Loading...
HomeMy WebLinkAboutContract 53371 Received Date: 01/09/2020 8:21 AM Received Time: Developer and Project Information Cover Sheet: Developer Company Name: ALM FORT WORTH, LLC Address, State,Zip Code: 9830 Colonnade Blvd, Suite 600 San Antonio,TX,78230 Phone&=Email-. 0-641-8435,lange.allenOusrealco.com Authorized Signatory,Title: Lange Allen,Managing Director Project Name: Marco Addition Water& Sewer Brief Description: Water&Sewer Project Location: 9627 Camp Bowie West Blvd Plat Case Number: Plat Name: Mapsco: Council District: 3 CFA Number: CFA19-0160 City Project Number: 102417 OFFICIAL RECORD CITY SECRETARY FT. WORTH,TX City of Fort Worth,Texas Page 1 of 15 Standard Community Facilities Agreement Rev.10/5/19[NPCI CSC No.53371 STANDARD COMMUNITY FACILITIES AGREEMENT This COMMUNITY FACILITIES AGREEMENT ("Agreement")is made and entered into by and between The City of Fort Worth("City"), a home-rule municipal corporation of the State of Texas, acting by and through its duly authorized Assistant City Manager, and ALM Fort Worth, LLC ("Developer"),acting by and through its duly authorized representative. City and Developer are referred to herein individually as a"party"and collectively as the"parties." WHEREAS, Developer is constructing private improvements or subdividing land within the corporate limas of Fort Worth, Texas or its extraterritorial jurisdiction, for a project known as Marco Addition Water&Sewer("Project"); and WHEREAS, the City desires to ensure that all developments are adequately served by public infrastructure and that the public infrastructure is constructed according to City standards;and WHEREAS, as a condition of approval of the Project,Developer is required to bear a portion of the costs of municipal infrastructure by constructing the public infrastructure necessary for the Project as described in this Agreement("Community Facilities"or"Improvements");and WHEREAS,as a condition of approval of the Project,Developer is required to meet the additional obligations contained in this Agreement,and Developer may be required to make dedications of land,pay fees or construction costs,or meet other obligations that are not a part of this Agreement.; and WHEREAS,the City is not participating in the cost of the Improvements or Project;and WHEREAS, the Developer and the City desire to enter into this 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: 1. CFA Ordinance The Community Facilities Agreements Ordinance("CFA Ordinance"),as amended,is incorporated into this Agreement by reference, as if it was fully set forth herein. Developer agrees to comply with all provisions of the CFA Ordinance in the performance of Developer's duties and obligations pursuant to this Agreement and to cause all contractors hired by Developer to comply with the CFA Ordinance in connection with the work performed by the contractors. If a conflict exist between the terms and conditions of this Agreement and the CFA Ordinance,the CFA Ordinance shall control. 2. Incorporation of Engineering Plans The engineering plans for the Improvements that have been accepted by the City ("Engineering Plans")are incorporated into this Agreement by reference as if fully set out herein. Developer shall provide—- City i City of Fort Worth,Texas OFF , page 2 of 15 Standard Community Facilities Agreement CITY SL Rev.10/5/19[NPCI FT. WORTH,TIC at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the Improvements required by this Agreement. 3. Description of Improvements; Exhibits and Attachments The following exhibits describe the general location, nature and extent of the Improvements that are the subject of this Agreement and are attached hereto and incorporated herein by reference: ® Exhibit A: Water ® Exhibit A-1: Sewer ❑ Exhibit B: Paving ❑ Exhibit B-1: Storm Drain ❑ Exhibit C: Street Lights & Signs The Location Map and Cost Estimates are also attached hereto and incorporated herein by reference. To the extent that Exhibits A, A-1, B, B-1, C, the Location Map, or the Cost Estimates conflict with the Engineering Plans, the Engineering Plans shall control. If applicable, Attachment 1 — Changes to Standard Community Facilities Agreement, Attachment 2 — Phased CFA Provisions, and Attachment 3 — Concurrent CFA Provisions, are attached hereto and incorporated herein for all purposes. 4. Construction of Improvements 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 specifications, the Engineering Plans, the Cost Estimates provided for the Improvements,and this Agreement. Developer acknowledges that City will not accept the Improvements until the City receives affidavits and lien releases signed by Developer's contractors verifying that the contractors, and all subcontractors and material suppliers, have been paid in full for constructing the Improvements, and consent of the surety on payment and performance bonds provided for the Improvements. 5. Financial Guarantee Developer has provided the City with a financial guarantee in the form and amounts set forth in this Agreement which guarantees the construction of the Improvements and payment by Developer of all contractors, subcontractors, and material suppliers for the Improvements ("Financial Guarantee"). Developer shall keep the Financial Guarantee in full force and effect until released by the City and shall not reduce the amount of the Financial Guarantee unless authorized by the City in accordance with the CFA Ordinance. 6. Completion Deadline; Extension Periods This Agreement shall be effective on the date this Agreement is executed by the City's Assistant City Manager ("Effective Date"). Developer shall complete construction of the Improvements and obtain the City's acceptance of the Improvements within two (2) years of the Effective Date ("Term"). City of Fort Worth,Texas Page 3 of 15 Standard Community Facilities Agreement Rev.10/5/19[NPC] If construction of the Improvements has started during the Term, the Developer may request that this Agreement be extended for an additional period of time("Extension Period"). All Extension Periods shall be agreed to in writing by the City and the Developer as set forth in a written amendment to this Agreement. In no event shall the Term of this Agreement plus any Extension Periods be for more than three years. 7. Failure to Construct the Improvements (a) The City may utilize the Developer's Financial Guarantee to cause the completion of the construction of the Improvements if at the end of the Term, and any Extension Periods, the Improvements have not been completed and accepted by the City. (b) 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 the Improvements before the expiration of the Term, and any Extension Period, if the Developer breaches this Agreement,becomes insolvent, or fails to pay costs of construction. (c) If the Financial Guarantee is a Completion Agreement and the Developer's contractors or suppliers are not paid for construction costs or materials supplied for the Improvements the contractors and suppliers may place a lien upon any property which the City does not have an ownership interest that is the subject of the Completion Agreement. (d) Nothing contained herein is intended to limit the Developer's obligations under the CFA Ordinance, this Agreement, the Financial Guarantee, Developer's agreements with Developer's contractors,or other related agreements. 8. Termination If Developer desires to terminate this Agreement before Developer's contractors begin constructing the Improvements, Developer agrees to the following: (a) that Developer and City must execute a termination of this Agreement in writing; (b) that Developer will vacate any final plats that have been filed with the county where the Project is located; and (c) to pay to the City all costs incurred by the City in connection with this Agreement, including time spent by the City's inspectors at preconstruction meetings. 9. Award of Construction Contracts (a) Developer will award all contracts for the construction of the Improvements and cause the Improvements to be constructed in accordance with the CFA Ordinance. (b) Developer will employ construction contractors who meet the requirements of the City to construct the Improvements including,but not limited,to being prequalified,insured,licensed and bonded to construct the Improvements in the City. City of Fort Worth,Texas Page 4 of 15 Standard Community Facilities Agreement Rev.10/5/19[NPC] (c) Developer will require Developer's contractors to provide the City with payment and performance bonds naming the City and the Developer as dual obligees, in the amount of one hundred percent (100%) of the cost of the Improvements as required by the CFA Ordinance. The payment and performance bonds shall guarantee construction of the Improvements and payment of all subcontractors and material suppliers. Developer agrees to require Developer's contractors to provide the City with a maintenance bond naming the City as an oblige, in the amount of one hundred percent (100%) of the cost of the Improvements, that guarantees correction of defects in materials and workmanship for the Improvements by the contractor and surety for a period of two (2) years after completion and final acceptance of the Improvements by the City. All bonds must be provided to the City before construction begins and must meet the requirements of the City's Standard Conditions,Chapter 2253 of the Texas Government Code,and the Texas Insurance Code. (d) Developer will require Developer's contractors to provide the City with 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 must be named as an additional insured on all insurance policies. The Developer must provide the City with a Certificate of Insurance (ACORD or form approved by the State of Texas), supplied by each contractor's insurance provider,which shall be made a part of the Project Manual. (e) Developer will require the Developer's contractors to give forty-eight (48)hours' advance notice of their intent to commence construction of the Improvements to the City's Construction Services Division so that City inspection personnel will be available. Developer will require Developer's contractors to allow construction of the Improvements to be subject to inspection at any and all times by the City's inspectors. Developer will require Developer's contractors to not install or relocate any sanitary sewer, storm drain, or water pipe unless a City inspector is present and gives consent to proceed,and to allow such laboratory tests as may be required by the City. (f) Developer will not allow Developer's contractors to begin construction of the Improvements until a notice to proceed to construction is issued by the City. (g) Developer will not allow Developer's contractors to connect buildings to service lines of sewer and water mains constructed pursuant to this Agreement, if any, until said sewer, water mains and service lines have been completed to the satisfaction of the City. 10. Utilities Developer shall cause the installation or adjustment of utilities required to: (1) serve the Project; and (2) to construct the Improvements required herein. 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 Improvements to be constructed pursuant to this Agreement. 11. Easements and Rights-of-Way Developer agrees to provide,at its expense,all necessary rights-of-way and easements required for the construction and dedication to the City of the Improvements provided for by this Agreement. City of Fort Worth,Texas Page 5 of 15 Standard Community Facilities Agreement Rev.10/5/19[NPC] 12. Liability and Indemnification (a) DEVELOPER HEREBY RELEASES AND AGREES TO INDEMNIFY, DEFEND AND HOLD THE CITY HARMLESS FOR ANY INADEQUACIES IN THE PRELIMINARY PLANS, SPECIFICATIONS, ENGINEERING PLANS, AND COST ESTIMATES SUPPLIED BY THE DEVELOPER FOR THIS AGREEMENT. (b) THE DEVELOPER 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 ONACCOUNT OFANYINJURIES OR DAMAGES SUSTAINED BYANYPERSONS,INCLUDINGDEATH, 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 ONACCOUNT OFANYACT,INTENTIONAL OR OTHERWISE, NEGLECT OR MISCONDUCT OF SAID DEVELOPER, ITS CONTRACTORS, SUB-CONTRACTORS, OFFICERS, AGENTS OR EMPLOYEES, WHETHER OR NOT SUCHINJURIES,DEATH OR DAMAGESARE CAUSED,IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS OFFICERS,SERVANTS, OR EMPLOYEES. (c) DEVELOPER WILL 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 INANY WAY CONNECTED WITH, THE CONSTRUCTION OF THE IMPROVEMENTS 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, DEFEND, AND HOLD HARMLESS THE CITY FOR ANY LOSSES, DAMAGES, COSTS OR ERPENSES SUFFERED BY THE CITY OR CAUSED AS A RESULT OF SAID CONTRACTORS' FAILURE TO COMPLETE THE WORK AND CONSTRUCT THE IMPROVEMENTS IN A GOOD AND WORKMANLIKE MANNER, FREE FROM DEFECTS,IN CONFORMANCE WITH THE CFA ORDINANCE, AND INACCORDANCE WITH ALL PLANS AND SPECIFICATIONS. 13. Right to Enforce Contracts 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 Developer with its contractors,along with an assignment of all warranties given by the contractors,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. City of Fort Worth,Texas Page 6 of 15 Standard Community Facilities Agreement Rev.10/5/19[NPC] 14. Estimated Fees Paid by Developer; Reconciliation Prior to execution of this Agreement, Developer has paid to the City the estimated cost of administrative material testing service fees, construction inspection service fees,and water testing lab fees in the amounts set forth in the Cost Summary section of this Agreement. Upon completion of the construction of the Improvements, the City will reconcile the actual cost of administrative material testing service fees, construction inspection service fees, and water testing lab fees with the estimated fees paid by Developer. If the actual costs of the fees are more than the estimated payments made by the Developer, the Developer must pay the difference to the City before the Improvements will be accepted by the City. If the actual costs of the fees are less than the estimated payments made by the Developer,the City will refund the difference to the Developer. If the difference between the actual costs and the estimated payments made by the Developer is less than fifty dollars($50.00),the City will not issue a refund and the Developer will not be responsible for paying the difference. The financial guarantee will not be released by the City or returned to the Developer until reconciliation has been completed by the City and any fees owed to the City have been paid by the Developer. 15. Material Testing The City maintains a list of pre-approved material testing laboratories. The Developer must contract with material testing laboratories on the City's list. Material testing laboratories will provide copies of all test results directly to the City and the Developer. If the Improvements being constructed fail a test, the Developer must correct or replace the Improvements until the Improvements pass all retests. The Developer must pay the material testing laboratories directly for all material testing and retesting. The City will obtainproof from the material testing laboratories that the material testing laboratories have been paid in full by the Developer before the City will accept the Improvements. 16. Notices All notices required or permitted under this Agreement may be given to a party by hand- delivery or by mail, addressed to such party at the address stated below. Any notice so given shall be deemed to have been received when deposited in the United States mail so addressed with postage prepaid: CITY: DEVELOPER: Development Coordination Office ALM Fort Worth, LLC City of Fort Worth 9830 Colonnade Blvd, Suite 600 200 Texas Street San Antonio TX 78230 Fort Worth, Texas 76102 With copies to: City Attorney's Office City of Fort Worth 200 Texas Street Fort Worth, Texas 76102 City of Fort Worth,Texas Page 7 of 15 Standard Community Facilities Agreement Rev.10/5/19[NPC] and City Manager's Office City of Fort Worth 200 Texas Street Fort Worth, Texas 76102 Or to such other address one party may hereafter designate by notice in writing addressed and mailed or delivered to the other party hereto. 17. Right to Audit Developer agrees that, until the expiration of three (3) years after acceptance by the City of the Improvements constructed pursuant to this Agreement, that the City shall have access to and the right to examine any directly pertinent books, documents, papers and records of the Developer involving transactions relating to this Agreement. Developer agrees that the City shall have access during normal working hours to all necessary Developer facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. The City shall give Developer reasonable advance notice of intended audits. Developer further agrees to include in all contracts with Developer's contractors for the Improvements a provision to the effect that the contractor agrees that the City shall,until the expiration of three(3)years after final payment under the contract,have access to and the right to examine any directly pertinent books, documents,papers and records of such contractor, involving transactions to the contract, and further,that City shall have access during normal working hours to all of the contractor's facilities,and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Developer's contractors reasonable advance notice of intended audits. 18. Independent Contractor It is expressly understood and agreed that Developer and its employees, representative, agents, servants,officers,contractors,subcontractors,and volunteers shall operate as independent contractors as to all rights and privileges and work performed under this Agreement, and not as agents, representatives or employees of the City. Subject to and in accordance with the conditions and provisions of this Agreement, Developer shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. Developer acknowledges that the doctrine of respondeat superior shall not apply as between the City and its officers, representatives, agents, servants and employees, and Developer and its employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. Developer further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Developer. It is further understood that the City shall in no way be considered a co-employer or a joint employer of Developer or any employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers of Developer. Neither Developer, nor any officers, agents, servants, employees or subcontractors of Developer shall be entitled to any employment benefits from the City. Developer shall be responsible and liable for any and City of Fort Worth,Texas Page 8 of 15 Standard Community Facilities Agreement Rev.10/5/19[NPC] all payment and reporting of taxes on behalf of itself, and any of employees, representatives, agents, servants, officers, contractors, subcontractors,and volunteers. The City, through its authorized representatives and employees, shall have the sole and exclusive right to exercise jurisdiction and control over City employees. 19. Applicable Law; Venue This Agreement shall be construed under and in accordance with Texas law. Venue shall be in the state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas,Fort Worth Division. 20. Non-Waiver The failure of the City to insist upon the performance of any term or provision of this Agreement or to exercise any right herein conferred shall not be construed as a waiver or relinquishment to any extent of City's right to assert or rely on any such term or right on any future occasion. 21. Governmental Powers and Immunities. It is understood that by execution of this Agreement, the City does not waive or surrender any of its governmental powers or immunities. 22. Headings The paragraph headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement. 23. Severability In the event that any clause or provision of this Agreement shall be held to be invalid by any court of competent jurisdiction, the invalidity of such clause or provision shall not affect any of the remaining provisions hereof. 24. Review of Counsel City and Developer, and if they so choose,their attorneys,have had the opportunity to review and comment on this document;therefore any rule of contract construction or interpretation that would normally call for the document to be interpreted as against the drafting party shall not apply in interpretation of this Agreement, and each section, portion, and provision of this Agreement shall be construed solely on the basis of the language contained therein, regardless of who authored such language. City of Fort Worth,Texas Page 9 of 15 Standard Community Facilities Agreement Rev.10/5/19[NPC] 25. Prohibition on Boycotting Israel Developer acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company with 10 or more full-time employees that has a value of$100,000 or more that is to be paid wholly or partly from public funds of the City for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and(2)will not boycott Israel during the term of the contract. The term"boycott Israel"has the meaning ascribed to it by Section 808.001 of the Texas Government Code. The term"company"has the meaning ascribed to it by Section 2270.001 of the Texas Government Code. To the extent that Chapter 2270 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not boycott Israel; and(2)will not boycott Israel during the term of this Agreement. 26. Immigration and Nationality Act Developer shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Developer shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Developer shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Developer employee who is not legally eligible to perform such services.DEVELOPER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY DEVELOPER, DEVELOPER'S EMPLOYEES,SUBCONTRACTORS,AGENTS,OR LICENSEES. City,upon written notice to Developer, shall have the right to immediately terminate this Agreement for violations of this provision by Developer. 27. Amendment No amendment,modification, or alteration of the terms of this Agreement shall be binding unless the same is in writing, dated subsequent to the date hereof, and duly executed by the City and Developer. 28. Assignment and Successors Developer shall not assign or subcontract all or any part of its rights,privileges,or duties under this Agreement without the prior written consent of City. Any attempted assignment or subcontract without the City's prior written approval shall be void and constitute a breach of this Agreement. 29. No Third-Party Beneficiaries The provisions and conditions of this Agreement are solely for the benefit of the City and Developer, and any lawful assign or successor of Developer, and are not intended to create any rights, contractual or otherwise,to any other person or entity. City of Fort Worth,Texas Page 10 of 15 Standard Community Facilities Agreement Rev.10/5/19[NPC] 30. Compliance with Laws,Ordinances,Rules and Regulations Developer, its officers, agents, servants, employees, and contractors, shall abide by and comply with all laws, federal, state and local, including all ordinances, rules and regulations of City. It is agreed and understood that, if City calls to the attention of Developer any such violation on the part of Developer or any of its officers, agents, servants, employees, or subcontractors, then Developer shall immediately desist from and correct such violation. 31. Signature Authority The person signing this Agreement on behalf of Developer warrants that he or she has the legal authority to execute this Agreement on behalf of the Developer, and that such binding authority has been granted by proper order,resolution,ordinance or other authorization of the entity. The City is fully entitled to rely on this warranty and representation in entering into this Agreement. 32. Counterparts This Agreement may be executed in multiple counterparts, each of which will be deemed an original,but which together will constitute one instrument. 33. Entire Agreement This written instrument, together with any attachments, exhibits, and appendices, constitutes the entire understanding between the City and Developer concerning the work to be performed hereunder,and any prior or contemporaneous, oral or written agreement that purports to vary from the terms hereof shall be void. [REMAINDER OF PAGE INTENTIONALLY BLANK] City of Fort Worth,Texas Page 11 of 15 Standard Community Facilities Agreement Rev.10/5/19[NPC] 34. Cost Summary Sheet Project Name: Marco Addition Water&Sewer CFA No.: CFA19-0160 City Project No.: 102417 Items Developer's Cost A. Water and Sewer Construction 1. Water Construction $ 386,629.00 2.Sewer Construction $ 86,334.00 Water and Sewer Construction Total $ 472,963.00 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): $ 472,963.00 Estimated Construction Fees: C. Construction Inspection Service Fee $9,800.00 D. Administrative Material Testing Service Fee $735.00 E. Water Testing Lab Fee $900.00 Total Estimated Construction Fees: $ 11,435.00 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 472,963.00 x Completion Agreement=100%/Holds Plat $ 472,963.00 Cash Escrow Water/Sanitary Sewer-125% $ 591,203.75 Cash Escrow Paving/Storm Drain=125% $ - Letter of Credit=125% $ 591,203.75 City of Fort Worth,Texas Page 12 of 15 Standard Community Facilities Agreement Rev.10/5/19[NPC) IN WITNESS WHEREOF,the City and Developer have each executed this Agreement by their duly authorized signatories to be effective on the date executed by the City's Assistant City Manager. CITY OF FORT WORTH DEVELOPER ALM FORT WORTH,LLC, �aiuL �u�Ali a Texas limited liability company Dana Burghdoff(Jan 7,202 Dana Burghdoff By: LM Logistics REIT, Interim Assistant City Manager a Texas real estate investment trust, Date: Jan 7,2020 its sole member Recommended by. odggaAt L ge W.Allen(Jan 6,2020) Evelyn Robe (Jan 66.,,2`0.~2'.'0))� Name:Lange Allen Evelyn Roberts/Jennifer Ezernack Title: Managing Director Project Assistant Jan 6,2020 Planning and Development Date: Approved as to Form &Legality: Richard A. McCracKen Richard A.McCracken(Jan 7,2020) Richard A. McCracken Sr. Assistant City Attorney M&C No. N/A Date: P' r T Form 1295: N/A A :v a` Contract Compliance Manager: U ATTEST: Z,: By signing, I acknowledge that I am the person * 'ti responsible for the monitoring and did" 9. � E administration of this contract,including Mary J.��yser(Jan _ ensuring all performance and reporting Mary J. Kayser/Ronald Gonzale 7 requirements. City Secretary/Assistant City Secretary Jeer rnackon behalf of Janie Morales(Jan 7,2020) Name: Janie Scarlett Morales Title: Development Manager OFFICIAL RECORD CITY SECRETARY FT WORTH, T City of Fort Worth,Texas age33 of 15 Standard Community Facilities Agreement Rev.10/5/19[NPCI The following attachments are incorporated into this Agreement. To the extent a conflict exists between the main body of this Agreement and the following attachments, the language in the main body of this Agreement shall be controlling. Included Attachment ❑ Attachment 1 -Changes to Standard Community Facilities Agreement ❑ Attachment 2—Phased CFA Provisions ❑ Attachment 3 —Concurrent CFA Provisions ® Location Map ® Exhibit A: Water Improvements ® Exhibit A-1: Sewer Improvements ❑ Exhibit B: Paving Improvements ❑ Exhibit B-1: Storm Drain Improvements ❑ Exhibit C: Street Lights and Signs Improvements ® Cost Estimates (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Page 14 of 15 Standard Community Facilities Agreement Rev.10/5/19[NPC] ATTACIEMENT"I" Changes to Standard Community Facilities Agreement City Project No. 102417 None City of Fort Worth,Texas Page 15 of 15 Standard Community Facilities Agreement Rev.10/5/19[NPC] 004243 DAP-BID PROPOSAL Pagc I of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Intbrmation Biddees Proposal BidlisthemNo Description Specification Unit of Bid Section No. Measure Quantity Unit Price Bid Value UNIT F WATER IMPROVEMENTS i 0241.11 i 8 4"-12"Pressure Plug 0241 14 EA 5 $62.00 $310.00 _ _2�T31-3�7.0104 Medium Stone Riprap,dry 31 37 00 Sy 112 $110.00 $i2,320.00 3 0 Trench Safety T 330510 LF 418$ $1.00 $4,188.00 Y� 4 3305. 1103 20'Casing By Other Than Open Cut _ 33 05 22 LF 910 $319.00 �$$4,188.00 _ 5 3311.0001 Ductile iron Water Fittings rvJ Restraint 3311 11 TON 4.6 $$,896.00 $31,721.60 6 3311.0061 4'PVC Water Pipe - _ 331112 LF 53 $34.00 $1,802.00 7 3311.0261 6"PVC Water Pipe 3311 12 LF 178 _8 3311.0361 10"PVC_Water pipe $40.00 $7,120.00 331112 LF 53 $42.00 $2,226.00 9 3311.0451 12"QIP Water 3311 10 LF 110 $68A0 $_T,480.00 10 3311.0481 12"PVC Water pipe 3311 12 LF 4068 $38.00 $i54,508A0 11 3311.0467 12"PVC Water Pipe,CLSM Backfill _ 3311 12 LF 8D $54.00 $4,320A0 12 3312A009_Fire Hydrant _ 331240 EA 7 �$4,555.29 Z31,887.00 13 3312A706 Connection to Existing 1fi"Water Main _ 3312 25 EA 1 $1305.00 _ $1,305.00 14 3312,0117 Connection to Existing 4"-12"Water Main 331225 _ EA 3 $3 206.00 $9,$18.00 15 3312.2203 2"Water Service '- 331210 EA 5 $1,801.00 $_9,005.00 18 3312.2204 2'Private Water Service 331210 LF 130 _$45.00 �$5,850.00 17 3312.2802 4"-Water and Vault 331211 EA 1 $13,514.00 $�3,514.00 8" 18 3312.3002 6"Gate Valve 33 12 20 EA T 1 $1,f39.00 $1,131.00 19 3312.3003 Gate Valve 331220 EA 4 _ $1,512.00 $$,048.00 20 3312.3004 IV Gate Valve 331 220 EA 1 _$2,108.00 g2,108.00 _21 3312.3005 12"Gate Valve 33 12 20 Fro �9 $2.454.00 A0,086.00 22 3312.4114 16-x 12"Tapping Sleeve S Vahre 331225 EA `1 _$16,832.00 $16,832.00 23 3471.0001 Traffic Control _34.71 13 LS 1 $2,750.00 -$2,750-00 24 9999.0009 12"xt3"Cut-in Tee 3312 25 EA _ 1 ., 750 00 $3,609.40 TQTAL UNIT I:WATER IMPROVEMENT'S $388,629.00 CfrY OF KKT WORTH 3TANEIARD CONSTRUCrIGN SPECIFICATION DOCUMENTS-DEVELOPCR AWARDED PROIECrS F01m Veniun May22,2019 00 42 43 Bid Finapo3W.DAP(2) 00 42 43 DAP-BID PROPOSAL Page 2 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Prnjecl ltem lnformauoo 8imees Proposal IIid1Nia. Dewdption Specification Unit of Bid Section No. Measurr Bid Unit Price Value Quaatity UNiT II:SANITARY SEWER IMPROVEMENTS 1 0241.2013 Remove 8"Sewer Line 02 41 14 LF 36 $r42.00 $1,512.00 _2 0241.2102 6"Sewer Abandonment Plug 02 47 14 EA 2 $1,086.25 $_2,172.50 3 _0241.2103 8"Sewer Abandonment Plug- - -'� 02 41 14 �EA 1 �$1,65,5.00 $1,655.00 4 0241.2201_Remove 4'Sewer Manhole— ^' 0241 14 EA �_i�_ $1,140.00��$1.140.00 5 3301.0002 Post CCTV inspection - 33 01 31 LF gg8 - $1 00 $698.00 6 3301.0101 Manhole Vacuum Testing 33 07 30 EA 7 w $125.0Q $875.00 7 3305.0109 Trench Safety 33 05 10� LF 698 - $1.00 $fi98.00 _ 8 3305.0113 Trench Water Stops _ - 33 0515� EA_ 2 _- $1,503.00 $3,006.00 3311 10 - - - - _ 9 3331.4108 B"Sewer Pipe 33 31 12� LF 100 $32.00 $3,200.00 331110 ~ 10 3331.4115 6"Sewer Pipe 33 31 12 _ LF 718 $38.00 $27,284.00 333120 33 11 10 11 3331.4116 8"Sewer Pipe,CSS Backfdl 3331 12� LF 20 $243.00 $4,860.00 33 31 20 12 3339.0001 Epoxy Manhole Liner 33 39 60 VF 30.9 $250.00 $7,725.00 13 3339.1001 4'Manhole 333910 - 33 39 20 EA 6 $2,512.00 $15,072.00 14 3339.1003 4'Extra Depth Manhole 33 39 10 VF 25. 33 39 20 5 $225.00 $5,737.50 15 9999.0002 Connect to Existing Manhole _33 3910 EA 1 -- 33 39 20 $5,424.00 $5,424.00 33 11 10 -" 16 9999.0003 Connect to Existing Sewer 3331 12 EA 1 $5,275.00_ $5,275.00 33 31 20 TOTAL UNIT II:SANITARY$EWE IMPROVEMENTS $86,334.00 CTf Y OF FORT WORTH STANDARD CONSTRUCTION SPECD[CA_noN DOC[JMENTS-DEVE[.OPER AWARDED PROIEM Form Version May 22,20l9 004243_SidPropoaa DAp(2) 004243 AAP-BID PROPOSAL PW 3 of7 SECTION OU 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Projact Item Information Bidder s Proposal Bidlist Item Specification No. Dcseription Unit Price Bid Value UNIT�111:DRAINAGE TOTAL UNIT IlI: QRAINAGE IMPROVEMENTS CITY OF FORT WORTH FSTANI)O"CONSTRUCTION SPECMWATION DOCUJMF.NTS-DEVELOPER AWARDED PROJMS Form VeWou May 22.2019 DO 42 43_Bid Fmposa]_DAP(2) 004243 DAP-BID PROPOSAL Page 4 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information 13iddcr%Propow Bidiist Item 5 �Ficatinn No. Desaiption [ Uait of Bid iloit Price Bid Value Sesiian No. !1leasure Quantity UNIT IV: PAVING IMPRUVEIVIENTS TOTAL UNIT IV:PAVING IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUC IM SPECY[CATM DOCUMEMS-DEVELOPER AWARDEDFRLIIEM FOM Vmsiom May 22.2014 DO4243-Bid Proposal_AAP(2) 00 42 43 DAP-SID PROPOSAL, Page 5 of 7 SECTION Op 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item 5 Ification Na. Description P� Unit of Bid Unit Price Bid Value Section 1� Q UNIT V.STREET LIGHTING IMPROVEMENTS EHT:S uantity TOTAL UNIT V.STR EP LI IITING 11dPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFtCA710N DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version May 22,2014 00 42 43_Bid Pmposal_DAP(2) 004243 DAP-616 PROKISAL Page 6 of 7 SECTIQN flo 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Infbrmation Bidders Proposal Bidlist Item No. Desmiptiou Specification Uoit of Bid Section No. EM easure Quaulity Unit Price Bid Value UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS TOTAL UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUC MN SPECIFICATION DOCUMENTS-DEVELOPER AWARDED pRO7EM Form Vasion IRey22,2014 004243_BidrmpasW DAP42) 004243 DAP BID PROPOSAL Page 7 of 7 SECTION UU 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item]nfarmatian Bidder's Proposal Hidl�tn[tem D�riptian SpcciGcation Uni[❑F' Bid Scclion No. Measure Quanti[y unit Puce Bid Value Bid Summary UNIT I:WATER 1MPF2OVEMENTS $388,629A0 UNIT II;SANITARY SEWER IMPROVEMENTS .$86 334 W T 111.O V—lf arF VEA4ENT- Total Construction Bid $4T2,963.00 This Bid is submitted by the entity named below; BIDDER: BY: David Petty �t runs runstruciton Co.,Inc. 64I.W.Wall Street a — — TITLE: Sr.Projtct yIanager Grapevine,TX 74451 DATE: t 21 ill/2(}19 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 49 working days after the date when the CONTRACT commences to run as provided in the General Conditions, CITY OF FORT WORTH ST"DARD CONSTRUCTION SPECIFICATIOV DOCLrMEhTS-DEV ELOPER AWAR.DrD PROJECTS FOrm vtrria0 May 22,2014 00 42 43 Bid Pmpvsa1_DAP(2) . . . . . . . .. . . . . . . .. . . . . . . .. . . . . .. .. ... ... .. . .. . .. .. . .. . .. .. . .. ... .. ... ... .. ... ... .. ... ... .. ... ... .. ... . . . . . . . . . . . . . . . . . . . . . . . . . . STp PHY r WS T P F D 0 WEATHERF01 ' a OLD EA H RFO C 4 U a LLI 7 7 IN C IN 820 nas� PROJECT LOCATION 77 Mapsco No. 72Q, 72R - - - -- - - -- - - -- - - -- - - -- - - -- -- -- -- -- -- -- - - -- -- -- -- -- -- -- - - -- - - -- - - -- - - -- - - Seefried Properties Teague Nall & Perkins 3030 Lyndon B.Johnson Fwy#1650 Water & Sanitary Sewer Dallas,TX 75234 5237 N.Riverside Drive,Suite 100 Improvements to Serve Fort Worth,Texas 76137 817.336.5773 ph 817.336.2813 fx Marco Addition N TBPE Registration No.F-230 www.tnpinc.com 0 5000 (SHEET i DF 3) DATE: December 10, 2019 vwc vwn wq . . ..... ........ ........ ........ ........ ........ ........ ........ ........ ........ .. ... ... .. ... ... .. ... . . . . . . . . . . . . . . . . . . . . . . . . . . J CAMP DO= 8 - - - 7—T Ati I SERMESfR d" WCE(DQN W — FN $"SERYI {FIRE WCE(IRR 4"SERWCE rOL1N J �- 8"ZR 1 2"a-RWCE(M) i 2"SD?WCf (d7R) I ` 1 - � 1 LEGEND: PROPOSED WATER LINES EXHIBIT A EXISTING WATER LINES t PROPOSED FIRE HYDRANT WATER PROPOSED GATE VALVE - -- -- -- -- -- -- -- -- -- - - -- - - -- - -- -- -- -- -- -- - -- - - -- - -- -- -- -- -- - - - - - - -- - - - - - - -- - - - - - - -- - - - - - - -- - - - - Seefried Properties Teague Nall & Perkins 3030 Lyndon B.Johnson Fwy#1650 Water & Sanitary Sewer Dallas,TX 75234 5237 N.Riverside Drive,Suite 100 Improvements to Serve Fort Worth,Texas 76137 817.336.5773 ph 817.336.2813 fx Marco Addition N TBPE Registration No.F-230 www.tnpinc.com 0 500 (SHEET 2 Or 3) DATE, December 10, 2019 ems: iawc w w��ao-*�eH-x7o-avca�-x7dm.d.s-�w-e�x-ru w�on.an- rwnsa-am.an ....... ........ ........ ........ ........ ........ ..... .. . .. . . . . . . .. . . . . . . .. . . . . . . .. . .. . .. .. ... ... .. ... ... .. ... ... .. ... ... .. ... .. CAMP BOWIE xssr EX ,,, -= — N6.2 ,, ` b"SER19Cf � EX. 1VA7E SEX MH NO, UH NO, MH NO. SERwcE EX. M Ex. � L NQ b LEGEND: PROPOSED SEWER LINES EXHIBIT Al EXISTING SEWER LINES / PROPOSED SEWER MANHOLE SEWER 0 EXISTING SEWER MANHOLE ...... . . . . . . . .. .. ... ... .. ... ... .. ... ... .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . Seefried Properties Teague Nall & Perkins 3030 Lyndon B.Johnson Fwy#1650 Water & Sanitary Sewer Dallas,TX 75234 5237 N.Riverside drive,Suite 10D Improvements to Serve Fort Worth,Texas 76137 Marco Addition 817.336.5773 ph 817,336.2813 fx N TBPE Registrafion No. F-230 www.fnpinc.com 500 (SHEET 3 DF 3) DATE, December 10, 2019 �vwe vwn aNc�o-*csa.o-x7p-avcav-x7o-av[-.,n�apucav-.:a•.a..:r,,:,:a��ewc"s