HomeMy WebLinkAboutContract 47229 (2)JTetLEC
CONTACT NO.
Developer and Project Information Cover Sheet:
Developer Company Name: Hillwood Alliance Services LLC
Address, State, Zip Code: 13 600 Heritage Pkwy Suite 200
Phone : 817-224-6000 E-Mail: Russell.lauahlin'.hillwood.com
Authorized Signatory/Title L. Russell Laughlin/ Senior Vice President
Project Name and Brief Description: Alliance Town Center Sagestone Village Phase 3
Project Location: Intersection of General Worth Dr. and N. Riverside Dr.
Plat Case No.: FP-15-019 Plat Name: Alliance Town Center
Mapsco:21Y Council District: 4
CFA:2015-062 DOE: 7462
To be completed by staff
Received by: Date:
City Project No 02583
OFFICIAL RECORD
CITY SECRETARY
"rt WORTH, TX
COMMUNITY FACILITIES AGREEMENT
THE STATE OF TEXAS
COUNTY OF TARRANT
§
§
City Secretary
Contract No.
WHEREAS, the undersigned Developer ("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-
Sagestone Village Phase 3 ("Project') within the City 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 Improvements and the
Proj ect.
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 acknowledges that the said
acceptance process requires the Developer's contractor(s) to submit an
2
affidavit of bills paid signed by its contractor and consent of surety signed
by its surety to ensure the contractor has paid any sub -contractors and
suppliers in full. Additionally, the contractor must also provide in writing
that the contractor has been paid in full by Developer for all the services
provided under their 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: UiTater (A) X
Sewer (A-1) X.., Paving (B) Storm Drain `(B-1), -
Street Lights 8& 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.
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 streets and/or to perform
water/waste water construction as the case may be.
ii. To require its contractor to furnish to the City a payment and perfoiniance
bond in the names of the City and the Developer for one hundred percent
(100%) of the contract price of the Improvements, and a maintenance bond
in the name of the City for one hundred percent (100%) of the contract price
of the Improvements valid for a period of two (2) years from the date of
final acceptance insuring the maintenance and repair of the constructed
infrastructure during the term of the maintenance bond All bonds to be
furnished before work is commenced and to meet the requirements of
3
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 at least 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 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, 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 contemplated herein.
I. City shall not be responsible for 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, 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.
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,
5
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.
N. Upon completion of all work associated with the construction of the
Improvements, Developer will assign to the City a non-exclusive right to
enforce the contracts entered into by the Developer with its contractor along
with an assignment of all warranties given by the contractor, whether express or
implied. Further, Developer agrees that all contracts with any contractor shall
include provisions granting to the City the right to enforce such contracts as an
express intended third party beneficiary of such contracts.
O. Inspection and material testing fees are required as follows:
i. Developer shall pay in cash water and wastewater inspection fees and
material testing fees equal to two percent (2%) for a total of 4% of the
developer's share of the total construction cost as stated in the construction
contract.
ii. Developer shall pay in cash paving and storm drain inspection fees equal to
four percent (4%) and material testing fees equal to two percent (2%) for a
total of 6% of the developer's share of the total construction cost as stated in
the construction contract.
iii Developer shall pay in cash the total cost of streetlights or if the city is not
installing the streetlights, inspection fees equal to four percent (4%) of the
developer's share of the streetlight construction cost as stated in the
construction contract.
iv. Developer shall pay in cash the total cost of street signs.
P. COMPLETION WITHIN 2 YEARS
i. Developer shall complete the Improvements within two (2) years,
provided, however, if construction of the Improvements has started within
the two year period, the developer may request that the CFA be extended
for one additional year.
ii. Nothing contained herein is intended to limit the Developer's
obligations under the Policy, this Agreement, its financial guarantee, its
agreement with its contractor or other related agreements.
iii. The City may utilize the Developer's financial guarantee submitted for this
Agreement to cause the completion of the construction of the Improvements
if at the end of two (2) years from the date of this Agreement (and any
extension period) the Improvements have not been completed and accepted.
iv. The City may utilize the Developer's financial guarantee to cause the
completion of the construction of the Improvements or to cause the payment
of costs for 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)
Cost Summary Sheet
Project Name: Alliance Town Center- Sagestone Village Phase 3
CFA No.: 2015-062 DOE No.: 07462
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
A. Water and Sewer Construction
1. Water Construction
2. Sewer Construction
Water and Sewer Construction Total
B. TPW Construction
1. Street
2. Storm Drain
3. Street Lights Installed by Developer
TPW Construction Cost Total
Total Construction Cost (excluding the fees):
Construction Fees:
C. Water/Sewer Inspection Fee (2%)
D. Water/Sewer Material Testing Fee (2%)
Sub -Total for Water Construction Fees
E. TPW Inspection Fee (4%)
F. TPW Material Testing (2%)
G. Street Light Inspsection Cost
H. Street Signs Installation Cost
Sub -Total for TPW Construction Fees
$
Developer's Cost
226,101.00
226,101.00
$ 4,522.02
$ 4,522.02
$ 9,044.04
Total Construction Fees: $
9,044.04
Financial Guarantee Options (Choose one) Amount Mark choice
Bond = 100% $ 226,101.00
Completion Agreement = 100% / Holds Plat $ 226,101.00
Cash Escrow Water/Sanitary Sewer= 125% $ 282,626.25
Cash Escrow Paving/Storm Drain = 125% $
Letter of Credit = 125% w/2yr expiration period $ 282,626.25
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 Deve oper has executed this
instrument inuadru quadruplicate, at Fort Worth, Texas this LA .��_ day of in 1
qp
,20 } .
CITY OF FORT WORTH - Recommended by:
Water Department
Wendy Chi-Babulal, EMBA, P.E.
Development Engineering Manager
Approved as to Form & Legality:
Doug al s W. Black
Assistant City Attorney
M&C No. LI A --
Date:
ATTEST:
ATTEST:
Sig ' ture
(Print) Name:
Approved by City Manager's Office
c
4"
Jesus J Chapa
Assistant City Manager
DEVELOPER: Hillwood Alliance Services, LLC
a Texas limited liability company
Signature:
Print Name: L. Russell Laughlin
Title: Vice President — Land Development
9
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Check items 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
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
El
►/
►0
Ei
■
(Remainder of Page Intentionally Left Blank)
0
O
AMADOR
DR
SITE--
00
W°
0
C▪ O
YO
>Z
0' 0
to
QO
.z
CO
C7W
Q.
W J
Q�
LL
GOLDEN TRIANGLE BLVD
0
W
00
z
HERIT E
TRACE PECW
NORTH TARRANT
\PARKWAY
N BEACH ST
BASTOOD BLVD
1
NOT TO SCALE
ALLIANCE TOWN
CENTER
SAGESTONE VILLAGE
PHASE 3
DATE: JULY. 2015
OWNER / DEVELOPER'
HILLWOOD ALLIANCE
SERVICES, L.P.
13600 HERITAGE PARKWAY, SUITE 200
FORT WORTH, TEXAS 76177
PHONE: (817) 224 - 6000
ENGINEER'
li!0I P E LOTO N
I'"' LAND SOLUTIONS
5751 KROGER DRIVE
SUITE 185
KELLER, TX 76244
PHONE: 817-562-3350
-,
vJ
EX12"WL
1111 Inn III 1
12"WL
LEGEND
P ROPOSED WATER LINE
EXIST WATER LINE
P ROPOSED FIRE HYDRANT
N OTE: ALL PROPOSED WATER LINES ARE 8"
U NLESS OTHERWISE NOTED
EXHIBIT A - WATER
0
300'
12" WL
GENERAL WORTH DRIVE
lil
EX12"WL
ALLIANCE TOWN
CENTER
SAGESTONE VILLAGE
PHASE 3
GRAPHIC SCALE DATE: JULY, 2015
EX16"WL
Aver
OWNER / DEVELOPER.
HILLWOOD ALLIANCE
SERVICES, L.P.
13600 HERITAGE PARKWAY, SUITE 200
FORT WORTH, TEXAS 76177
PHONE: (817) 224 - 6000
ENGINEER
In PELOTON
1111 LAND SOLUTIONS
5751 KROGER DRIVE
SUITE 185
KELLER, TX 76244
PHONE: 817-562-3350
Il llil tllpl Ili i� I li I I II II o
EX8"SS�
EX8"SS
8" SS
EX8"SSN
EX8"SS—\
LEGEND
isomme PROPOSED SEWER LINES
- --o-- — EXIST SEWER LINES
NOTE: ALL PROPOSED SANITARY SEWER
LINES ARE 8' UNLESS OTHERWISE NOTED
EXHIBIT Al - WASTEWATER
GENERAL WORTH DRIVE
EX 10" SS
EX 10" SS
0 NORTH 300'
GRAPHIC SCALE DATE: JULY, 2015
ALLIANCE TOWN
CENTER
SAGESTONE VILLAGE
PHASE 3
OWNER / DEVELOPER'
HILLWOOD ALLIANCE
SERVICES, L.P.
13600 HERITAGE PARKWAY, SUITE 200
FORT WORTH, TEXAS 76177
PHONE: (817) 224 - 6000
ENGINEER'
lilll PELOTON
plq LAND SOLUTION/
5751 KROGER DRIVE
SUITE 185
KELLER, TX 76244
PHONE: 817-562-3350
Midi! HI
PELOTON
LAND SOLUTIONS
5751 KROGER DR. STE. 185 I KELLER, TX 76244 1 817.562.3350
ITEM NO.
3311.0161
3311.0261
3311.0461
3311.0442
3312.3002
3312.3003
3312.3005
241.1118
241.1118
3312.0117
3312.0001
3312.2803
3312.2203
241.1015
241.1013
241.1303
241.1305
3311.0001
9999.0001
3305.0109
3125.0101
3331.4108
3331.4115
3331.4109
3331.4116
3339.1001
3339.1003
3331.3202
3331.3302
3305.0113
3305.0109
3301.0002
3301.0101
BID ITEM
6" PVC Water Pipe
8" PVC Water Pipe
12" PVC Water Pipe
12" Water Pipe, CSS Backfill
6" Gate Valve
8" Gate Valve
12" Gate Valve
4"-12" Pressure Plug
4"-12" Pressure Plug
Connection to Existing (4"-12") Water Main
Fire Hydrant
6" Water Meter and Vault
2" Water Service
Remove 12" Water Line
Remove 8" Water Line
Remove 8" Water Valve
Remove 12" Water Valve
Ductile Iron Water Fittings w/ Restraint
Concrete Blocking - Type B
Trench Safety
SWPPP >_ 1 Acre
6" Sewer Pipe
8" Sewer Pipe
6" Sewer Pipe w/ CSS Backfill
8" Sewer Pipe w/ CSS Backfill
4' Manhole
4' Extra Depth Manhole
6" 2-Way Cleanout
8" 2-Way Cleanout
Trench Water Stops
Trench Safety
Post- CCTV Inspection
Manhole Vacuum Testing
UNIT 5
LF
LF
LF
LF
EA
EA
EA
EA
EA 1
EA
EA
EA
EA
LF 75
LF 25
EA 1
EA 1
TON
CY
LF
LS
LF
LF
LF
LF
EA
VF
EA
EA
EA
LF
LF
EA
CFA Quantity Take Off
Sagestone Village Ph3 at Alliance Town Center
Water & Sanitary Sewer Improvements
Project Number: HWA14033
Prepared For: Hillwood Alliance Services, L.P.
Date: July 15, 2015
File Name:
CFA PROJECT QUANTITY MATRIX i
SHEET NO.
ITEM TOTAL UNIT PRICE ITEM TOTAL COST
7 8 I 9 10 12 17
63 35 98
80 80
650 349 677 536 2,212
50 23 22 95
3 1 4
1 1
2 1 1 4
3 2 5
1 1
2
1.36
763
16
0.28
0.2
349
1
0.18
0.1
700
0.741
0.5
673
49
64
40
20
1
7
1
69
69
1
1
2
2
2
3
91
25
2.56
1.75
2,485
$38.00
$42.00
$48.00
$54.00
$950.00
$1,050.00
$2,200.00
$600.00
$800.00
$1,000.00
$3,500.00
$18,500.00
$2,200.00
$14.00
$12.00
$500.00
$750.00
$4,000.00
$100.00
$2.00
$4,500.00
Total Water Improvements
49
64
40
20
1
7
69
69
$46.00
$50.00
$51.00
$55.00
$3,200.00
$175.00
$450.00
$500.00
$400.00
$4.00
$3.00
$100.00
Total Sanitary Sewer Improvements
$3,724.00
$3,360.00
$106,176.00
$5,130.00
$3,800.00
$1,050.00
$8,800.00
$3,000.00
$800.00
$2,000.00
$7,000.00
$37,000.00
$6,600.00
$1,274.00
$300.00
$500.00
$750.00
$10,240.00
$175.00
$4,970.00
$4,500.00
$211,149.00
$2,254.00
$3,200.00
$2,040.00
$1,100.00
$3,200.00
$1,225.00
$450.00
$500.00
$400.00
$276.00
$207.00
$100.00
$14,952.00
Total Improvements I $226,101.00