HomeMy WebLinkAboutContract 47323 CITY SECRETAW
w
,
Developer and Project Information Cover Sheet:
Developer Company Name: Centergy,West 7th LP
Address, State, Zip Code: 8235 Douglas Avenue Ste 900,Dallas TX 75225
Phone&Email: 214-368-7200, wmiller @centergyretail.com
Authorized Signatory, Title: West Miller,Principal
Project Name and Brief Left Bank- Streetscape and Street Light Improvements
Description:
Project Location: Harrold Street between West 7th Street and Dakota St
Plat Case Number: Plat Name: Evans-Pearson Westwood Addition&K.M. Van
Zandt's Addition
Mapsco: <Mapsco> Council District: 9 City Project Number: 02699
CFA Number: 2015-115 DOE Number: None
To be completed by staff:
Received by: Date:
City of Fort Worth,Texas ✓° , d�
Standard Community Facilities Agreement ,
CFA Official Release Date: 07.30.2015
Page 1 of 11
STANDARD COMMUNITY FACILITIES AGREEMENT
THE STATE OF TEXAS § City Secretary
COUNTY OF TARRANT § Contract No.
WHEREAS, Centerg_y, West 7th L,P., ("Developer"), desires to make certain specific
improvements as described below and on the exhibits attached hereto ("Improvements")related to
a project generally described as Left Bank-Streetscape and Street Light Improvements ("Project")
within the City or the extraterritorial jurisdiction 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 collective Improvements for 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
further acknowledges that said acceptance process requires the Developer's contractor(s)
City of Fort Worth,Texas
Standard Community Facilities Agreement
CFA Official Release Date: 07.30.2015
Page 2 of 11
to submit a signed affidavit of bills paid and consent of Surety signed by its surety to
ensure the contractor has paid any sub-contractor(s) and suppliers in full. Additionally,
the contractor will provide in writing that the contractor has been paid in full by Developer
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 Project and the exhibits attached hereto.
D. The following checked exhibits describe the Improvements and are incorporated herein:
Water(A) ❑, Sewer(A-1) ®', Paving(B) El, Storm Drain(B-1) ❑, Street Lights & Signs
(C) FA.
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. Developer shall ensure its
contractor(s)pays the then-current City-established wage rates.
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 ways and/or prequalified to perform water/wastewater
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 infrastructure, and a maintenance bond in the name of the City
for one hundred percent (100%) of the contract price of the infrastructure 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.
City of Fort Worth,Texas
Standard Community Facilities Agreement
CFA Official Release Date: 07.30.2015
Page 3 of 11
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 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, if any, 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, unless otherwise agreed to by City, 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 required herein.
I. City shall not be responsible for payment of 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.
City of Fort Worth,Texas
Standard Community Facilities Agreement
CFA Official Release Date: 07.30.2015
Page 4 of 11
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, its
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, its 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
ofTcers, 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 ofricers, 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 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.
City of Fort Worth,Texas
Standard Community Facilities Agreement
CFA Official Release Date: 07.30.2015
Page 5 of 11
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.
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
City of Fort Worth,Texas
Standard Community Facilities Agreement
CFA Official Release Date: 07.30.2015
Page 6 of 11
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 BLAND
City of Fort Worth,Texas
Standard Community Facilities Agreement
CFA Official Release Date:07.30.2015
Page 7 of 11
Cost Summary Sheet
Project Name: Left Bank- Streetscape and Street Light Improvements
CFA No.: 2015-115 DOE No.: None
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 $ -
2.Sewer Construction $ -
Water and Sewer Construction Total $ -
B. TPW Construction
1.Street $ -
2.Storm Drain $ -
3.Street Lights Installed by Developer $ 1,032,341.52
4. Signals
TPW Construction Cost Total $ 1,032,341.52
Total Construction Cost(excluding the fees): $ 1,032,341.52
Construction Fees:
C. Water/Sewer Inspection Fee(2%) $
D. Water/Sewer Material Testing Fee(2%) $ -
Sub-Total for Water Construction Fees $ -
E. TPW Inspection Fee(4%) $
F. TPW Material Testing(2%) $ -
G. Street Light Inspsection Cost $ 41,293.66
H. Signals Inspection Cost $ -
H. Street Signs Installation Cost $ -
Sub-Total for TPW Construction Fees $ 41,293.66
Total Construction Fees: $ 41,293.66
Choice
Financial Guarantee Options,choose one Amount Mark one
Bond=100% $ 1,032,341.52
Completion Agreement=100%/Holds Plat $ 1,032,341.52
Cash Escrow Water/Sanitary Sewer=125% $ -
Cash Escrow Paving/Storm Drain=125% $ 1,290,426.90
Letter of Credit= 125%w/2 r expiration period $ 1,290,426.90 x
City of Fort Worth,Texas
Standard Community Facilities Agreement
CFA Official Release Date: 07.30.2015
Page 8 of 11
ACCORDINGLY, the City of Fort Worth and Developer have each caused this instrument to be
executed in quadruplicate in each entity's respective name by its duly authorized signatories effective as
of the date executed by the City's City Manager or his/her designee.
CITY OF FORT WORTH DEVELOPER
Centergy West 7`h L.P.
Jesus J. Chapa
Assistant City Manager Name: West Miller
Title: Principal
Date:
Date: ,
Recommended by:
ATTEST: (Only if required by Developer)
Wendy Chi-Babulal, EMBA, P.E. ..
Development Engineering Manager Islignature
Water Department Name: i
�o SAMANT
HA o R�y Commission. Wiersig, P.E. August 22
Director VV
Transportation& Public Works Department
Woo
Approved as to Form &Legality: ATTEST:
r, ,.
a
. r Leo
Douglas W. Black /, ark'J. Kayser �Z���
Assistant City Attorney 'City Secretary
M&C No.
Date:
...,
City of Fort Worth,Texas
Standard Community Facilities Agreement It
CFA Official Release Date: 07.30.2015 � �� � �
C � ��li�
Page 9 of 11
Check items associated with the project being undertaken; checked items must be
included as Attachments to this Agreement
Included Attachment
0 Attachment 1 - Changes to Standard Community Facilities Agreement
❑i Location Map
Exhibit A: Water Improvments
El Water Cost Estimate
Exhibit A-1: Sewer Improvements
EJ Sewer Cost Estimate
Exhibit B: Paving Improvements
❑Ii Paving Cost Estimate
El Exhibit B-1: Storm Drain Improvements
Storm Drain Cost Estimate
Exhibit C: Street Lights and Signs Improvements
Street Lights and Signs Cost Estimate
(Remainder of Page Intentionally Left Blank)
City of Fort Worth,Texas
Standard Community Facilities Agreement
CFA Official Release Date: 07.30.2015
Page 10 of 11
ATTACHMENT"I"
Changes to Standard Agreement
Community Facilities Agreement
City Project No. 02699
None
City of Fort Worth,Texas
Standard Community Facilities Agreement
CFA Official Release Date: 07.30.2015
Page 11 of 11
pR
SoE 35W
199 Sr
z
_ 121
AIRPORT FV/y
� 1
ERF0RO 5
4H17F SETTLEMERT
WHITE SET 7LEMER RD E
PROJECT HARRO
LOCATION ST
W 7TH S W NST 87
gO�IE BLJD tv���0 W L NCA TER AVE 2 30
Zc
a
W 3 s n_
p o- U) PENN YL VANIA VE E HATTIE ST
i 35W
30 W ROSEDALE ST
� Q
W gyro U)
5 DER
W
Not to Scale
BURY STREETSCAPE &STREET
LIGHT IMPROWENTS
5310 Harvest Hill Road,Suite 100 To SERVE LEFT BANK VICINITY MAP
Dallas,Texas 75230 CENTERGY RETAIL,LLC
Tel.(972)991-0011 Fax(972)991-0278 8235 Douglas Avenue,Suite 900
TBPE#F-1048 T8PLS#F-10107502 Dallas,Texas 75225
Copyright®2015 Contact-West Miller,214.368.7200(Ofc),214.616.3060(Mbl)
DATE:September 23,2015 SCALE:AS SHOWN DRAWN BY JRN FILE:VICINITY MAP.DWG PROJECT No.0104157-30004
F.1D10415713000417th And Harrold-Fort Kb hMENGINEERIN%CFA'sLLe flBa nk-Streetscape 8ughling Sep Z3,157'46MA
>r
3 -
0 100 200 300 400
1"=200' a , i Iry Ville
LEGEND
hE t r«
PROPOSED SIDEWALK
.:p...NEBRASKA STREET.__nom-,
PROPOSED ADA ACCESSIBLE
BARRIER FREE RAMP
S
0
ne �
h
Q
n
38 mO
�� tt
r
-
r
3 — _
,4f% ri.s-uert mrvn
Y
a
a°
d —,,
tar
f na I b
uK
n*u av
� s
Or
STREETSCAPE &STREET
BURY
LIGHT IMPROVMENTS EXHIBIT B:
5310 Harvest Hill Road,Suite 100 TO SERVE LEFT BANK SIDEWALK, RAMPS,
Dallas,Texas 75230 CENTERGY RETAIL,LLC
Tel.(972)991-0011 Fax(972)991-0278 6235 Douglas Avenue,Suite 900 & PVMT MARKINGS
TBPE#F-1048 TBPLS#F-10107502 Dallas,Texas 75225
Copyright®2015 Contact-West Miller,214.368 7200(Ofc),214.616 3060(Mbl)
DATE:September 23,2015 SCALE:AS SHOWN DRAWN BY:JRN FILE:EM1BITB-PAVING(SIDEWALK,RArAPS,&F—TIAARKNGS)PAG PROJECT No.0104157-30004
F1 0104157\3000417th Aryl Harr°Id-Fod Wgdh1ENGINEERINMCFA's1LeR Bank-Streetacape&Lighting Improvements lCAMFxhbit B-Paving(SWJ Ik Ramps.&Pvmt Markings).dvg modified by pemeiar on O 9,15421 PM
(4),
' nom.oErnv osi � ,•9 ,w-c cw.s I
w sn eT *o rvrvae
l,j kr
q
:: TA STI{EET
Y-< i eb wT.wo�
Ti' -
„
0 100 200 300 400 We .e
1' =200'
LEGEND 8' "o
BRANCH CIRCUIT MO CONDUCTORS,SIZES AS INDICATED
SERNOE PROV,DER HANDHOLE AITH SECONOA FOR
_ STREET LIGHT SERVICE \� i
.G8 GROUND BOX
!�
u UNUW COVPA TRANSFORVER
I_ CONTACTOR MEL -,,� p_ NEBRASKA STREET -
.�crate ,
r.[] POLE(REFER TO DETAA) `• A �`�' '(I
LUIHro RE(REFER TO DETNL). i III
e
PROPOSED TREE(TO BE INCLUDED IN SEPARATE"INTEI"CE
AGREEVENT N1TH THE PARKS DEPARTVEM)
T.3 } s*x�*uwr�erm...nn
I/Frj
2 E - 7- g.,� t—I p
w
s i /
� i
I O
fl (,t r_m�mvxi ,L l
� r.vr®verrm �¢ izsa,vx rtrv, ' __,r mranT� w
/ironcna o�ewa w, sua 11Y� r,wgru.a To
s J
r 4
f. mw.SPCE'r
O ':' �r�rt mefrcvl
€1o6 1
T.
re a
TI a G
A
t
STREETSCAPE &STREET
BURY
LIGHT IMPROWENTS EXHIBIT C: STREET
5310 Harvest Hill Road,Suite 100 To SERVE LEFT BANK LIGHTS
Dallas,Texas 75230 CENTERGY RETAIL,LLC
Tel.(972)991-0011 Fax(972)991-0278 8235 Douglas Avenue,Suite 900
TBPE#F-1048 TBPLS#F-10107502 Dallas,Texas 75225
Copyright®2015 Contact-West Miller,214.368.7200(Ofc),214.616.3060(Mbl)
DATE:September 23,2015 SCALE:AS SHOWN DRAWN BY:JRN FILE:EXHIBITC-STREETLGHTSOwG PROJECT No.0104157-30004
F_%O104157%9000417th Ar,J Harrold-Fwt NbdMENGINEERINGICFA's1Lefl Bards-SUeetswpe&Lighting ImprovemeetsXCAChEzF.bA C-Street Light.d,g modified bylniemeier on Oda,15 4 42 PM
i
0
w,
A A4
�RtlE[�
€illl�l
9TOP� t
�y a
w CD'r
/Z.
ME
0 100 200 300 400
1"=200' ® STOP
LEGEND �� "� �� «•,
p SIGNilrflj�
� y a
/ o '
j.
a a a a a �a a
0
0
l ESq OP y
w
® STOP E q.
y
, �`-IIfIk� €afPEEIk� '
STOP
/, STOPi ,pfd
_ F
��nw
3 i
n _ I
i>
f ice-
Jy O
BURY STREETSCAPE & STREET
LIGHT IMPROVMENTS EXHIBIT Cl :
5310 Harvest Hill Road,Suite 100 TO SERVE LEFT BANK STREET SIGNS
Dallas,Texas 75230 CENTERGY RETAIL,LLC
Tel.(972)991-0011 Fax(972)991-0278 8235 Douglas Avenue,Suite 900
TBPE#F-1048 TBPLS#F-10107502 Dallas,Texas 75225
Copyright®2015 Contact-West Miller,214.368.7200(Ofc),214.616.3060(Mbl)
DATE:September 23,2015 SCALE:AS SHOWN DRAWN BY:JRN FILE:FxHiBITC1-STREET SIGNS.OWG PROJECT No.0104157-30004
F:0104157000G4\7th And Harrold-FM WorthIENGINEERINMCFA'sLLefl 13 N-St,eh ape 8 UgMing Improyem-WCADI&Nbit C1-So-t Signs.deg madfied by jdemeler on Od 9,15429 PM
o
N 4
N F,
Cat
F
O
Q
O
Q
O
R
O
O
x O
a
h
� O
z � o
x
V M
:/l Cr7 o M
F z
W C �
4 0
OZ m
� F c
a w
C7 °
z
o
"J
W d• b
Cr NO M N
Q
h
N
W
.I 7
Wy O o0 r
M �
� F
w �
a z
a u
w 0
� d o
E
CA
43 '� o F
c
d C v c�i .n y 43
Q >U A 5 c w w y
3 16
U k
a
w
M. c
hC V a� ❑v N `� �a p3 3
O O
Q
0 Z
F w
N
00 42 43
DAP-BID PROPOSAL
Page I of I
SECTION 00 42 43
Developer Awarded Projects-PROPOSAL FORM
UNIT PRICE BID Bidder's Application
Project Item Information Bidder's Proposal
Bidlist Item Specification Unit of Bid
No. Description Unit Pric7 Bid Value
Section No. I Measure Quantity
STREETSCAPE AND STREET LIGHT IMPROVEMENTS
1 2605.2101 Conduit Box 26 05 33 EA 23 $1,050.09 $24 152.07
2 2605.3011 2"CONDT PVC SCH 80(T) 26 05 33 LF 3038 $15.70 $47,696.60
3 3213.0301 4"Conc Sidewalk 32 13 20 SF 65007 $8.00 $520,056.00
4 3213.0503 Barrier Free Ramp,Type M-1 32 13 20 EA 52 $400.00 $20,800.00
5 3217.0501 24"SLD Pvmt Marking HAE(W) 32 17 23 LF 2455 $1.50 $3,682.50
6 3217.1002 Lane Legend Arrow 32 17 23 EA 1 $250.00 $250.00
7 3217.1007 Lane Legend Sharrow, 32 17 23 EA 1 $250.00 $250.00
8 3441.1405 NO 2 Insulated Elec Condr 3441 10 LF 280 $6.75 $1,890.00
9 3441.1408 NO 6 Insulated Elec Condr 3441 10 LF 12152 $1.50 $18,228.00
10 13441.3022 Ornamental Assmbly,Complex(20) 34 41 20 EA 23 $12,451.05 $286,374.15
11 3441.4003 Furnish/Install Alum Sign Ground Mount 3441 30 EA 30 $250.00 $7 500.00
12 9999.0002 Rdwy Illum Foundation TY 14 3441 20 EA 23 $4,411.401 $101 462.20
STREETSCAPE AND STREET LIGHT IMPROVEMENT $1,032,341.52
Bid Summary
STREETSCAPE AND STREET LIGHT IMPROVEMENTS $1,032,341.52
Total Construction Bid $1,032,341.52
Contractor agrees to complete WORK for FINAL ACCEPTANCE within 237 calendar days after the date when the
CONTRACT commences to run as provided in the General Conditions.
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS
Form Version April 2,2014 00 42 43—Bid Proposal_DAP-Streetscape Street Light Improvements.xlsx