Loading...
HomeMy WebLinkAboutContract 41226GOVERNMENTAL ENTITY COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § COUNTY OF TARRANT § City Secretary Contract No. Lk' I ;at° WHEREAS, the undersigned Governmental Entity, "Developer" desires to make certain improvements (refer to the name of the project at the bottom of the page) an addition to the City of Fort Worth, Texas; and WHEREAS, the said Developer has requested the City of Fort Worth, a home -rule municipal corporation situated in Tarrant, Denton, Parker, and Wise Counties, Texas, hereinafter called "City", to do certain work in connection with said improvements. Developer: Name: James M. Oliver Title: General Manager Company: Tarrant Regional Water District Project Name: Northside Trailhead Project Location: Streets: Northwest of Northside Dr. & South of West Fork Trinity River OFFICIAL RECORi! CITY SECRETARY FT. WORT �X Mapsco: 63J Council District: 8 CFA: 2010-048 DOE: 6529 City Project No.: 01591 NOW, THEREFORE, KNOW ALL BY THESE PRESENTS: 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 and subsequently amended from time to time via a Mayor and Council Communication adopted by the City Council of the City of Fort Worth, is hereby incorporated into this Community Facilities Agreement ( `CFA") 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 infrastructure. Developer further acknowledges that said process requires it to submit an Affidavit of Bills paid signed by its contractor and Consent of Surety signed by its surety to ensure the contractor has paid the sub -contractor and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full 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 are made a part hereof: Water (A) X, Sewer (A-1)X; Paving (B)X; Storm Drain (B-1)X; Street Lights & Signs (C)_ E. The Developer shall award all contracts for the construction of community facilities in accordance with Section II, paragraph 7 of the Policy and the contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section II, of the Policy. F. For all infrastructure 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 insured, licensed and bonded to do work in public streets and/or prequalified 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 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 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. 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 ACORD Certificate of Insurance supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours notice to the City's Construction Services Division of intent to commence construction so that City inspection personnel will be available; and to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces, and not to 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 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 agrees to provide, at its expense, all engineering drawings and documents necessary to construct the improvements required by this Agreement. 3 H. City is requiring the widening and/or straightening of the City road(s) contemplated herein. City shall not be responsible for any costs that may be incurred for the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. I. Developer agrees that the City shall not be responsible for any inadequacies in the preliminary plans, specifications and cost estimates supplied by the Developer for this Agreement and hereby releases the City from same. J. 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. K. 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 in any way connected with, the construction of the infrastructure contemplated herein, whether or not such injuraes, 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 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 and shall cause to be executed and delivered to the City an indemnity agreement from such contractors on a form to be promulgated by the City. L. Upon completion of all work associated with the construction of the infrastructure and 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. M. 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 4 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. Cost Summary Sheet Project Name: Northside Trail Head CFA No.: 2010-048 DOE No.: 6529 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 $ 25,970.00 19,225.00 Water and Sewer Construction Total $ 45,195.00 B. TPW Construction 1. Street 2. Storm Drain 3. Street Lights - Installed by Developer 78,343.00 5,650.00 TPW Construction Cost Sub -Total $ 83, 993.00 Total Construction Cost (excluding the fees): $ 129,188.00 Construction Fees: C. Water/Sewer Inspection Fee (2%) $ 903.90 D. Water/Sewer Material Testing Fee (2%) $ 903.90 Sub -Total for Water Construction Fees $ 1,807.80 E. TPW Inspection Fee (4%) F. TPW Material Testing (2%) G. Street Light Inspsection Cost H. Street Signs Installation Cost Sub -Total for TPW Construction Fees Total Construction Fees: Financial Guarantee Options, choose one $ $ 3,359.72 1,679.86 $ 5,039.58 $ 6,847.38 Amount Choice (ck one) Bond = 100% $ 129,188.00 Completion Agreement = 100% / Holds Plat $ 129,188.00 Cash Escrow Water/Sanitary Sewer= 125% $ 56,493.75 Cash Escrow Paving/Storm Drain r= 125% $ 104,991.25 Letter of Credit = 125% w/2yr expiration period $ 161,485.00 ' 6 The Checked Must be Included as Attachments to this Agreement Included ►1 rs ►/ ►1 rs rs n n 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) 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 Developer has executed this instrument in quadruplicate, at Fort Worth, Texas this V-VAL day of bittsidtte3QAA, 2010. CITY OF FORT WORTH Fernando Costa Assistant City Manager Recommended by: Transportation & Public Works Department William A. Vrkest, P. Director and/or Water Department Wendy Chi- : . ulal, EMBA, P.E. Water Development Engineering Manager Approved as to Form & Legality: r (Ititkeer /l/f Jessi" svang. ,m ; 2 e i n t- . WiS �= 6 Eat TY Assistant -City Attorney ATTEST: Marty Hendrix City Secretary D VE. OPER Ta _ ' : gio Water Dis e: j ILA , D 1 ‘ vex - Title: ,61cinenA v..Actstaff r No macc coon AtaLfq1k ,cy'�'r 000?°oq ��. QO�OyQ u�••.�Y t! 0 EQLI E» iU f� ,; it r t ;. F- • 1,• t - • '.sk _It -:S t\l 1. �-I - 'v Li at_ i - >u t 8 X-21353 FORT WORTH MIKE MONORIEF MAYOR DALE A. FISSELER, P.E. CITY MANAGER WILLIAM A. VERKEST, P.E. DIRECTOR, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT S. FRANK CRUMB. P.E. DIRECTOR, WATER DEPARTMENT CITY OF FORT WORTH, TEXAS PLANS FOR THE CONSTRUCTION OF A 4 �4 ��[�'S 11t err TERRY L.FOYT 57636 / r4aj.F.41 N lL 50.'ib_Nib D.O.E. NO. 6521 CITY PROJECT NO. 0157/ WATER PROJECT NO. P265-608150159183 SEWER PROJECT NO. 11275-7o8t3o159/83 FILE NO w-Z137 RWD OWNED/DEVELOPED BY: WATER, SEWER, PAVING & DRAI\AGE IMPROVEMENTS TO SERVE ORTHSIDE TRAILHEAD TARRANT REGIONAL WATER DISTRICT 800 East North Sao Drive Fort Worth, Texce 76102 (8171 335-2491 Fox (817) 625-9112 CITY OF FORT WORTH 1000 throckmorton St. Fort Werth, TX 76102 LOCATION MAP MAPSCO NO. 63-J COUNCIL DISTRICT - 8 SEPTEMBER, 2010 CI IFNT CDM Comp, Dresser & McKee Inc. 777 Toylor Street, Suite 1050 Fart Worth. Texas 76102 TBPE FIRM REGISTRATION NO. F-3043 ENGINEER: •IIW• -sa�: — --- Arreconao, 2epeCa & Bronx, LLC 2001 Beech Street, Sate 524 Fort Worth, Texan 76103 (8171 536-9400 Pox (817) 536-9401 TOPE FIRM REGISTRATION No. F-10098 SHEET • INDEX OF DRAWINGS CE -01 PL - 02 PL - 03 CE - 04 0 CE - 05 CE - 06 CE - 07 Q CE - 08 CE - 09 CE - 10 CE - 11 CE - 12 8CE-13 CE -14 CE - 15 CE -16 CE - 17 CE - 1B CE-19 CE - 20 CE -21 CE - 22 CE - 23 CE - 24 CE - 25 COVER SHEET PLAT - TRWD PROPERTY PLAT - CITY OF FORT WORTH PROPERTY OVERALL IMPROVEMENTS LAYOUT LEGEND. ABBREVIATIONS & NOTES GENERAL NOTES WATER & SANITARY SEWER PLAN - PRIVATE WATER PLAN - PUBLIC PUMP STATION PLAN EROSION CONTROL PLAN DRNNACE AREA MAP - PRE -DEVELOPMENT CONDITIONS DRAINAGE AREA MAP - POST -DEVELOPMENT CONDITIONS STORM DRAIN PLAN AND PROFLE PARKING LOT PLAN PAVING PLAN AND PROFILE STA. 5.0J TO STA 10•00 PAVING PLAN AND PROFILE STA. 10.00 TO STA 15.00 PAVING PLAN AND PROFILE $TA.15.00 TO STA 16.11.67 PAVING PLAN AND PROFILE STA. 16.11.67 TO STA 18.63 ENTRANCE ROAD TIE-IN DETAIL DETAILS CITY OF F.W. DETAILS CITY OF F.W. DETAILS CITY OF F.W. DETAILS TRAFFIC CONTROL PLAN RETAINING WALL DETAIL .- ) 'arj WILLIAM A. VERKEST�E. DIRECTOR, TRANSPORTATION AND REC D leatije REVIEWED 9/s[ An DATE: PUBLIC WORKS ISSUED FOR CONSTRUCTION 9-/4-Zen, DATE: 9/1 y/zofO DATE: CE-01 E% CONE FLUME u J T PRO MIT HOP( r—ROW LINE kfl F PUBLIC ACCESS/UTILITY EASEMENT PUBLIC ACCESS/UTILITY) EASEMENT EX 27' RCP ENTRANCE RD. PROPOSED B.' WATER LINE a` PUBLIC WATERLINE PRIVATE WATERLINES 0 5 10 20 / Ry PROPERTY LINE PUBLIC ACCESS/UTILITY EASEMENT 1-2' SERVICE W/METER BOX ONLY (METER TO BE INSTALLED W/DEVELOPER 51TEWORW PER SEPERATE PLANSI 1-a" PRIVATE DOUBLE DETECTOR CHECK VALVE BACKFLOW X' PREVENTION ASSEMBLY / \ / V�', / v \,/ \ /\ a / / i LEGEND MIITM S WATER VALVE WATER LWC y ORE HYDRANT Or SS O WANHDLC ® WATER RCMP T SC C SAotµt SEWER m-B= • RA i i 1 d SHEE IDENTIFICATION A i z 0: J J W C_! Zm Z� ao W. Q0 0 IJ 0- In. > I w. `t? Q m O N ) • u JoH M to �� •— 71 j • U I Q M N= X M I' ‘ZOC_ 0 •M W C_ Xi EXISTING GROUND Z W 0. i/ OOO>X Z O CJd Ow T 0 C) Lc-) 6 Q PROP. LC) L PUBLIC 4" FORCE ZD MAN J J 1 W W VIi CO 145 LE 8" PVC DR-25 Igt 3.76X. 8" FL IN •513.05 EX 18" FL OUT-512.22 450 1400 0450 0400 SANITARY SEWER GRAVITY LINE PLAT LINE / / / / / 1.45.00 8" SIN. LINE PUBLIC STD. 4' DIA M.H T. RIM 525.50 x•2328843.24 Y.6970598.97 PRIVATE FORCE MAN WEST OF NORTHSIDE DRIVE R.O.W. / / / / 0.00.00 SAN. LINE PUBLIC STD.4'DIA MH OVER EX.18" DI PIPE T. RIM 525.50 X•1316982.42 Y•8970557.86 / 0 20 40 80 EXISTING PUBLIC SYPHON M.N. INSTALL 181 LP 8" PVC DR-25 (SEE PROFILE THIS SHEET) PROPOSED PUBLIC GRAVITY MAN UNDER NORTHSIOE DINE BRIDGE EXtSTING PUBLIC 18" SANITARY SEWER TARRANT COUNTY WATER CONTROL AND IMPROVEMENTS DISTRICT NO. 1 TRACT 2 VOLUME 2401, PAGE 32 PLAT LINE D.R.T.C.T. TRWD PROPERTY LINE PL NOT FOR CONSTRUCTION 1 m W N a W fn J a en W o5 cc 0 0 0 z— H Q co f cc to m co- b SHEEP DEMIFlCATON Al 41 • J 2; • 1471 tn 4.01 • . 3t4 • 1 • • • r i 546;f 4 • • I • i(' 5 i4 +B • • • • • • / • 1 • • • t 43 113 5Sft2i• . 1 I 5470 TP 546.1I ▪ • 1 • I 5{6�6• 1 TO I645. 1 g• IP 544.76 S14 1 • 9fr -. r-►-ssirT .l- • • 1 1' 1 1 • • 1 1 • 10 • • 15+00.00 MAT 1 •-• • -••-•-•---•- .-r-.-.-, -.•••• 1-1 • I • r 2 TP 543.118 • • I t 1 1 1•1 + 543.9 g Tie' 512.98 • • • • 5J2O9 , • TPAV{ OI • I • • • • 1 510 64 rPi;10 V + 0 a 0 0 7 0 10 O I I t • • • • • • 8 1 1 • • 5)7 37 Tf' 5/9f38 • 1 • • • 536.Ob • 4 tg a 8 • • 1 i+04•A Cft AT r 1 1 1 1 TP 542.18 1 • TP 51e,46 • 1 1 • • I . • 5 `14.7a TP 6i7 Se 1 1 223 TP 5/6}91 536 6f TP 536;96 • 18t27.77 �CR RT TP 5j7.�3 I 1 1II I . 4 1 • I • 18+50.00:PYI RT 1 • • • • : 1 r • • • tit.+32' 9 ;1 )37•QO Li.- • _a 4 1 • • 1 • • I • 1. 50.00' • • • • H 1 • LNE stet i tc c4.5 01 U 1 . • • : 1f11 fib.?2 g• '1 cis( ( v. c • I • • •I r• 077 • =* ;fi' • •1r» 1L y • 1 • I 1 /rr r '-V r 1'�"T' f�' L7 1 1154,13.78 CR .7' `. TP 545.71 1 • • • • • �• 1 1 le+ .00 PVT IT • / • • • I 1 1 1 • 1P: 54S.23 • • I 4 1 • • 9 : • • -r- • • I I • • I I • : • 17+18.43 CR 542a5 rr .-. • 1 • 1 1 • • LT • 1 I ; 1 TPfi8 2 P1 1 • • • • TP 538;40 I • 1 I I .1d+.i.7bill i • • • J • • • • • -r-rr- --r-••-• r •-• • -••- .w .-. •-•-- 1 • -• -r,--• 01 0 2 a t 0 • 1., 10 • 1 1 • • I 101 01 W ,W r in C1 TRW() NORTHSIDE TRAILHEAD SITE IMPROVEMENT PLANS PAVING PLAN AND PROFILE • PUBLIC STA.16+11.67 TO STA. 18463 • CDM AZ&B MCI 1st it ID4 r.•I st ,1.. IMM1 pm1* ainoMO11c1 -a Immo sr so sminamIt Iv tire la red linage 110.14 • • 1 r-1xrD 1 1 1 .O P •J • 4 0 • i44 -4 0• 14 • •0 • • r N • • • • • • ly • 3NI essdi giv in a a p▪ a • 7 to in I re ifs 4.4 et • • • • • • weir -1st> ttigt rt 11-1-10 Baal -dui a union 0 • 1/4 • ka LTIC LIV • • • • • • • • • devv- 4 0 0 555 550 545 540 535 530 525 520 515 510 0.00.00 LAT '2• TIE TO EX 27•' RCP SEE STORM ORM. ENTRANCE DR. CONNECTION' 4K 18" HOPE Ow• 14.7 GIG 10,00 • 8.3 fps Sic 0.0196 FRO, 33 LF 18'HDPE 0 26.82X 550 545 540 530 525 520 515 510 0.33.00 LAT '2 TOP • 536.08 UP • 535.00 FL • 532.00 `. X•2328556.81 Y•6970064.32 EXISTING FLUME 30 IF TO 8E REMOVE (SEE SHT CE-10 INSTALL 33 L.F. 18" HOPE 0 26.82Z •4 EACH POS ALL SIDES (TYP.1 t8"l , �4�.' 4D 1� �� II2"1 BOTN WAYS (TYP PERMISSIB. ' CONSTR. PR����y JOINTS 'LOPE INVE WITH FILL ELEVATION -SECTION A-ACONCRETE 113 112"1 STANDARD INLET MANHOLE FRAME It COVER 1 ran IMO MUM B-4-1 PLAN WYE INLET 0 10 20 40 Q CONCRETE DELL4 EXISTING RCP REMOVAL �µA I ACV SO* T DMARCM *111NG AA SPACING COaOL TO TIC OREL M � Ti GOIML PATTERN PO PATTERN CTAL a A uuown aAN II 112• VARIES t2") CLIL ITYP. ELEVATION -SECTION B-B 6"SOUARE POST EACH CORNER :' o Mum REP 11"I NOTES; 1. CHAMFER ALL EXPOSED EDGES 13/4 I. CUTE OR FIELD-BENTEL SHALL BE AS REQUIRED TO CLEAR PIPE AND MANHOLE OPENING. NOT FOR CONSTRUCTION 1 1 CI E 1 J 1 e SHEET IDENTIFICATION B1 044E - --------------- -- -73 Z r\ -- 24" \THERMOPLASTIC STOR BAR NOTE; INSTALL STOP SIGN AND THERMOPLASTIC STOP BAR PER CITY OF FORT WORTH SPECIFICATIONS. S\DE O STOP SIGN ® 24" THERMOPLASTIC STOP BAR DR NOT FOR - CONSTRUCTION s CO 05 N 8 2q) g 0 0 cc w W� — w c� o ct a zz— w cc CI) - SHE 'DENSIFICATION Cl Item Paving Work Description 1 Earthwork Excavation 2 6-Inch Reinforced Concrete Pavement 3 6-Inch Lime Stabilized Subgrade 4 Lime Stabilization (30 IbsJsy) 5 Pavement Markings, Stripping & Sign 6 Sawcut & Remove Existing Concrete Pav't. 7 Erosion & Sediment Control S ubtotal Drainage 1 Wye Inlet w/ 33' of 21-Inch HDPE 2 Remove 4-Foot Wide Reinf. Concrete Flume S ubtotal Water 1 2 3 5 6 8-Inch PVC C-900, DR 14 Waterline w/ Fittings Connect to Existing Water Main 8-Inch Gate Valve & Box Water Meter Box (Only) Water Main Testing Trench Safety S ubtotal Sanitary Sewer 1 4-Foot Dia. Sanitary Sewer Manhole 2 8-Inch PVC DR 25 w/Fittings (Under Bridge) 3 4-Inch PVC 4 Vacuum Test- 1 Manhole 5 Concrete Collar 6 Trench Safety 7 Post -Construction CCTV S ubtotal Qty. 1,265 1,105 1,215 18 1 150 1 1 13 320 1 1 1 320 1 2 145 10 2 1 1 1 Units Unit Price CY. SY. SY. TN. LS. SY. LS. $18.00 $35.00 $4.50 $135.00 $1,000.00 $20.00 $5,000.00 LS. $5,000.00 SY. $50.00 LF. EA. EA. EA LF. LS. EA. LF. LF. EA. LS. LS. EA. $35.00 $1,000.00 $1,200.00 $250.00 $1.00 $2,000.00 $3,000.00 $45.00 $30.00 $500.00 $400.00 $3,000.00 $2,000.00 Cost $22,770 $38,675 $5,468 $2,430 $1,000 $3,000 $5,000 $78,343 $5,000 $650 $5,650 $11,200 $1,000 $1,200 $250 $320 $2,000 $15,970 $6,000 $6,525 $300 $1,000 $400 $3,000 $2,000 $19,225