HomeMy WebLinkAboutContract 48994 CITY SECRETARY
CONTRACT NO. "1 d
Developer and Project Information Cover Sheet:
Developer Company Name: Hillwood Alliance Services,LLC
Address, State,Zip Code: 9800 Hillwood Pkwy Suite 300,Fort Worth TX 76177
Phone&Email: 817-224-6000,Joe.Schneider@hillwood.com
Authorized Signatory,Title: L.Russell Laughlin, Senior Vice President-Properties Division
Project Name: Alliance Town Center North Founders Way&Hillwood Parkway
Brief Description: Water, Sewer
Project Location: In Between Golden Traingle Blvd.and Heritage Trace Parkway Just
East of I-35W
Plat Case Number: FP-16-137 Plat Name: Alliance Town Center North
Mapsco: 21Y Council District: 7 City Project Number: 100832
CFA Number: 2017-037 DOE Number: None
i
To be completed by staff.-
Received
taff.Received by: Date:
567 8 910
RECEIVED 9�
a APO 14 2017 3
,ITy OF PORT WORTH
„r{SECRETARY
14
l� ot69 L9�
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
City of Fort Worth,Texas
Standard Community Facilities Agreement-Alliance Town Center North Founders Way&Hillwood Parkway
CFA Official Release Date: 01.03.2017
Page 1 of 11
STANDARD COMMUNITY FACILITIES AGREEMENT
THE STATE OF TEXAS § City Secretary
COUNTY OF TARRANT § Contract No.
WHEREAS, Hillwood Alliances Services, LLC , ("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 - Founders Way &
Hillwood Parkway Water & Sewer ("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
City of Fort Worth,Texas
Standard Community Facilities Agreement-Alliance Town Center North Founders Way&Hillwood Parkway
CFA Official Release Date: 01.03.2017
Page 2 of 11
further acknowledges that said acceptance process requires the Developer's contractor(s)
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) 0, Sewer (A-1) 19, Paving (B) ❑. Storm Drain (B-1) ❑. Street Lights &
Signs (C) ❑.
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
City of Fort Worth,Texas
Standard Community Facilities Agreement-Alliance Town Center North Founders Way&Hillwood Parkway
CFA Official Release Date: 01.03.2017
Page 3 of 11
maintenance bond. All bonds to be furnished before work is commenced and to
meet the requirements of 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 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.
City of Fort Worth,Texas
Standard Community Facilities Agreement-Alliance Town Center North Founders Way&Hillwood Parkway
CFA Official Release Date:01.03.2017
Page 4 of 11
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.
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
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 contractor's failure to complete the work and
City of Fort Worth,Texas
Standard Community Facilities Agreement-Alliance Town Center North Founders Way&Hillwood Parkway
CFA Official Release Date:01.03.2017
Page 5 of 11
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.
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
City of Fort Worth,Texas
Standard Community Facilities Agreement-Alliance Town Center North Founders Way&Hillwood Parkway
CFA Official Release Date: 01.03.2017
Page 6of11
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)
City of Fort Worth,Texas
Standard Community Facilities Agreement-Alliance Town Center North Founders Way&Hillwood Parkway
CFA Official Release Date: 01.03.2017
Page 7 of 11
Cost Summary Sheet
Project Name: Alliance Town Center North Founders Way&Hillwood Pkwy Water& Sewer
CFA No.: 2017-037 City Project No.: 100832
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 $ 335,358.00
2.Sewer Construction $ 379,243.00
Water and Sewer Construction Total $ 714,601.00
B. TPW Construction
1.Street
2.Storm Drain
3.Street Lights Installed by Developer
4. Signals
TPW Construction Cost Total $ -
Total Construction Cost(excluding the fees): $ 714,601.00
Construction Fees:
C. Water/Sewer Inspection Fee(2%) $ 14,292.02
D. Water/Sewer Material Testing Fee(2%) $ 14,292.02
Sub-Total for Water Construction Fees $ 28,584.04
E. TPW Inspection Fee(4%) $ -
F. TPW Material Testing(2%) $ -
G. Street Light Inspsection Cost
H. Signals Inspection Cost $ -
H. Street Signs Installation Cost $ -
Sub-Total for TPW Construction Fees $ -
Total Construction Fees: $ 28,584.04
Choice
Financial Guarantee Options,choose one Amount Mark one'
Bond=100% $ 714 601.00
Completion Agreement=100%/Holds Plat $ 714,601.00
Cash Escrow Water/Sanitary Sewer=125% $ 893 251.25
Cash Escrow Paving/Storm Drain=125% $ -
Letter of Credit=125%w/2yr expiration period $ 893 251.25 x
City of Fort Worth,Texas
Standard Community Facilities Agreement-Alliance Town Center North Founders Way&Hillwood Parkway
CFA Official Release Date:01.03.2017
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
Hillwood Alliance Services,LLC
Jesus J. Chapa
Assistant Ci Manager
Date: / ;> t �am
e: L.Rus a lin
Title: Senior Vice President-Properties Division
Recommended by:
Date: f�Aad'bn ZO
r
i
ATTEST: (Only if required by Developer)
Wendy C -Babulal, EMBA, P.E.
Development Engineering Manager
Water Department
Signature c,
Name: Lc)(,'% Bo v-:A
Douglas W. Wiersig, P.E.
Director Contract Compliance Manager:
Transportation& Public Works Department
By signing, I acknowledge that I am the
Approved as to Form &Legality: person responsible for the monitoring and
administration of this contract, including
ensuring all performance and reporting
requirements.
Richard A. McCracken
Assistant City Attorney
M&C No. NSA 1 a
Date: Name:
Form 1295: N Title:
ATTEST:
O�FORT�o OFFICIAL RECORD
A.
CITY SECRETARY
2
May J. y e FT.WORTH,TX
City Se ary
�PS
City of Fort Worth,Texas
Standard Community Facilities Agreement-Alliance Town Center North Founders Way&Hillwood Parkway
CFA Official Release Date:01.03.2017
Page 9 of 11
Check items associated with the project being undertaken; checked items must be
included as Attachments to this Agreement
Included Attachment
Attachment 1 -Changes to Standard Community Facilities Agreement
Location Map
Exhibit A:Water Improvements
Water Cost Estimate
Exhibit A-1: Sewer Improvements
Sewer Cost Estimate
L Exhibit B: Paving Improvements
1- Paving Cost Estimate
Exhibit B-1: Storm Drain Improvements
�I Storm Drain Cost Estimate
CI 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-Alliance Town Center North Founders Way&Hillwood Parkway
CFA Official Release Date: 01.03.2017
Page 10 of 11
ATTACHMENT"1"
Changes to Standard Agreement
Community Facilities Agreement
City Project No. 100832
None
City of Fort Worth,Texas
Standard Community Facilities Agreement-Alliance Town Center North Founders Way&Hillwood Parkway
CFA Official Release Date: 01.03.2017
Page 11 of 11
l
GOLDEN TRIANGLE BLVD
cla
SITE
oW
7)Z
0
HILLWOOD >� a
PKWY =0 m
z
AMADOR �� HERIT E
DR z TRACE P 377
IC9 w
Mg
M:5
287
NORTH TARRANT
PARKWAY
T
U
Q
m
Z
BAS OOD BLVD
......................................... ..................................................... -----....... --
ALLIANCE TOWN OWNER/DEVELOPER: ENGINEER:
CENTER NORTH HILLWOOD ALLIANCE II,�PELLAND ,OTON
0"o OLUTIONS
NMTH FOUNDERS WAY & SERVICES, L.P. 9800 HILLWOOD
NOT TO SCALE 9800 HILLWOOD PARKWAY,SUITE 300 PARKWAY SUITE 250
HILLWOOD PARKWAY FORT WORTH,TEXAS 76177 FORT','s',i�D'.TEXAS
i:' Ilr 41r1Kra.hl � -' PHONE: (817) 224-6000
GOLDEN TRIANGLE BOULEVARD
o
® _ EX 12"WL
PRIVATE
D / ROAD
/ 12"WL
/ 0
L_-
a,.
1 �
1 W
z
r
0
a.
PRESTIGE ROAD
12"WL
I z�.
I
LEGEND
PROPOSED WATER LINE, G.V.
EXIST WATER LINE, G.V, F.H. 12"WL
PROPOSED FIRE HYDRANT
PROPOSED GATE VALVE
12"WL
-�Q EXISTING GATE VALVE '
r`r EX 12"WL
NOTE:ALL PROPOSED WATER LINES ARE 12" a
UNLESS OTHERWISE NOTED
3
EXHIBIT A - WATER
................ _ --------------------------------------------------- -------
�J ALLIANCE TOWN OWNER/DEVELOPER: ENGINEER:
0 �r 500 HILLWOOD ALLIANCE 0111' LANDSOLUTIONSCENTER NORTH
FOUNDERS WAY & SERVICES, L.P.9800 HILLWOOD PARKWAY,SUITE 300 RK Y.SUITE
50
H I LLWOOD PARKWAY FORT WORTH,TEXAS 76177 PARKWAY.SUITE 76
FORT WORTH.TEXAS 76177
7RAPHI(' SC AI E _:vARo',,i 2-',I? PHONE: (817) 224-6000 PHONE:81P-562-335❑
JGOLDEN TRIANGLE BOULEVARD
0" SS o $
PRIVATE f -
ROAD
n /
o
10" SS
/ I I
a
N
K
W
O
Z
8" SS
I
i g�g
I 6
PRESTIGE ROAD
I
I 8" SS
1
8" SS
LEGEND
PROPOSED SEWER LINES
EXISTING SEWER LINES
8" SS
8" SS
NOTE:ALL PROPOSED SANITARY SEWER a
LINES ARE 8"UNLESS OTHERWISE NOTED c
0
EXHIBIT A1 - WASTEWATER
J_
S
--------------------------------------------------ENGINEER: .....
ALLIANCE TOWN OWNER/ DEVELOPER: 9N� p NEER:
HILLWOOD ALLIANCE M
0 � 500 NORTH '�' I... - YT10 .
CENTER SERVICES, L.P.
FOUNDERS WAY & ggo0 HILLWOOD PARKWAY,SUITE 300 9800 HILLWOOD
HILLWOOD PARKWAY FORT WORTH,TEXAS 76177 PARKWAY,SUITE 250
FORT WOR`1 I TEXAS 76177
GRAPHIC AL L;: :MAW.t1 [ill:' PHONE: (817) 224-6000 P-V? -'-C17-562-. Sf:
SECTION 00 42 43
PROPOSAL FORM
UNIT PRICE BID Bidder's Application
ATCN Founders Way&Hillwood Parkway-Water&Sewer
WAm'Immov -S,
Project Item Information Bidder's Proposal
Bidlist Item Specification Unit of
No. Description Section No. Measure Bid Quantity Unit Price Bid Value
1 3311.0261 8"PVC Water Pipe 3311 12 LF 785 $40.00 $31,400.00
2 3311.0461 12"PVC Water Pipe 3311 12 LF 3457 $56.00 $193,592.00
3 3311.0442 12"Water Pipe,CSS Backfill 3311 12 LF 24 $76.00 $1,824.00
4 9999.0000 Lowering 12"Water Pipe,CSS Backfill 00 00 00 LF 41 $125.00 $5,125.00
5 3312.3003 8"Gate Valve 3311 12 EA 13 $1,250.00 $16,250.00
6 3312.3005 12"Gate Valve 33 12 20 EA 13 $2,200.00 $28,600.00
7 3312.0001 Fire Hydrant 33 12 40 EA 2 $4,780.00 $9,560.00
8 3312.0117 Connection to Existing 4"-12"Water Main 33 12 25 EA 2 $1,000.00 $2,000.00
9 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 TON 8.7 $4,500.00 $39,200.00
10 3305.0109 Trench Safety 33 05 10 LF 4307 $1.00 $4,307.00
Total Water Improvements $331,858.00
Yv1�yrr,ARY SFWLrlt IMPROV F muci S
Project Item Information Bidders Proposal
Bidlist Item Specification Unit of
No. Description Section No. Measure Bid Quantity Unit Price Bid Value
11 0241.2013 Remove 8"Sewer Line 0241 14 LF 10 $25.00 $250.00
12 3331.4101 4"Sewer Pipe 3311 10 LF 29 $30.00 $870.00
13 3331.4115 8"Sewer Pipe 33 11 10 LF 1025 $46.00 $47,150.00
14 3331.4116 8"Sewer Pipe,CSS Backfill 3311 10 LF 262 $56.00 $14,672.00
15 3331.4119 8"DIP Sewer Pipe 3311 10 LF 1001 $86.00 $86,086.00
16 3331.4120 8"DIP Sewer Pipe,CSS Backfill 3311 10 LF 152 $96.00 $14,592.00
17 3331.4201 10"Sewer Pipe 3311 10 LF 1383 $51.00 $70,533.00
18 3331.4202 10"Sewer Pipe,CSS Backfill 33 11 10 LF 80 $61.00 $4,880.00
19 3339.1001 4'Manhole 33 39 10 EA 19 $76,000.00
33 39 20 $4,000.00
20 3339.1003 4'Extra Depth Manhole 33 39 10 VF 140 $28,700.00
33 39 20 $205.00
21 3339.0003 Wastewater Access Chamber 33 39 40 EA 13 $1,000.00 $13,000.00
22 3305.0109 Trench Safety 33 05 10 LF 3932 $2.00 $7,864.00
23 3301.0002 Post-CCTV Inspection 330131 LF 3932 $3.00 $11,796.00
24 3301.0101 Manhole Vacuum Testing 3301 30 EA 19 $150.00 $2,850.00
Total Sanitary Sewer Improvements $379,243.00
&It{]M NCONTRQI<
Project Item Information s Proposal
Bidlist Item Specification Unit of
No. Description Section No. Measure Bid Quanury Unit Price Bid Value
25 3125.0101 SWPPP 2 1 acre 31 2500 LS 1 3,500.00 $3,500.00
Total Erosion Control $3,500.00
Hid Mumcnnn
Base PSu11
Water Improvements 1 $331,858.00
Sanitary Sewer Improvements $379,243.00
Erosion Control $3,500.nn
Total Bid $714,601.00