HomeMy WebLinkAboutContract 42555 COMMUNITY FACILITIES AGREEMENT
THE STATE OF TEXAS § City Secretary
4
COUNTY OF TARRANT § Contract No. �
WHEREAS,the undersigned "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 North,
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 Information:
Developer Company Name: VA Paramont TX Realty LLC
Authorized Signatory: James A. Brown
Title: Owner
Project Name: Paramont Addition
Project Location: 1 0285 North Freeway
Additional Streets:
Plat Case No.: FS-011-063 Plat Name: Paramont Addition
Mapsco: 21-P Council District: 2 City Project No:0 1743
To be completed by staff.•
Received by:_ Date:
CFA: 2011-040 DOE: 6687
NOW,THEREFORE, KNOW ALL BY THESE PRESENTS: �
t,,.l.
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,�_,
Sewer (A-]) _X_, Paving (B) Storm Drain (B-1) , 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 11. Cif the Policti.
F. For all infrastructure included in this Agreement for which the Developer
Combined CFA final Sept 112008
awards construction contracts), 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
3
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.
O. 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.
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 o
Fort Werth, its officers, servants, or employees.
Combined CFA final Sept 112008 4
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 in'uries death or dams es are caused in
whole or in part, by the alleged ne li ence 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.
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. Ieveloper shall pay in cash the total cost of streetlights or if the cite is
5
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 shall 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 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.
Combined C T-A final Sept 12.2008 6
Cost Summary Sheet
Project Name: Paramont Addition
CFA No.: 201 1-040 DOE No.:6687
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 $ 243,652.00
2.Sewer Construction $ 226,734.00
Water and Sewer Construction Total $ 470,386.00
B. TPW Construction
1.Street
2.Storm Drain $
3.Street Lights Installed by Developer
TPW Construction Cost Sub-Total
Total Construction Cost(excluding the fees): $ 470,386.00
Construction Fees:
C. Water/Sewer Inspection Fee(2%) $ 9,407.72
D. Water/Sewer Material Testing Fee(2%) $ 9,407.72
Sub-Total for Water Construction Fees $ 18,815-44
E. TPW Inspection Fee(4%) $ -
F. TPW Material Testing(2%) $ -
G. Street Light Inspsection Cost $ -
H
H. Street Signs Installation Cost $ -
Sub-Total for TPW Construction Fees $ -
Total Construction Fees: $ 8,815.44
Choice
Financial Guarantee Options,choose one Amount (ck one)
Bond=100% $ 470,386.00
Completion Agreement=100%/Holds Plat $ 470,386.00
Cash Escrow Water/Sanita Sewer=125% $ 587,982.50
Cash Escrow Pain /Storm Drain r= 125% $ -
Letter of Credit= 125%w12 r expiration period $ 587 982 50
7
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 ka day
of R \ CY , 20 .
CITY OF FORT WORTH-Recommended by:
Water Department Transportation & Public works Department
Wendy C i-Babulal, EMBA, P.E.
DouglafsWi�ersig, P.E.
Development Engineering Manager Director
.r'
,4pproved..as to Fo ym &Legality: Approved by City Manager's office
lac/c Fernando Costa
Assistant City Attorney Assi « ' Manager
ATTEST: '}
�
r
Marty Hendrixo _4 d'"
City Secretary
ATTEST VA Paramont Tx Realty LLC
S ignaturo."- Signature
(Print)Name: i .- Print Name:James A. Brown �~ 4 7-.;
�� I r 1
I itle: Managerf't N ner w' � r
wr
1
Combined CIA A final Sept 12,2008 8
Check items associated with the project being undertaken; checked items must be
included as Attachments to this Agreement
Included Attachment
X Location Map
X Exhibit A: Water Improvements
X water Estimate
X Exhibit A-1: Sewer Improvements
X 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 BIank)
9
z
LACY KELLER HICKS
Q
z - r
z
0
o�
G❑LDE RIANGLE
W
z
Q �
z m
JOSH
> N
35W
HICKS
SUBJECT
PROPERTY
z
0
z
W
MAPSCO 21—P
NOT TO SCALE
Winkelmann VICINITY MAP
& Associates, Inc. P AR AM ON T ADDITION
I
CONSULTING CIVIL ENGINEERS ■ SURVEYORS FORT WORTH, TEXAS
6750 HILLCREST PLAIA DRIVE,SUITE 325 (272)440-7020
DALLAS, TEXAS 75I30 (g 72)4913-7099 FAX W.M c C O W A N SURVEY ABSTRACT N o. 999
j
CITY OF FORT WORTH
SHEET
TARRE N T COUNTY, TEXAS
="P_ `'`'te VA PARAMONT TX REALTY, PLC
I
f 1051 CLARK STREET OF
N ABINGDON, VIRGINIA 24210
4
ZL] .....
8 CL
w INSTALL:
"' 3-12" GATE VALVES
INSTALL 762 L.F. }}
�w ..
1-�--6 GATE VALVE
3 12 PVC WATER LINE 1—FIRE HYDRANT
INSTALL: L
it
.........* 12 L.F. 6 PVC WATER
1-12 GATE VALVE
„
1-6 GATE VALVE . .ea�,,::; 1-12 PLUG
f ,
1—FIRE HYDRANT
INSTALL.
12 L.F. 6" PVC WATER it
1-12
" PLUG 0.1
1 12 GATE VALVE
—-----------
1-6 GATE VALVE
z 1—FIRE HYDRANT
...
12 L.F. 6" PVC WATER
f
.. i Lu
000,
Z Q a j
t H di o Qum
N
En w I N STALL: z W
wQ 'Y:. 02"
U
n 1-12" GATE VALVE _ o
w 1-6" GATE VALVE y
6?
jy 1—FIRE HYDRANT
12 L.F. 6" PVC WATER
INSTALL.
6" FIRE LINE TO BLDG.
...,
' 6" GATE VALVE
2" DOM. METER &
CLASS 'A' METER BOX
N �f
2 I R R. METER &
SCALE: .-
-� CLASS 'A' METER BOX
5
�--
:.
}
--------------------- .............................. . ..................... .... ... --- ----
--- ------ ------ ....................
.. ............................ ......................,.„`........ ........ ................
..................................... ...... . .. ....... ................ _.:....
0000
0000
000p
rc:
000p �9 F�
F fi
cl
j......_, INSTALL 11954 L.F.
---0000��` 12 PVC WATER LINE
1
— '00 249 L.F. BORE W 24” �-
r�-1 _ STEEL ENCASEMENT PIPE
. INSTALL-
0
1—8"x8" TEE
=U
1--8 GATE VALVE
1-12"x8" REDUCER
f
C
Winkelinann EXHIBIT A WATER t ►
& Associates, Inc, PARAMONT ADDITION
CONSULTING CIVIL ENGINEERS ■ SURVEYORS FORT WORTH, TEXAS
6750 HILLCREST PLAZA DRIVE. SUITE 325 (972)490-7090
DALLAS. TEXAS 75230 (972)490-7099 FAX W.MCCOWAN SURVEY ABSTRACT No. 999
CITY OF FORT WORTH SHEET
TARRENT COUNTY, TEXAS
VA PARAMONT TX REALTY, LLC
i.:'wg lie 1 051 CLARK STREET OF
.,L e,-, No ABINGDON, VIRGINIA 24210
Winkelmann
& Associates, Inc.
CONSU TINGO"hM ENGIffEas ■ SuRvEYORS DOE#6587
Paramont Addition
Lots 1 ,Block 1
StiC Josh Rd 1-35W
Estimates of Probable Cost for Community Facilities Agreement
October 26,2011
Exhibit A Water
ltem i'av item Cf�S# Description Quantity [Jf� unit Total
A. 8&6K8"Cut-in Tee 1 Ea $3,000.00 $3,000.00
B. 1 BID-00616 6"dater Line 54 LF $28.00 $1,512.00
C. 4 BID-00591 12"Water line 2,716 LF $38,00 $103,208.00
0. 27 BIDS-00546 Fire Hydrant Assembly w!6'`Gate Valve 4 EA $2.360.00 $9,440.00
E. 12 SID-00745 6"Gate halve 5 EA $835.00 $4,175.00
F. 13 BID-00749 8"Gate Valve 1 EA $935.00 $935.00
G. 15 BID-00717 12"Gate Halve 6 EA $1,587.00 $9,522.00
H. BID-00550 Water Service-Type A Meter Box 2 EA $500.00 $1,000.00
1. 30 BID-00757 Water Service-2"Tap to Main 2 EA $866.00 $1,732.00
J. 33 BID-00763 Water Service-2"Copper-Install 44 LF $32.00 $1,408.00
K. 40 BID-00372 Trench Safety System 5 foot depth-Install 2.770 LF $1.00 $2,770.00
L. 19 BID-00579 Pipe-24 Inch Casing for 12 inch pipe-Bore/Jack-Install 249 LF $400.00 $99,600.00
M. 25 BID-00568 Pipe Fittings 1 TN $3,600.00 $3,600.00
fy Thrust Block 1.75 CY $'1,000.00 $1,750.00
Total Water Improvements $243,652.00
Since there is no controi over the cost of labor,materials,and equipment or over
contractor's method of determining prices,or over competitor's bidding or market
conditions,this estimate of probable cost is made on the basis of our professional
experience and represents our best}udgrnent as a firm familiar with the construction
industry. We cannot and do not guarantee proposals,bids on the project costs will not
vary from the above estimate.
Prepared by-
Wchae Dogge
Onkelrnann iates,Inc.
STSD Hillcrest P Dr.,Sts.325
Dallas,,TX 75230
(972)490-7090 x205
(972)490-7099 fax
rd gall wfllkelmann-Com
G 661 V01�Engineeting\Conslruclian PlansiCFA Exhibits�CFA Cost Estimate 10-26-11 As
6750 Hillcrest Plaza Drive, Suite 325 Dallas,Texas 75230 (972)490-7090 Fax(972)490-7099
�AK PIN V.,w 4,
TYP. WASTEWATER FAAvmL4F3FAxFIA41-.
YC11�MF,1ST]].FAp�,•Q'
r MANHOLES
3
Q r s
nA;iKnr FFAS,e'n- 3
a `
>' x
\ CJ�' 5377 .....�......«......- -- ...• "'�� ��
000,
r
-
.� j
...... .
......... .
WASTEWATER TAP
- PROPOSED 41083
TO BUILDING
L.F. 8 PVC
WASTEWATER LINE
l \
-- --
ff
9AFMi FOIINOAT1nM❑F iEkAS 1 1 1
vpl.,H+,E+agli,Wi(iE%ii
L/1 LJ
M tAlM rMuF �. I • �
Srt49
TYP. WASTEWATER
• MANHOLES
APPROXIMATE
LOCATION OF -„ I
ZONE AE F.I.R.M. /
NO 48439CO065K \
} Z v is=
A
N 1 ' SIi',$i
�Fp ly,
VF.94F.^A GF 1 54 4 I
If
CC*040-mn2, f
TYP. WASTEWATER
J
MANHOLES
1 �
SCALE: '
> > TE HMAA MDGF
`f
f
f
J HERITAGE TRACE I
' PARKWAY
—J
i
I ! I
f
• EXHIBIT B WASTEWATER
Winkelmann
& Associates, Inc. PARAMONT ADDITION
FORT WORTH, TEXAS
CONSULTING CIVIL ENGINEERS ■ SURVEYORS
6754 HILLCREST PUMA 4RIVE,SUITE 325 [972]494-7494
4ALLAS. TEXAS 75230 (972)494_7099 FAX W.McCOWAN SURVEY ABSTRACT No. 999
CITY OF FORT WORTH SHEET
TARREN T COUNTY, TEXAS
VA PARAMONT TIC REALTY, L`C
ie 1051 CLARK STREET of
rfc ect iNo ABINGDON, VIRGINIA 24210
' Winkelmann
& Associates, Inc.
CONSULTING CIVIL ENG04FEnS ■ SORVEYORS
DOE#5587
Paramont Addition
Lots 1 ,Block 1
SWC Josh Rd 1-35W
Estimates of Probable Cost for Community Facilities Agreement
October 28,2011
Exhibit B Wastewater
Item Pay Item CPUS# Description Quantity UIM Unit Total
A. 4 BID-00350 Pipe-Sewer 8"SDR 26 4083 LF $45.00 $183,735.00
B. 35 810-00213 Manhole-Std 4'Dia.(up to 8'Depth) 10 EA $2,340.00 $23,400.00
C. 35 BID-00214 Manhole-Std 4'Dia.Added Depth over 6' 40 VF $148.00 $5,920.00
D. 41 BID-00372 Trench Safety System 5'depth 4053 LF $1.00 $4,083.00
E. 44 BID-00201 Inspection-Post Construction Cleaning&TV 4083 LF $2.00 $8,155.00
F. 43 BID-00198 Collar-Manhole-32"Frame&Cover-Install 10 EA $39.00 $390.00
G. 48 810-00217 Manhole Vacuum Test-Services 10 EA $104.00 $1,040.00
Total Wastewater $
Since there is no control over the cost of labor,materials,and equipment or over
contractor's method of determining prices,or over competi'tor's bidding or market
conditions,this estimate of probable cost is made on the basis of our professional
experience and represents our best judgment as a firm familiar with the construction
industry. We cannot and do not guarantee proposals,bids on the project costs will not
vary from the above estimate.
Prepared by:
Michael T.Do ,P.F.,LEED G.A.
VIAnkelmaniv ciates,Inc.
8750 Hillcre P Dr.,Ste.325
Dallas,TX 75230
(972)490-7090 x208
(972)490-7099 fax
mdoggettAwIn ke lm a n n.oo m
G'611T11En9ineer1ng\Construct1on Plans\CFA Exhibits\CFA Cost Estimate 10-26-1 1.x1s
6750 Hillcrest Plaza Drive, Suite 325 Dallas,Texas 75230 (972)490-7090 Fax(972)496-7099