Loading...
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