HomeMy WebLinkAboutContract 47070 (2)�J ten' ��--J�''�'�� ��s
C� �9 J-
CONTRACT _,
COMMUNITY FACILITIES TppPARTY AGREEMENT
Legal Description or Address: North- Beach Block l Lot 1
Project Name: Alliance Center North Phase 2B.
tricgo
WHEREAS, this Agreement is by and between the City of Fort Worth, a Texas municipal
corporation ("City"), Hillwood Alliance Services LLC , authorized to do business in Texas
("Developer"), and Conatser Construction TX, L.P., authorized to do business in Texas,
("Contractor"). The parties named herein may collectively be referred to as a "Party" or the
"Parties"; and
WHEREAS, the Developer is the owner and/or developer of that certain property located
within the City of Fort Worth's city limits at North Beach Block 1 Lot 1 (provide general
description, street address, legal description) as shown on Attachment "A" incorporated herein;
and
WHEREAS, Developer desires to make improvements to the property consisting
generally of Water, Paving-, Drain, Street Lights (general description) as shown on Attachment
"B" ("Site Plan"), incorporated herein; and
WHEREAS, pursuant to City of Fort Worth planning policies, Developer is to install
certain community facilities consisting of Water, Paving, Drain. . Street .Lights (general
)
on
descri tiand valued at no more than $200,000.00 (including construction costs)
description)
("Improvements"), as shown on Attachment "C" ("Engineers Estimate of Costs"), incorporated
herein; and
WHEREAS, Developer has engaged Contractor under a private contract ("Developer
Contract") to perform the work described herein and as depicted on the attachments hereto; and
WHEREAS, Developer is not seeking City's financial participation, nor is City
requesting Developer to oversize the Improvements and City is not providing any funding
toward the Improvements.
NOW, THEREFORE, City, Developer and Contractor hereby agree as follows:
AGREEMENT
Ie
Contractor hereby agrees to furnish all labor, materials, tools and the necessary
equipment for the construction and installation of the Improvements as indicated in Attachment
C.
City of Fort Worth, Texas
Community Facilities Tri-Party Agreement
CFA Official Release Date: 05.01.2015
Page 2 of 9
II.
The construction and installation of the Improvements shall be performed according to
the City's current Standaid Specifications for Public Improvements including the Standard City
Conditions of the Construction Contract for Developer Awarded Projects, as each may be
amended from time to time, and any applicable Special Provisions as may be required for the
Project. Where any discrepancies occur between the Special Provisions and the Standard
Specifications, the Special Provisions shall govern. Such construction and installation and the
location thereof shall be approved by the City's Director of the Transportation and Public Works
Department, or his or her designee, prior to beginning work.
A. It is agreed by and between the parties that the City has an interest in the proper
performance of the installation of the Improvements. Developer and Contractor hereby grant to
the City a non-exclusive right to enforce the Developer Contract for the installation of the
Improvements, along with an assignment of all warranties given by 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.
B. The Policy for the Installation of Community Facilities dated March 2001,
approved by the City Council of the City of Fort Worth and as subsequently amended (the
"Policy"), is hereby incorporated by reference as part of this Agreement for all purposes. Unless
otherwise specifically stated herein, Developer agrees to comply with all provisions of the Policy
applicable to a "Developer in the performance of its duties and obligations hereunder and
Contractor agrees to comply with all provisions of the Policy applicable to a Developer's
contractor as described by the Policy.
C. Developer shall not be required to provide a developer's financial security.
D. Contractor agrees to cause the construction of the Improvements 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 Improvements and the exhibits attached hereto.
E Developer shall pay to the City, in cash, fees for the construction inspection (4%)
and material testing (2%) based on the construction cost of the Improvements.
F. Prior to acceptance of the Improvements by the City, Developer and Contractor
must provide in writing a statement that Contractor has been paid in full by Developer for all
services related to the Improvements. Additionally, Contractor will submit an Affidavit of Bills
Paid and Consent of Surety signed by the general contractor's surety (if any) to ensure that all
subcontractors and suppliers for the Improvements have been paid in full.
City of Fort Worth, Texas
Community Facilities Tri-Party Agreement
CFA Official Release Date: 05.01 2015
Page 3 of 9
G. Developer shall award and oversee all contracts for the construction of the
Improvements
H. Except as otherwise stated in this Agreement, Section II, Paragraph 8,
Administration of the Construction Contract, Subsections B., C. 1, C. 3, C. 4, C. 6, F. and G. of
the Policy do not apply.
I. Contractor must be prequalified to perform work by the director of the department
having jurisdiction over the infrastructure to be constructed, said contractor to also meet City's
requirements for being insured, licensed and bonded to do work in public streets.
J. Contractor shall give 48 hours' notice to the City's Construction Services
Division of intent to commence construction so that City inspection personnel will be available;
Contractor shall allow the construction to be subject to inspection at any and all times by City
inspection forces, and shall not install or relocate any samtary sewer, storm drain, or water pipe
unless a responsible City inspector is present and gives his consent to proceed, and Contractor
shall make such laboratory tests of materials being used as may be required by the City.
K Developer and Contractor shall have fully executed contract documents submitted
to the City prior to scheduling 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 Contractor.
L. Developer agrees to provide, at its expense, all engineering drawings and
documents necessary to construct the improvements required by this Agreement
M. The City shall not be responsible for any costs for the relocation of any utilities
that are or may be in conflict with any of the community facilities to be installed hereunder.
The following checked items are associated with the project being undertaken; checked
items must be included as Attachments to this Agreement:
Included Attachment
Location Map
® Exhibit A: Water Improvements
Water Estimate
►-1
p: Exhibit A-1: Sewer Improvements
❑c 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
City of Fort Worth, Texas
Community Facilities Tri-Party Agreement
CFA Official Release Date: 05.01.2015
Page 4 of 9
IV.
A. It is agreed by and between the parties that a Maintenance Bond, in the form as
provided by City in the amount of One Hundred Percent (100%) of the Improvements shall be
furnished by Contractor in favor of City for a period of two (2) years from the date of acceptance
of the Improvements.
B. In the event the amount of this contract is in excess of the sum of Twenty -Five
Thousand Dollars ($25 000.00), a Performance Bond, in the form as provided by City, in the
amount of One Hundred Percent (100%) of the Improvements shall be furnished by Contractor in
favor of Developer and City.
C. In the event the amount of this contract is in excess of the sum of Twenty -Five
Thousand Dollars ($25,000.00), a Payment Bond, in the form as provided by City, in the amount
of One Hundred Percent (100%) of the work shall be furnished by Contractor in favor of City
and Developer and is intended for the benefit of all persons, firms and corporations who may
furnish materials for or perform labor under this Agreement and the Developer Contract.
V.
Developer hereby agrees to pay Contractor for the work performed hereunder pursuant to
the Developer Contract.
VI.
A copy of the Standard Specifications for Public Works Construction can be obtained by
the Contractor the City of Fort Worth's Buzzsaw site at httu://bit.ly/XWtOvi
VII.
This contract shall bind the parties, their heirs, successors, assigns and representatives for
the full and faithful performance of the terms hereof, jointly and severally.
VIII.
It is understood and agreed that all installations of Improvements made under the terms of
this Agreement shall, upon acceptance of same by the City, immediately become the property of
the City, as provided for by separate instrument, or this Agreement.
IX.
A. 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
City of Fort Worth, Texas
Community Facilities Tri-Party Agreement
CFA Official Release Date: 05.01.2015
Page 5 of 9
from all suits, actions or claims of any character, whether real or asserted, brought for or
on account of any injuries or damages sustained by any persons (including death) or to
any property, resulting from or in connection with the construction, design, performance
or completion of any work to be performed by said Developer, his contractors,
subcontractors, officers, agents or employees, or in consequence of any failure to properly
safeguard the work, or on account of any act, intentional or otherwise, neglect or
misconduct of said DEVELOPER, his contractors, sub -contractors, officers, agents or
employees, whether or not such injuries, death or damages are caused, in whole or in
part, by the alleged negligence of the City of Fort Worth, its officers, servants, or
employees.
B. Contractor covenants and agrees to, and by these presents does hereby, fully
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, Contractor indemnifies, and holds 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.
X.
Contractor shall, at its own expense, purchase, maintain and keep in force during the term
of this Agreement such insurance as set forth below. Contractor shall not commence work under
this contract until it has obtained all the insurance required under the Agreement and such
insurance has been reviewed by the City; nor shall the Contractor allow any subcontractor to
commence work on his subcontract until all similar insurance of the subcontractor has been
obtained. All insurance policies provided under this contract shall be written on an "occurrence"
basis.
City of Fort Worth, Texas
Community Facilities Tri-Party Agreement
CFA Official Release Date: 05.01.2015
Page 6 of 9
WORKERS' COMPENSATION INSURANCE
Workers' Compensation
Employers Liability
LIABILITY INSURANCE
Statutory Limit
$100,000 Each Accident.
$500,000 Disease Policy Limit
Commercial General Liability $1,000,000 Per Occurrence
$2,000,000 Aggregate
(No standard coverages are to be excluded by endorsement)
AUTOMOBILE LIABILITY INSURANCE
Commercial Auto Liability Policy $500,000 Combined Single Limit
(Including coverage for owned, hired, and non -owned autos)
UMBRELLA LIABILITY $1,000,000 Each Occurrence
(Following Form and Drop Down provisions included)
It is agreed by all parties to this contract that the insurance required under this contract shall:
(A) Be written with the CITY OF FORT WORTH as an additional insured on
General, Automobile and Umbrella Liability Insurance policies.
(B) Provide for thirty (30) days written notice to the CITY OF FORT WORTH,
before any insurance is cancelled, non -renewed or material changed, or any
other cause.
(C) Be written through companies duly authorized to transact that class of
insurance in the State of Texas. Compames shall have a minimum A.M. Best
rating of A VII.
(D) Waive subrogation rights for loss of damage so that insurers have no right of
recovery or subrogation against the CITY OF FORT WORTH, it being the
intention that all required insurance policies shall protect all parties to the
contract and be primary coverage for all losses covered by the policies.
(E) Provide Certificates of Insurance evidencing the required coverage Each
original copy of the Agreement shall have a copy of the valid certificate of
insurance attached.
XI.
If any of the terms, sections, subsections, sentences, clauses, phrases, provisions,
covenants, or conditions of this contract are held by a court of competent jurisdiction to be
invalid, void or unenforceable, the remainder of the terms, sections, subsections, sentences,
City of Fort Worth, Texas
Community Facilities Tri-Party Agreement
CFA Official Release Date: 05.01 2015
Page 7 of 9
clauses, phrases, provisions, covenants, or conditions of this contract shall remain in full force
and effect and shall in no way be affected, impaired, or invalidated.
This Agreement is performable in the State of Texas and shall be governed by Texas
Law. Venue shall be in the county in which the work under this Agreement is performed.
This Agreement is performable in the State of Texas and shall be governed by Texas
Law. Venue shall be in the county in which the work under this Agreement is performed.
This Agreement may be executed in multiple counterparts which, when taken together,
shall be a part of one document.
EXECUTE I1t by the parties in multiples, effective as of the later date subscribed by a
Party hereto, as set forth below:
CITY OF F I T W S T
/17 pp
D D.
/�9r�
1/ • &' crier r1c 1a _ mac' r� crierL1`i`
Jesus J. Chapa
Assistant City Manager
Date: 7>A 9'1/ .)
Recommended by:
Wendy Chi-Babulal, EMBA, P.E.
Development Engineer Manager
Water Department
L
,1\ Douglas ( . Wiersig, P.E.
Director
Transportation & Public Works Department
City of Fort Worth, Texas
Community Facilities Tri-Party Agreement
CFA Official Release Date: 05.01.2015
Page 8 of 9
Approved as to Form & Legality.•
Douglas W. Black
Assistant City Attorney
M&C No. iii/Ae
Date:
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
HIILILWOOB ALLIANCE SERVICES, V ICES, LP.,
a Texas limited partnership
Name: L. Russealghlin
Title: Senior Vice President, Properties Division
Date: tt,5 ta- 31 a°15
CONATSL CONST UCTION Tx, L.P.
A
Name: Brock Huggin
Title: Vice President
Date: r31-- fie
ATTEST:
Mary J.
City Sercre ary
City of Fort Worth, Texas
Community Facilities Tri-Party Agreement
CFA Official Release Date: 05.01.2015
Page 9 of 9
1(114I
hvna
EAGLE
PKWY
kEEMBIA
II milli
SITE
NORTH
NOT TO SCALE
ALLIANCE
CENTER NORTH
PHASE 2B
OWNER / DEVELOPER•
HILLWOOD ALLIANCE
SERVICES, LLC
ENGINEER•
II!�I P E LOTO N
fir' LAND t0 LYT10 Nt
5751 KROGER DRIVE
13600 HER TAGE PARKWAY, SUITE 200 SUITE 185
FORT WORTH, TEXAS 76177 KELLER, TX 76244
PHONE: (817) 224 - 6000 PHONE: 817-562-3350
JF61L 1111.NI xJAULi.I. u1011J111i
DATE: JUNE,J 2015
Ii Lh4nluh1l HRH! 1' dil��ll IiIIL N6iuliluiI!II JiiiY4lYeJwuumOieIIIJiillilieJIW 11111E IIII1111ilIJue ill' ihLIiI1nuld Mini li 1111114111111111 Wi J11 1 1 Moll uil IJ uJI JJilileld rJiWnLll4 II iIIIUN ui�Li 1 lllil
illdili64ldi11 I I
71.
•
•
•
•
•
•
LOT 2CENTER NORTH
ALLIANCE _......
NORTH BEACH STREET
TRACT 2
OWIE PROPERTIES, LP.
EE 'GL DOG RNO.R D 9-1 3323
�rrr�
LEGEND . PAVEMENT
PROPOSED CONCRETE
SIDEWALK BY DEVELOPER
Nta t 8 `,PAVING ..
EX ALLIANCE
NORTH 200' CER NORHASE 2B
jam►` P` �N
GR A HIC SCALE �I IIII
uIJI„DAT . JUKE\ 2°15I,d,
31111110 ^Ii 11111111111 ItlWI,p, Iii II 1131113,i,�ha
11113
OLD LOT LINE
2$'
130` ROW
O`NNER I DEVELOPER
HILLWOOC ALLIANCE
/3600S�� GE SERVICES,
SUITE 200
T WORTH, TEXAS 76177
FORT (617) II 224 6000II 1i ll 111
1 11111 pi„dIJIJleilnll IJitli II 1111111111
113
•
•
•
•
it
•
•
•
•
•
•
•
'% % PELDbt®N
wool
5751 gRt}OIGG BDRIVE
KlE 8175624350
TX 76244
PHONE: alid Alimnu Jdli
„r® I
LEGEND
1
1
LOT 2R, BLOCK 1
ALLIANCE CENTER NORTH
I
NORTH BEACH STREET
•
OLD LOT LINE
24" RCP
i1 —
TRACT 2
EAGLE INCOME PROPERTIES, LP.
DOC. NO.2009-143323
R.P.R.D.C.T.
PROPOSED STORM DRAIN INLET
EXIST STORM DRAIN INLET
EXISTING STORM DRAIN MANHOLE
EXHIBIT B1-STORM DRAINAGE
36" RCP
PROP
STROM DRAIN
EASEMENT
36" RCP
0
NORTH
200'
GRAPHIC SCALE
ALLIANCE
CENTER NORTH
PHASE 2B
DATE: JUNE, 2015
I1111Ju„w11,aII u11�1II!I1u11111a!a:m11d11111,,11 e1
OWNER / DEVELOPER'
HILLWOOD ALLIANCE
SERVICES, L.P.
13600 HERITAGE PARKWAY, SUITE 200
FORT WORTH, TEXAS 76177
PHONE: (817) 224 — 6000
1 u111n111ud11m111��1a111�1 11,a1�u11�e11d 1lu11111111 AEI 1 ,ail I 1 111 ill In o1oim;muoi,li 111,In1111111miiNola
li!II P E LOTO N
1'1 r LAND SOLUTIONS
5751 KROGER DRIVE
SUITE 185
KELLER, TX 76244
PHONE: 817-562-3350
I1111 11111111111 11
1111!11111,111111111 11111111111111111 11
111111111111111111 alludl 111111e11111111 ill111duil 1111111111,11.111111111114111111
•
•
•
•
•
•
•
•
•
•
•
•
•:
•
1
•
•
0
EXHIBIT ALLIANCE
ER NORTH
tQ" 2 01
PHASE 28
LOT 2CENTER NORTH
ALLIANCE
NORTH BEACH STREET
TRACT 2 PROPERTIES, LP.
Ej1GLE INCOME
C O. 2DCT3323
LEGEND LIGHTS
PROPOSED STREET
EXIST STREET LIGHTS
EET LIGHTS
11111111111111
•
•
•
•
OLD LOT LINE I
13640FORT WORTH, TEXAS 6400
GE. P76177
PHONE: {617) wiu,�,ia�u,r,,,„ 000
Imp�OduiWW1dl PJ, 1111llYlO11il 11. tl'111111itllii 11
OWNER.. I DEVELOPER'_
HILLW ES L P
•
•
•
•
•
•
•
•
•
•
•
4
4
•
•
•
•
•
•
•
•
•
•
•
•
PEL0T.0N
a LANo E
ppp ALLIANC 5751 ROIGERTE DRIVE
SERVICES, RS I SU TE 200 PHONE:KELLER, TX 17-562-3 50
o,' 1
PELOTON
11111 LAND SOLUTIONS
5751 %ROCCA CR. SIT (14 %rUSP, rx 76244 . ail S62.33Sa
ITEM NO.
3310.0101
3123.0101
3125.0101
3213.0105
3211.0502
3211.0400
3213.0301
3292.0400
9999.0001
9999.0002
Site Clearing
Unclassified Excavation by Plan
SWPPP > 1 acre
10" Conc Punt
8" Lime Treatment
Hydrated Lime
4" Conc Sidewalk
Seeding. Hvdromulch
Construct Concrete Header
Traffic Control
BID ITEM
3217.0004 14" BRK Pvmrt Marking HAS (Y)
3341.0201
3341.0205
3341.0309
3349.5001
3305.0109
21" RCP, Class III
24" RCP, Class III
36" RCPtCIass III
10' Curb Inlet
Trench Safety
2605.3015 2" CONDT PVC SCH 80 (T)
9999.0003 #2 Copper Tri-Plex
3441.3404 2-2-2-4 Ouadplex Alum Elec Conductor
3441.1502 Ground Box Tvoe Bi w/Apron
3441.3302 Rdwv lllum Foundation TY 3,5.6. and 8
3441.3003 Rdwy Mum Assmblv TY 18,18A,19, and D-40
3441.3201 LED Lighting Fixture
34413312 Contact Enclosure. Pad Mount
3311.0461
3311.0462
3312.0117
3311.0001
9999.0004
3305.0109
12" PVC Water Pipe
12" PVC Water Pipe, CSS Backfdl
Connection to Existing 4"-12" Water Main
Ductile Iron Water Fittings w/ Restraint
Concrete Blocking. Type B
Trench Safety
CFA Quantity Take Off
ALLINACE CENTER NORTH - Phase 2B
Water, Paving, Drainage & Street Lighting Improvements
Project Number. HWA15013
Prepared For. Hillwood Alliance Services, LP.
Date: July 23, 2015
File Name:
UNIT
LS
CY
LS
SY
SY
TN
SF
SY
LF
LS
LF
LF
LF
LF
EA
LF
LF
LF
LF
EA
EA
EA
EA
EA
LF
LF
EA
TN
CY
LF
1 SHEET NO.
6
146
40
1
0.35
0.2
186
CFA PROJECT QUANTITY MATRIX
10 1 15 17 19 21 SL-1
1
275
ITEM TOTAL UNIT PRICE
ITEM TOTAL COST
1 S1400.06 $1.500.00
275 510.00 52.750.00
1 51,350.00 $1.350.00
Total Earthwork Improvements 55,600.00
.567 5671 $6200 $35,154.00
615 615 $3.50 52,152.50
14.21 14.21 $200.00 52,842.00
945 945 $4.00 $3,780.00
134 134 52.00 $268.00
28 28 $40.00 $1.120.00
1 1 $1,000.00 51,000.00
Total Paving Improvements S46,31650
1 1 1881 1 1 1 1881 S3.001 $564.00;
Total Pavement Markings & Sienage Imorovernents $564.0011
1
5
89
155
1
249
5
89
155
1
249
$50.00
$58.00
$95.00
$2.500.00
$4.00
Total Storm Drain Improvements
275 275
20 20
2.55 255
4 4
1 1
1 1
1 1
$15.00
$9.00
$6.00
$650.00
$1,500.00
$3,000.00
$800.00
1 $4,500.00
Total Street Light Improvements
$250.001
S5,162.00
$14,725.00
$2,,500.00
$996.00
S23,633.00
$42125.00
S1130.00
51,530.00
$2,600.00
51,500.00
$3,000.00
$800.00
$4,500.00
S18,235.00
146 $85.00.1 512,410.00.
40 $95.001 $3,800.00
1 5$2,000.00.1 52,000.00
0.35 562500.00 $2275.00
0.2 $300.00 $60.00
186 $4.00 $744.00
Total Water Improvements S21,289.00
Total Improvements
$115,63750