HomeMy WebLinkAboutContract 43895 COMMUNITY FACILITIES AGREEMENT
THE STATE of TEXAS § City Secretary
COUNTY OF TARRANT § Contract No. q�, MI )
WHEREAS, the undersigned Developer ("Developer"') desires to make certain
improvements ("Improvements") related to a project as described below ("Project"), an
addition to the City of Fort Worth, Texas ("City"); and
WHEREAS, the Developer and the City desire to enter into this "Agreement" in
connection with the Improvements.
Developer Information:
Developer Company Name: T5 Properties, LLC
Address, State, Zip Code: 622 Frenclitown, Argyle, Tx 76226
Phone, E-Mail: (214) 878-2055,jiinsizelove((]�swbell.rlet
Authorized Signatory/Title: John M. Sizelove, Manager
Project Name: Sizelove Concrete
Project Location: 1 1 120 S. Pipeline Rd.
Plat Case No.: FS-0 l 4-124 Plat Name: Sizelove Addition
Mapsco: 54Y C01.11161 District: 5 City Project No: 01942
CFA: 2012-062 DoE: 6871
To be completed ,stcr ff.
Received b - Date:
U F
OFFICIAL RECORD
ITY SECRETARY I -19-1 2 A I I 13 1 N
WORTS TX
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 the contractor 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) � Storm Drain (B-1) , Street Lights &
Signs (C)
2
E. The Developer shall award all contracts for the construction of commuzlity
r
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 contracts), Developer agrees to the following:
L 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 prequalif ed 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 terns 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 ail 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.
3
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 withOLIt 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.
H. Developer shall cause the installation or adjustment of the required utilities to
serve the development or to construct the improvements required 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.
4
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 req ui red 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 ally 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 riot with /'I es, death or
dan?aaes are caused, in whole or in part, by the allezed nezI eirce o
the City of Fort Worth, its officers, servants, or entplo vees.
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 trot sttch
iniuries, death or damages are causer,, in whole or in Part by the
alleored negliaen ce of the City of Fort Worth its officers, servants or
enr to vees. 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
5
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
N. 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.
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. The City's obligation to participate (exclusive of front foot charges) in the
cost of the community facilities shell terminate if the facilities are not
completed within two (2) years; provided, however, if construction of the
community facilities has started within the two year period, the developer
may request that the CFA be extended for one year. If the community
facilities are not completed within such extension period, there will be no
6
further obligation of the City to participate. City participation in a CFA
shall be subject to the availability of City funds and approval by the Fort
Worth City Council.
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 community
facilities if at the end of two (2) years from the date of this Agreement the
community facilities 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 community facilities 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)
7
Cost Summary Sheet
Project Name: Sizelove Concrete
CFA No.: 2012-062 DOE No.: 6871
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 Developers Cost
A. Water and Sewer Construction
1. Water Construction $ 16,567.00
2.Sewer Construction $ 29,224.00
Water and Sewer Construction Total $ 45,791.00
B. TPW Construction
1.Street $ 5,655.65
2.Storm Drain $ -
3.Street Lights Installed by Developer $ -
TPW Construction Cost Total $ 5,655.65
Total Construction Cost(excluding the fees): $ 51,446.65
Construction Fees:
C. Water/Sewer Inspection Fee(2%) $ 915.82
D. Water/Sewer Material Testing Fee(2%) $ 915.82
Sub-Total for Wafer Construction Fees $ 1,831.64
E. TPW Inspection Fee(4%) $ 226.23
F. TPW Material Testing(2%) $ 113.11
G. Street Light Inspsection Cost $ -
H. Street Signs Installation Cost $ -
Sub-Total for TPW Construction Fees $ 339.34
Total Construction Fees: $ 2,170.98
Choice
Financial Guarantee Options,choose one Amount ck one
Bond=100% $ 51,446.65
Completion Agreement= 100%/Holds Plat $ 51,446.65
Cash Escrow Water/Sanitary Sewer=125% $ 57,238.75
Cash Escrow Paving/Storm Drain=125% $ 7,069.56
Letter of Credit=125%wl2 r expiration period $ 64,308.31
IN TESTIMONY WHEREOF, the City of Fort Worth has caused this instruiilent to be executed
in quadruplicate in its name and on its behalf by its Assistant City Manager, attested by its fifty
Secretary, with the corporate seal of the City affixed, and sa4 De eloper has execute this
instrument in ua ruplicate, at Fort Worth,Texas this day of
20
CITY OF FORT WORTH -Reeontiiieiicle-d) tv:
Water Department Transportation & Public Works Department
Jti .-• �f�
Wendy C11 i- abu lal, E BA, P.E. Dougl s W. W iersig, P.E.
Developmei t Engineering Manager Director
Approved a5 to Form & Le cil its.': Anvo ve(l h v 01y�1V1cr� alter's off 1cv
F
Doug . Black Fernando Costa
Assistant City Attorney Assistant City Manager
M&C No. ),,lk
Date:
I a oo
ATTEST: ,a► a°o
a�► %0
Q
j wm p
d o,
0RT P.
KfaryfT.)(a)A .K 6�� -°o o°. a
City Se� qt %60000o°� -4y
ATTEST: T5 Properties, LLC
By its Member
J&M Sizelove Investments, LLC
a:
Signature Si rture
(Print)Name: PoqTTI f3o4*4 iF6D41- Print Name:John M. Sizelove
Title: Manager
OFFICIAL RECORD
CITY SECRETARY 9
�` �VV R HST
Check items associated with the project being undertaken; checked items must be included
as Attachments to this Agreement
l iicl uded Attacliment
z Location Map
® Exhibit A: Water Improvements
® water Estimate
® Exhibit A-]: Sewer Improvements
® Sewer Estimate
® Exhibit B: Paving Improvements
® Paving Estimate
❑
Exhibit B-1: Storm Drain Im proveme«ts
❑ Storm Drain Estimate
❑
Exhibit C-. Street Lights and Signs Improvements
❑ Street Lights and Sims Estimate
(Remainder of Page Intentionally Left Blank)
10
-2� pegal pkwy
QL
C)
SITE
S p'p01'f1Q Rd'yV S Plpel'nt-Rd
Cr.
All
NZ
Tube Dr
408 fn innity Blvd
A
low f t
L
VICINITY MAP
WATER, SEWER & PAVING
IMPROVEMENTS FOR
SIZELOVE CONCRETE
11120 S. PIPELME RD.
1.52 Acres
SIZELOVE ADDITION, Lot 1, BLOCK A
G 1000 City of Ft.Worth,Tyrant County,Texas
------------
----------------
--------------------
prepared bv
..................
MONK CONSULTING ENGINEERS, INC.
1" 1000, 1200 W. State Street, Garland Texas 75040
972 272-1763 Fax 972 272-8761
REG NO.: F-2567
2012 Monk Consulting Engineers,Inc., & Rights Reserved
date; scale:
8/6/12 1,.-1000'
o 0 0 0 0 0 v o 0 0
U) Co C) vo, 0 0 0 0 00, C) Cl) o v o v o 0 0 0 o v
❑ o o ri C"i cfl o M o o
°o c i C) brf LO <n � uv'y U cn 00 cv LO c� Cl 00 oa 00 crs
J 00 Cl CV _ _ Q3 a N CD �1 r c.D N
N r LO LO Edo �Q Q 00 r N [D 00 r b9
6R to 6F} r � 6g 64 614 6f3 ER ?
p D
w w
C) v o o v o 0 o a o 0 0 0 0 0 0 0
W o v a o a o 0 o W o 0 0 0 0 0 o v o
U o V- o co a v o o (v v M �i m u7 M o 0
00 ce) 0 1- r� cn m T U to LO cv 'n 00 "T 00 ao 00
d4 Co N Un m to � brk 6l> N c9 N d4 47 t0 qq
Sri ni 691 t--" w ni M
H-
z Z
J Ul N N r Y r J 0 O r- r (y p r r r
W Q C-)
W Q u7 N 00
r
I— o F- o
W W �-
OC
Z ~ Z ~
U U
W o° W 00
❑ ❑
r- ti
J J
W W
N N 4=) CD
I1 LD "D r r N N r r r- io cD N CD r N C> r 0 co
►J J V f�1 47r
I I
! 1
?C D ?[ z
� w � w
LU
Q = Q =
� co
W �
z DC 0 U5 ui w w � a- Z li U7 v� Q Q ii u1 ui ui
Q -i w w .�
m
LL LL, o
CJ c
co
L cu
ar
3
W
J G C c
o ,
W m 3 a) � �co
CL o- U
~ 0 U7 C y L\F ry .�- Ll l 0 Q
.r CO m � Z {/] O3 Q1
3 E u_ � o w U a�
❑ ❑ � � 'v
LL
i r ro w cn o 0
f` F' OD iD U U Z U V]
N
r
1
U
r C11 S'] Lf) LQ f OD ❑ 1r CV C"3 Nr Lr3 CD f-- 00 61
r z rZ
W G
�"' w
}
\
INSTALL: 60 30 0 60
(1) 1124 TAPING SLEEVE SOUTH PIPELNE ROAD --- - ---
_-ASPHAFT ROAD—
INSTALL I)ja PRIVATE WATER
SERVICE & PUBLIC -Y4" METER ------INSTALL 13ACKFLOW PREVENTION
DEVICE ON PRIVATE PROPERTY
FOR IRRIGATION
15 PRIVA7E PROP. BLDG
INSTALL: (1) PRIVATE FIRE�L07 2
HYDRANT ASSEMBLY
(1) 60 VALVE )0'DRAINAGt
CPA VEI_ LEGEND
I", S S EXISDAIG SANITARY SEWER LINE
VV EX(STING WATER LINE
EXISTING FIPF HYDRANT
EX. WATER METER
EX. INA TER VALVE
j EXISTING POWER POLE
EXIST-ING LIGHT POLE'
EXISTING SS MANHOLE
-z- PROPOSED SS MANHOLE
PROPOSED FIRE HYDRAN7
LOT 4
Ln
VoLumc' 3-986, PACE 455 FO'C017ONWOOP
218'COUJAIWOOD
U) L07
Ln
LOT 6
PAVEL
EXHIBIT "A"
WATER EXHIBIT
WATER, SEWER & PAVING
IMPROVEMENTS FOR
5+"0 0— SIZELOVE CONCRETE
�51' _j
8 11120 S. PIPELINE R0.
INSTALL: (1) PRIVATE FIRE 1.52 Acres
SIZELOVE ADDITION. Lot 1, BLOCK A
6P2LD11VG I I City of Ft Worth.Tarront County.Texas
HYDRANT ASSEMBLY
Is DRAINArC OUI/DINC MONK CONSULTING ENGiNEERS, INC.
1200 W State Street, Garland Texas 75040
LOT 9 ESVT 972 272-1763 Fox 972 272-8761
_41 REG 40 P-2567
75 0 TIL Ty Fsm T L,2012 Mont< Consulting Engineers, inc.,Ali Rights Reserved
CABINE7 A, SLiDE 960-9
8/6/12 1 11=60J
S
FH U �J 60 30 0 60
SOUTH PIPELNE ROAD
--
'A STI-H AD R-CrAo - - -..._-.- - - -------- -
PP0j G51-02,52) -UO,7_-287
T Y
60'
----- - _ X. a" .]5- N_-a3334 L S TA FION
STA 1+00 �-
k CONNECT TO EX. MH (FL=556.96) do 'i I ���` "^'
I INSTALL NEW MH y I S�,�
INSTALL 160 LF OF PUBLIC 8" f I �x I �-
EX. MH SCR-26 W/CONCRETE ENCASEMENT { I I rPR INSTALL NEW PUBLIC MH
EX, STA FL=56 965x20 (SEE SHEE1 UNIT 1-7) COT 1 I i I (FL=5XX.XX)
MOSIER VA._LEY
J SLOG
COMM. FAC4LlTIES cRtivnrE k
DOE. 1193 UTllLIT"ESIVI I r� S.F.PS46-07 0460131540 Idc❑RAINAGF FSMT =563.25 INSTALL 71 LF OF 6" PRIVATE
SDR-26 WASTEWATER LATERAL
f W/OBL CLEANOUT O PROPERTY
INSTALL 20 LF OF PUBLIC 6" I l LINE &OBL CLEANOUT 5' FROM
SDR-26 W/CONCRETE j I _ BLDG.
ENCASEMENT TO CLEANOUT n
LOr�
f 1 11 1 I 10'DRAINAGE
l I I X ,spa vEf J ESMT
�
LErLJn r
E1 V D
-
I I - --
� PROPERTY LINE
EXISTING SANi TARP SEWER LINE
EXISTING WATER LINE
f I
EXISTING FIRE HYDRANT
F,w
FY I f .PA NS I - - = EX. WA TER METE�2
I�TOWER
o —� �- �ifs
7 = EX. WATER VALVE
ZZZ F = EXISTING POWER POLE
EXISTING LIGHT POLE
s` — EXISTING SS MANHOLE
{ t 0 = PROPOSE SS MANHOLE
l L07 4
(nn _ ?ROPOSED FIRF HYDRANT
L' f I 1 F
II
78••FoCAnJ O"�°LGAN
FEXA S EL EC SE.R VAC F CO 1 I I D
POL E��!t ��P I { `I\ to
VOLiJME -4986. PAGE 4.5.5 fi F0.co7rorrwooY 1
`t 23 c0TFONWca,�'
a o
n m
W 11 I
LOS 6 I l 1 1
AVLL�I � �
II
1 r,
I � /ID
DoT /7 SEWER IEXHIBIT
i
WATER, SEWER & PAVING
I I P4P�� IMPROVEMENTS FCR
7 a SI ZEI_OVE CONCRETE
�t 11120 S. PIPELINE RD.
o r s I I 1.52 Acres
�X I SIZELOVE ADDITION, Lot 1, BLOCK A
City of Ft.Worth,Torrent County,Texas
I l
�
('o be I � I prepared
$moved) I
MONK CONSULTING ENGINEERS, INC.
Ex
15'GkA3NaG( 1200 W. State Street, Garland Texas 75040
�- � .' 1 � � �!�![�7lldu
COT 9 E511 1 r} (tom rem nJ 972 272-1763 Fax 972 272-8761
REG NO.: F-2567
1� x-)2012 Monk Consulting Engineers, Inc., All Rights Reserved
UT'LiTY ESMT i T
CAB.`NE- A, SLIDE 9609 I � date: scale:
I I N 89'56'17" W 11 9.54'
8/6/12 1"=60'
t
J C 04 o 0 0 0 o a (D
Q
o (D � 0 0� 6f °rte ° Ln
0 U) c (Y) 00 m cv Nr L6
o(.]
H
W M 1` 0 0 O 0 0 O
y 4 � � � Ca ta Z b � 0
W W � �
W 0 o a
Q d7
0
U
LU
LO
W
W
� W
Co
J
� a
0
Z
Q
� z
,i � Un Ui
_..l [n I W .._I J J
U
LU
v L)
CL U) o
Z w a U >
Q -- �-- cu
L) a-
Li.. >
0 0) C
x .V)
w a
Q V
_ a N
cn CO U
b
Z
2i — N tt LO co co
W
P--
'
60 30 0 so
SOUTH PIPE NE ROAD SAWCUT EX. ASPHALT& CONSTRUCT --- -------
Ed
PROPOSED 6`
CURB (TYP)
PROP. BLDG
-END CURB
\10 DRAINAGE
pp III, i LEGEND
I fX (�P'4 V�-1 T
PROPERTY LINE
I EXISTING SANITARY SEWER LINE
EX EXISTING WA TER LINE
EXISTING FIRE H)fDRANT
EX. WAFER METER
EX. WA TER VALVE
P EXISTJNG POWER POLE
EXISTING LIGHT POLE
EXISTiNG SS MANHOLE
PROPOSED SS MANHOLE
PROPOSED FIRE HYDRANT
LGT.4
Ln
FiRELANE
P4 GE 4
29"COT70NWOOD
CJ 20'
EJ
OF VEL
EX
EXHIBIT "6'
L 07
PAVING EXHIBIT
WATER, SEWER & PAVING
IMPROVEMENTS FOR
SIZELOVE CONCRETE
11120 S. PIPELINE RO.
Lj T_R 1.52 Acres
City of Ft Worth,Tur-runt CoLinty,Texa3
EPiLDING
L�4 MONK CONSULTING ENG(NEERS, INC.
1200 W. State Street, Garland Texas 75040
15 DRAINAG;El
-pmof-) 972 272-1763 Fox 972 272-8761
REG NO P-2567
iFT A, SL01 9509 date: scale:
LB/5//12 1 60'