(2%) $ 6,060.18 G. Street Light Inspsection Cost $ 1,922.00 H. Street Signs Installation Cost $ 245.00 Sub-Total for TPW Construction Fees $ 20,347.54 Total Construction Fees: $ 28,874.78 Financial Guarantee Options Choose one Amount Mark choice Bond=100% $ 564,240.00 Completion Agreement=100%/Holds Plat $ 564,240.00 x Cash Escrow Water/Sanitary Sewer=125% $ 266,476.25 Cash Escrow Paving/Storm Drain=125% $ 438,823.75 Letter of Credit=125%w/2yr expiration period $ 705,300.00 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 Devcloper has exec d this instrument in 9updruplicate, at Fort Worth,Texas this day of , 20 11` . CITY OF FORT WORTH-Recommended by: Water Department Transportation &Public Works Department Wendy Chiikiabulal, EMBA,P.E. Douglas&.Wiersig,P.E. J Development Engineering Manager Director Approved as to Form &Legality: Approved by City Manager's Office Douglas—VV-Black Fernando Costa Assistant City Attorney Assistant City Manager M&C No. •- Date: ATTEST: O S oA 580 ary J. Ka �$ 8a City Secret �C-00 XA ATTEST: DEVELOPER:Taurus Twin Mills Limited Partnership Signature Signature. (Print)Name: Print Name:Douglas Gilliland Title: General Manager OFFICIAL RECORD CITY SECRETARY FT- WORTH, TX 9 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 ❑ Storm Drain Estimate ® Exhibit C: Street Lights and Signs Improvements ® Street Lights and Signs Estimate (Remainder of Page Intentionally Left Blank) 10 PROJECT �`�� 9 LOCATION PARK v FORT Z\ CITY LIMITS a w SAGIN CITY LIMITS m z Z oma. t0o.- 0 N W Mi <<J, Z SCALE: 1"=2000' 0 BAILEY-BOSWELL x N1 RTH PAR N Q CLOVER W William ur GREEN WAY��cF N 0 Houston COLE �ci N� Q Park z FOX C3 9y J R Y PARK GENS S DWPEtO FAIR MEADOWS NORMAND MEACDW DALE �y MEADOW 0 D W J BOAZ 0 z D cr w >- z � � n i `a a -� U � AN 5 HfR FORD STAREE a OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX D.O.E. NO. 7220 WATER NO. P265-607150227483 SANITARY SEWER NO. P275-707130227483 STREET/STORM DRAIN NO. W-2312 CITY PROJECT NO. 02274 X-22622 LOCATION MAP "TWIN MILLS - SECTION 1 , PHASE 1C" WELCH INC. CONSUL TING ENGINEERS II CORN FIELD DRIVE /T EXIST Bj WAITER_j LL) 17 > PROP B"_WATER1 I I PROP < F 6.ARLEI Y DRVE- - < ROP FIRE HYDRANT PROP FIRE YDRANT EXIST I I B I WA I TER_ !ij _j ,APROP WATER < _j RYE DRIVE j WILD OATS DRIVE T T-7 L _j _j�OR�BljSH'[?R1VE I j F F -1 _F_F_T_ T_ _T -FT-F T_ I 7_77 T I 7_71 F _ T - - - - - - - - - - - - - - -j i -Ljl OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 100% DEVELOPER'S COST 8" WATER LINES, FIRE HYDRANTS, GATE VALVES AND ASSOCIATED APPURTENANCES SCALE: 1"=300' D.O.E. NO. 7220 WATER NO. P265-607150227483 SANITARY SEWER NO. P275-707130227483 EXHIBIT 99A99 STREET/STORM DRAIN NO. W-2312 CITY PROJECT NO. 02274 WATER IMPROVEMENTS X-22622 TWIN MILLS - SECTION 1 , PHASE 1C" WELCH EWOR-4EERR`40, I-INC. CONSULTING E-NGINE-E-RS 00 42 43 SECTION 00 42 43 BID PROPOSAL PROPOSAL FORM Page 1 of6 PROJECT:TWIN MILLS—SECTION 1,PHASE 1C DATE:03-04-15 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Unit of Bid Quantity Unit Price Bid Value Section No. Measure 3311.0261 8"PVC Water Pipe 33 1112 LF 1,970 $22.00 $43,340.00 3311.0161 6"PVC Water Pipe 33 11 12 LF 10 $20.00 $200.00 3312.3003 8"Gate Valve 33 1220 EA 2 $1,000.00 $2,000.00 3312.3002 6"Gate Valve 33 1220 EA 2 $700.00 $1,400.00 3312.0117 Connect.to Existing 8" Water Main 33 1225 EA 2 $700.00 $1,400.00 3312.0001 Fire Hydrant 33 1240 EA 2 $2,500.00 $5,000.00 3311.0001 Ductile Iron Water Fittings 33 11 11 TON 1.5 $4,300.00 $6,450.00 3305.0109 Trench Safety 3305 10 LF 1980 $1.00 $1,980.00 3312.2003 1"Water Service 33 12 10 EA 62 $565.00 $35,030.00 9999.0001 Pressure/Sterilization 3305 10 LF 1980 $1.00 $1,980.00 3304.0101 Temporary Water Services(3/4") 33 04 30 LF 100 $5.00 $500.00 UNIT 1: WATER IMPROVEMENTS BID SUMMARY $99,280.00 OFFICIAL RECORD CITY SECRETARY FT. WORTH,TX CITY OF FORT WORTH TWIN MILLS-SECTION 1,PHASE I C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DOE: 7220 Forth Revised 20120120 City Project No.:02274 II EXIST 8" SANITARY SEWER --J-- e i 'I 11 CORN FIELD DRIVE, I - - JL - EXISTVE 8" SANITARY SEWER I Z BARLEY DRIL n QT �- T ¢ 1 Y PROP 8" SANITARi STEWER CL1 -�. r^ PROP 8" SANIT RY SEWER EXIST B" SANITARY SEWE w 1 RYE DRIVE 1 a p w —1 If- PROP 8" SANITARY SEWER I - -II WILD OATS DRIVE T � L I�IL�IL-,I L 1 THORNBUSH DRIVE 1 _I �r[-TT-7�--77-T r-1nom r -T -r-FT r -T Illlllllllllllllll I I I I ° .. OFFICIAL RECORD CITY SECRETARY FT.NORTH, TX 100% DEVELOPER'S COST 8" SANITARY SEWER LINES AND ASSOCIATED APPURTENANCES SCALE: 1"=300' D.O.E. NO. 7220 WATER NO. P265-607150227483 SANITARY SEWER NO. P275-707130227483 EXHIBIT 19A—1 19 STREET/STORM DRAIN NO. W-2312 CITY PROJECT NO. 02274 SANITARY SEWER IMPROVEMENTS x-22622 "TWIN MILLS - SECTION 1, PHASE 1C" WELCH ENOINEERR-40, I NC. CONSULTING ENGINEERS 00 42 43 SECTION 00 42 43 BID PROPOSAL PROPOSAL FORM Page 2 of 6 PROJECT:TWIN MILLS—SECTION 1,PHASE IC DATE:03-04-15 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Unit of Bid Quantity Unit Price Bid Value Section No. Measure 3331.4115 8"PVC Sewer Pipe 33 11 10 LF 1,969 $26.00 $51,194.00 3331.4116 8"PVC Sewer Pipe,CSS Backfill 33 11 10 LF 20 $25.00 $500.00 3339.1001 4'Manhole 33 39 20 EA 7 $3,000.00 $21,000.00 3339.1003 4'Extra Depth Manhole 33 39 20 VF 5 $150.00 $750.00 3331.3102 4"Sewer Service,Two-way cleanout 3331 50 EA 64 $520.00 $33,280.00 3301.0002 Post-CCTV Inspection 3301 31 LF 1,989 $2.00 $3,978.00 3339.0002 Manhole Vacuum Testing 33 01 30 EA 7 $150.00 $1,050.00 3305.0113 Trench Water Stops(Clay Dams) 3305 10 EA 1 $160.00 $160.00 3305.0109 Trench Safety 1 3305 10 LF 1,989 $1.00 $1,989.00 UNIT 2: SANITARY SEWER IMPROVEMENTS BID SUMMARY 1 $113,901.00 OFFICIAL RECORD CITY SECRETARY FT. !NORTH, TX CITY OF FORT WORTH TWIN MILLS-SECTION 1,PHASE I C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DOE: 7220 Form Revised 20120120 City Project No.:02274 I s' I II CORN FIELD DRIVE I 11 I LlN Z F1 XXXXXXXXXap T TTT r �.< Q BARLEY DRIVE(50' RIGHT-OF-WAY) F� 1 0 � m W= G L LN w 70 v I � I RYE DT R� IVE r (50' RIGHT-OF-WAS I WILD OATS DRIVE L THORNBUSH�[T DRIVE 1 -I T —T —F—F—>— T-17- -FT -1 —ITT— T 1111111111111111111 OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX 100 DEVELOPER'S COST 6- PAVEMENT W/2% CROSS SLOPE ON 5- UME SUBGRADE SCALE: 1"=300' D.O.E. NO. 7220 WATER NO. P265-607150227483 SANITARY SEWER NO. P275-707130227483 EXHIBIT 99B99 STREET/STORM DRAIN NO. W-2312 CITY PROJECT NO. 02274 PAVING IMPROVEMENTS x-22622 "TWIN MILLS — SECTION 1, PHASE 1C" WELCH ENGINES ua-4o, INC. CONSUL TING ENGINEERS 00 42 43 SECTION 00 42 43 BID PROPOSAL PROPOSAL FORM Page 4 of 6 PROJECT:TWIN MILLS—SECTION 1,PHASE 1C DATE:03-04-15 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Unit of Bid Quantity Unit Price Bid Value Section No. Measure UNIT 4: PASO vi. r--_ 3213.0101 6"Conc Pvmt 32 13 13 SY 6,725 $36.20 $243,445.00 3211.0501 6"Lime Treatment 32 11 29 SY 7,163 $4.00 $28,652.00 321 1.0400 Lime(36#/SY) 32 11 29 TN 129.00 $172.00 $22,188.00 3291.0100 Top Soil 3291 19 CY 515 $6.00 $3,090.00 3292.0400 Seeding,Hydomulch 3291 13 SY 4,638 $0.50 $2,319.00 3305.0114 Adjust Manholes to Grade 3305 14 EA 7 $425.00 $2,975.00 3305.0111 Adjust Water Valves to Grade 3305 14 EA 4 $85.00 $340.00 UNIT 4: PAVING IMPROVEMENTS BID SUMMARY $303,009.00 OFFICIAL RECORD CITY SECRETARY FT. WORTHS TX CITY OF FORT WORTH TWIN MILLS-SECTION 1,PHASE I C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DOE: 7220 Form Revised 20120120 City Project No.:02274 II ,: II . I ,3 I �I CORN FIELD DRIVE I _ - - - - = JL_ - -I- z �lj BARLEY DRIVE J J ❑ C] I•� � N Q cL I I I w RYE .DRIVE w.Air o I r 3 WILD OATS DRIVE T L 1TH�ORNBUSHJDRIVE 7T -1m- r � �� r � �rr � _I _T[T OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX * -- PROPOSED STREET LIGHT (100% DEVELOPER'S COST) A, -- PROPOSED STREET SIGN (100% DEVELOPER'S COST) ❑-- PROPOSED GROUND BOX (100 ; DEVELOPER'S COST) }-- EXISTING STREET LIGHT SCALE: 1"=300' D.O.E. NO. 7220 WATER NO. P265-607150227483 SANITARY SEWER NO. P275-707130227483 EXHIBIT f!C STREET/STORM DRAIN NO. W-2312 CITY PROJECT NO. 02274 STREET LIGHTS X-22622 "TWIN MILLS - SECTION 1, PHASE 1C" WELCH EN0INEERIl4T0i, INC. CONSUL TING ENG//VEERS 00 42 43 SECTION 00 42 43 BID PROPOSAL PROPOSAL FORM Page 5 of 6 PROJECT:TWIN MILLS—SECTION 1,PHASE IC DATE:03-04-15 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Unit of Bid Quantity Unit Price Bid Value Section No. Measure VU1�TI :9$ _: WTM LWRO E 3441.1502 Fumish/Install Ground Box,small, 3441 10 EA 11 $215.00 $2,365.00 w/lid w/a ron 3441.3101 Furnish/Install 100W HPS PC Lighting 34 41 20 EA 11 $600.00 $6,600.00 Fixture 3441.3301 Furninsh/Install Rdwy Ilium Foundation 3441 20 EA 11 $1,500.00 $16,500.00 TY 1,2and 4 3605.3015 Fumish/Install Conduit-Schedule 80 26 05 33 LF 145 $19.00 $2,755.00 PVC 2 inch Open Cut 3441.1409 #8 Alum Wire 3441 10 CLF 145 $4.00 $580.00 3441.3004 Furnish/Install Rdway Ilium TY D-25-6 34 41 20 EA 11 $1,750.00 $19,250.00 Pole and Type 25 Arm UNIT 5: STREET LIGHTING IMPROVEMENTS BID SUMMARY $48,050.00 OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX CITY OF FORT WORTH TWIN MILLS-SECTION 1,PHASE IC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DOE: 7220 Form Revised 20120120 City Project No.:02274