HomeMy WebLinkAboutContract 41207 (2)COMMUNITY FACILITIES AGREEMENT
THE STATE OF TEXAS
COUNTY OFT ARRANT
§
§
City Secretary
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 Worth,
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: Harmon -Heritage Road, Ltd.
Authorized Signatory: Kim Gill
Title: Director
Project Name: Harmon -Heritage Addition Block 1 Water & Sewer Improvements
Project Location: 9500 Harmon Road
Additional Streets: W. Magnolia, S. Jennings, W. Oleander & St. Louis
Plat Case No.: .ff_--~D_\~0_-_0_\ _8 ___ P_la_t_N_am_e_: _H_arm_o_n_-_H_er_it_ag~e_A_d_d_it_io_n_B_l_o_ck_I __
Mapsco: 21W Council District: 9,.
To be completed bJ tr .
Received by: ( ~~
CFA: 2010-051
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
City Project No: 01566
Date:
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 ("CF A") as
if copied herein verbatim. Developer agrees to comply with all provisions
of said Polic y 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 r ::,rtrc.1 :t ~ rs .
B. Developer shall provide financial security in co1:i .. an ce 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 (Al...X_,_
Sewer (A -1) __x_, Paving (B) ~ Storm Drain (B-1) _, Street Lights
& Signs (C) _.
E. The Developer shall award all contracts for the c,, ruc tion of community
facilities in accordance with Section II , paragru , .h e Policy and the
contracts for the construction of the public ... ~rastructure shall be
administered in conformance with paragraph 8, Section II , of the Policy.
Combined CFA final Sept 12, 2008 2
F. For all infrastructure included in this Agreement for which the Developer
awards construction contract(s), Developer agrees to the following:
1. 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.
n. 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 maintemmc bond. All bonds to be
furnished before work is commenced and to c ,;1 he 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 1:-, quired by the City .
v. To require its contractor to have fully e·
submitted to the City to schedule a Pre-(
3
·ontract documents
, uc t ion 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 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 h ~r,~under.
J. Developer hereby releases and agrees to inde11 · · e fend and hold the
City harmless for any inadequacies in the preli1 r r lans, 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 m
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 iniuries, .,: ·!. . .JJr damages are
caused, in whole or in part, by the alleged . n ee of the Citv of
Combined CFA final Sept 12 , 2008 4
Fort Worth, its officers, servants, or employees.
M. Developer w ill 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 an y 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 j uries, 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 an y 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 aniJ J _ \ivered to the City an
indemnity agreement from such contractors on ,· .0 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 righ t to enforce such contracts as an express intended third party
beneficiary of such contracts.
0. Inspection and material testing fees are required as follows:
i. De veloper 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 t " :-l construction cost as
stated in the construction contract.
5
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
1. 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 CF A 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 CF A shall be subject to the availability of City funds
and approval by the Fort Worth City Council.
ii . Nothing contained herein is intended to Hi:.lit the Developer's
obligations under the Policy, this Agreem ~,, mancial guarantee,
its agreement with its contractor or other r d agreements.
u1. 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 CFA final Sept 12 , 2008 6
Cost Summary Sheet
Project Name: Hannon -Heritage Addition Block 1 Water & Sew er Improvements
CFA No.: 2010-05 1 DOE N o .: 6509
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 requ ired to support the
following information .
Items
A . Water and Sewer Construction
1 . Water Construction
2 . Sewer Construction
Water and Sewer Construction To tal
B. TPW Constructio n
1. Street
2 . Storm Drain
TPW Construction Cost Sub-Total
Total Construction Cost (excluding the fees):
Construction Fees :
C . Water/Sewer Inspection Fee (2%)
D. Water/Sewer Material Testing Fee (2%)
Sub-Total fo r Water Construction Fees
E. TPW Inspection Fee (4 %)
F. TPW Material Testing (2 %)
G. Street light lnspsection Cost
H. Street Signs Installation Cost
Sub-Total for TPW Construction Fees
Total Construction Fees:
Financial Guarantee Ootions, choose one
Bond= 100%
Completion Agreement= 100% I Holds Plat
Cash Escrow Water/Sanitarv Sewer= 125%
Cash Escrow Pavina/Storm Drain r= 125%
Letter of Credit= 125% w/2vr expiration period
7
$
$
$
$
$
$
Developer's Cost
86 ,321 .00
49 ,160 .10
=$=====13~,48 · .10
$
$
$
$
$
$
$
$
$
$
$
$
$
$
.02
2,7 09 .62
5,419 .24
5,419.24
Amount
135 ,481 .10
135 ,481 .10
169,351 .38
-
169,351 .38
Choice
(ck one)
/
V
IN TESTIMONY WHEREOF, the City of Fort Worth has caused ht " in strument to be
executed in quadruplicate in its name and on its behalf by its As.:i~· · L-ity 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 __ I_+_~ ___ day
of °"t:)o C ~ ... , 20-U;:L.
CITY OF FORT WORTH -Recommended by:
Water Department Transportation & Public Works Department
William A. Verkest, P .E.
Development Engineering Manager Director
Approved as to Form & Legality: Approved by City Manager's Office
I NO M&C REQUI RED I
:'0.11.'\\.~~
ATTEST Harmon -Heritage Road, Ltd.
(Print) Name:
7nto7lrt J It/BC#
Combined CFA final Sept 12 , 2008 8
By It's General Partner
5409 Miramar, LLC
Print Name: Kim Gill
Title: Director
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
~
~
~
~
~
D
D
D
D
D
D
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: Stonn Drain Improvements
Storm Drain Estimate
Exhibit C: Street Lights and Signs Improvements
Street Lights and Signs Estimate
(Rema inder of Page Intentionally Left Blank)
9
w t-
I
3:
HICKS
J
PROJECT
/
LOCATION
HARMON
LOCATION MAP
"HARMON-HERITAGE ADDITION"
w z >-
<(
m
t-w
_J
(/)
<(
I
N .T.S .
D.O.E. NO : 6509
FILE NO : X-21318
WATER NO : P265-602150156683
I
w
t-
<(
t-
(/)
0:::: w t-
(/)
z
SANITARY SEWER NO : P275-7021.30156683
CITY PROJECT NO : 01566
WELCH ENGINEERING, INC.
CONSUL TING ENGINEERS (II F-1859)
+ ..
EXHIBIT "A"
SCALE : 1 "= 300'
[Il]
EX IST 48"W
PROP 8 "W
1 1 /2 " CSQ.PER
I SERVICE W/~QER /
BOX (IRRIGATIO N)
11 1 1 /2 " COOPER
,
1
, SERVICE W/METER
I BOX (DOMESTIC)
,1
:1 ,,
:,,
ii I
100% DEVELOPER'S COST
8" AND 12" WATER LINES , FIRE HYDRANTS,
GA TE VALVES, ASSOCIATED APPURTENANCES
AND SERVICE TAPS
D.O.E. NO : 6509
FILE NO: X-21318
WATER NO: P265-602150156683
"HARMON-HERITAGE ADDITION"
SANITARY SEWER NO : P275-702130156683
CITY PROJECT NO: 01566
WELCH ENGINEERING, INC.
CONSUL TING ENGINEERS (# F-1859)
I
I
"l
SCA LE: 1 "=300 '
~PKWY _]
PUBLIC SEWER ESM 'T I
PR/VA TE SEWER ESM 'T
PUB LI C SEWER ESM 'T
100% DEVELOPER 'S COST
8" SANITARY SEWER LINES
AND ASSOCIATED APPURTENANCES
D.0 .E. NO : 6509
FILE NO : X-21318
r_
I I
11
I I
I
~I I
~I
I I~
1
11
I
WATER NO : P265-602150156683
r
I
EXHIBIT "A-1"
"HARMON-HERITAGE ADDITION"
SANITARY SEWER NO : P275-702130156683
CITY PROJECT NO : 01566
WELCH ENGINEERING, INC.
CONSUL TING ENGINEERS (# F-1859)
WALKER UTILITIES, INC.
124 Brown Trail
Hurst , Te xas 760 53
PH O N E 81 7-268 -23 J 8 FAX 8 I 7-268 -23 30
DATE : September 17, 2010
TO: KIM GILL
We propose to furnish the necessary labor, materials, equipment and incidentals to construct the following
described work in accordance with plans of WELCH Engineers, and the
the requirements of FORT WORTH, TEXAS s11ecifications.
Description of Work:
List All Work(I .e.Water)
Location: HARMON HERITAGE ADD.
FORT WORTH, TEXAS
Quantities and Prices
WATER MAINS
1). 1044 LF 12" PVC PIPE $31.50 $32,886.00
2). 28 LF 8" PVC P I PE $21.00 $588.00
3). 31 EA 6" PVC PIPE $19.50 $604 .50
4). EA 12" X 12" T.S .V. $4,650 .00 $4,650.00
5). 70 LF 12" BORE WI 18" CASING $190.00 $13,300.00
6). 4 EA 12" G.V. $1,650.00 $6,600.00
7). EA 8"G.V. $925.00 $925 .00
8). 3 EA 6"G.V. $625.00 $1,875.00
9). 3 EA F .H. $2,350.00 $7,050.00
10). 30 LF CONC. ENCASEMENT $25.00 $750 .00
11). 2 EA 11/2" DOM. SERVICE W/0 METER $1,550.00 $3,100.00
12). LS FITTINGS & BLOCKI NG $8,600 .00 $8,600.00
13). EA TEST $1,000.00 $1,000.00
14). 1103 LF TRENCH SAFETY $0 .50 $551.50
15). 2 EA 12" PLUG $85 .00 $170.00
16). l EA I 1/2" IRRG. SERV ICE W/0 METER $1,550.00 $1 ,550.00
17). 2 CY CRUSHED LIMESTONE $20.00 $40 .00
18). 2 CY BALLAST STONE $25 .00 $50 .00
19). 2 CY TYPE "B" BAKFILL $15 .00 $30.00
20). LS TRAFFIC CONTROL PLAN $1,500.00 $1,500.00
21). LS RESTORATION OF HERITAGE TRACE MEDIAN $500.00 $500 .00
22). I LS STORM WATER MANAGEMENT $1.00 $1.00
TOTAL: $86,321.00
SEWER MAINS
l ). 391 LF 8" S DR-26 PVC Pl PE $22.50 $8,797.50
2). 46 LF 8" SDR-26 PVC PIPE W/ 2 SACK CONC. $25.00 $1,150.00
3). 806 LF 8" SDR-35 PVC PIPE $22.00 $17,732 .00
4). 16 LF 6" SDR-35 PVC PIPE $20 .50 $328.00
5). 2 EA 4' DIA. SHALLOW M.H. $1,300.00 $2,600.00
6). 3 EA 4'M.H. $1,400.00 $4,200.00
7). 2 EA 4' DROP M.H. $3,325.00 $6,650.00
8). EA 4' M.H. OVER EX. MAIN $2,150.00 $2,150.00
9). 15 VF EXTRA DEPTH 4' DIA. M.H. $110.00 $1,650.00
10). 7 EA M.H. V AC. TESTS $100.00 $700 .00
11). EA CLAY DAM $20.00 $20.00
12). 1259 LF T .V. MAINS $0.45 $566.55
l3). 1259 LF AIT AND MANDREL TEST $0.45 $566.55
14). 1259 LF TRENCH SAFETY $0.50 $629.50
15). 2 CY CL. "B" ( 2500 psi) CONC. ENCASEMENT $80.00 $160.00
16). 2 CY CL. "E" ( 2500 psi) CONC. ENCASEMENT $85.00 $170.00
17). 2 CY CRUSHED LIMESTONE $20.00 $40.00
18). 2 CY BALLAST STONE $25 .00 $50.00
19). LS SWPPP $1,000.00 $.1,000.00
TOTAL: $49,160.10
TOTAL BID: $l35,481.l0
• ----------------------------------·----------------------
'Walker U tilities, lnc.
Location : HARMON H E RITAGE ADD .
FORT WORTH , TEXAS
UTILITIES PROVISIONS
SOIL TESTING BY OTHERS
ENGINEERING AND LAYOUT BY OTHERS
AN Y MET ER OR C ITY FEE'S, TNSP . FE E'S , CO NN . FEE'S OR PERMITS BY OTH ER
EXC ESS SPOILS DEPOSITED ON-SITE
BID ON UNAPPROVED PLANS
ONE MOVE IN
BARRICADES PROVIDED ONLY AT WORK LO CATION D URING CONSTRU CTION
INSURANCE LIMITS $2,000,000.00
WORK TO INCLUDE ONLY THE ITEMS LISTED
ELECTRICAL POWER AND HOOKUP TO CONTROL PANEL BY OTHERS
ADDITION MONIES MA Y B E DUE IF EXTENSIVE SPRINKLER S YS . LOCATED
$150.00 PER V .F. FOR EXTRA DEPTH ON INLETS AND M.H. NOT SHOWN ON PLANS
NO MATERIAL TAX IN C LUDED
NATIVE BACKFILL OVER PIPE EMBEDMENT INCLUDED
STAGING AREA PROVIDED BY OWNER
NO TREE REMOVAL
Fo r your c on ven ie nce , the a bove quantitie s h ave been e stima ted. however this proposal is o n a unit pr ice bas is with pay me nt s to b e m a de o n
the actua l m easured qua ntitie s o f work compl e ted .
O n th e last d ay of each month pa rti a l estimates s ha ll be prepared includin g a ll of th e comple ted work plus a ll o f th e m a teria l o n ha nd fo r th e
un comple ted po rti on and s ha ll be pa id in full not later th a n th e 15th da y o f the fo ll o wing m o nth . F in a l e st im a te s ha ll be pre pare d immediatel y
upon com p le ti o n a nd s hall be paid within 15 d ays . A ll estimates n o t rece ived o n due d ate s h a ll be ar interest fr o m due d ate until d ate rece ived
at 12% per annum .
his a lso agreed by bot h pa rtie s to th is agreem e nt th at a n y a nd a ll costs of liti gati o n to o bt ai n m o ni es du e contracto r s h a ll be at th e ex pe ns e of
th e owne r.
Th is pro posa l is a lso ba se d o n a ll e ng in e ering , g rad es a nd a li g nme nts be in g furni s hed by th e o wne r, together w ith a ll necessary pe rmits fr o m
th e C ity , Co unty , State o r o th e r interes te d p a rties . O ur pri ces include o n-s ite di s po s a l of exces s m a te ri a ls . Oft~s ite dis po sa l w ill be the
res po ns ib ili ty of th e excavati o n co ntractor .
Yo ur acce p ta nce o f t hi s proposa l by s ig ning a nd returning o ne co py to us within (10 ) days a nd th e approval by us o f cre dit arran gem e nt wi ll
constitute a c o ntract be tw e e n us . This pro posa l o r contra ct is s ubj e ct to cance ll atio n if a N atio n al E m e rgency s ho uld cau se m a te rial s to
becom e u nava il a bl e .
ACCEPTED :
(Owner)
By
Title
Bank Ref
Date
Walker Utilities, Inc.
(Contractor)
Steve Salsbury
Estimator
Title
Attes t