Loading...
HomeMy WebLinkAboutContract 33541 COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No.� WHEREAS, Barham & Harris Development One, L.P., hereinafter called "Developer", desires to make certain improvements to Parkview Hills Addition, Phase 4A & 413, an addition to the City of Fort Worth, Texas; and WHEREAS, the said Developer has requested the City of Fort Worth, a municipal corporation of Tarrant and Denton Counties, Texas, hereinafter called "City", to do certain work in connection with said improvements. 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: I. 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, is hereby incorporated into this Community Facilities Contract as if copy herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder. B. The requirements of the Policy shall govern this Community Facilities Agreement, provided, however, that any conflict between the terms of this Community Facilities Agreement and the Policy shall be resolved in favor of this Agreement. C. Developer shall provide financial security in conformance with paragraph 6, Section II, of the Policy. D. The Developer shall award all contracts for the construction of community facilities in accordance with Section II, paragraph 7 of the Policy. E. The contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section II, of the Policy. _ OFFIQ� SEI M r Parkview Hill PhA Sec. AB-Newer CFA 4°/d and Utilities 01 12 061 Cid rn�4 H I TEi . 4 F. 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. G. Developer shall install or adjust all of the required utilities to serve the development or to construct the improvements required herein. H. In the event that City participation exceeds $25,000, Developer agrees that no street construction or storm drainage will begin prior to City Council approval of this Community Facilities Agreement. (Article 104.100, Ordinance 7234). I. Developer agrees that no lot shall be occupied under a certificate of occupancy until the improvements required herein have been constructed(Article 104.100, Ordinance 7234). J. Developer hereby releases and agrees to indemnify and hold the City harmless for any inadequacies in the preliminary plans, specifications and cost estimates supplied by the Developer for this contract. K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer required to construct current and future improvements provided for in this agreement. i Parkview Hill Ph.4 Sec. AB-Newer CFA 41/2and Utilities 01 12 061 L. Developer agrees to construct proposed improvements as shown on the exhibits attached hereto. The following exhibits are made a part hereof. Water (A)None; Sewer (A-1) None; Paving (B)Attached Storm Drain(B-1)Attached; Street Lights and Signs (C)Attached. M. 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. II. Street and Storm Drain Facilities A. The Developer(s) agree to install or to cause to have installed, the street, storm drainage, street lighting, street name sign and other community facilities improvements shown as "current improvements" on the attached Exhibits B, B 1, and C. B. As shown below in the "Summary of Cost for Street and Storm Drain Facilities", the Developer shall fund its share of "current improvements" and shall pay to the City for its share of the cost of street, storm drainage, street lighting, street name signs as shown on the attached Exhibits B. B 1, and C. The estimated total cost of current improvements and related support services specified in this agreement, including design, construction and inspection is estimated to $1,100,620.36. CITY MN ,; Y Parkview Hill Ph.4 Sec. AB-Newer CFA 40/3and Utilities 01 12 061 °' u 5 SUMMARY OF COST Parkview Hills Addn. Phase 4 Sections A & B Item Developer City Cost Total Cost Cost A. Construction $ - 1. Streets $521,202.15 521,202.15 2. Storm Drainage $498,240.50 498,240.50 3. Street Lights $39,600.00 39,600.00 4. Street Name Signs $800.00 800.00 B. Engineering Design $ C. Construction Engineering and Management by DOE $ $ 4% 40,777.71 40,777.71 TOTALS 1,100,620.36 $ - 1,100,620.36 Notes: 1. All Preliminary Plats filed after July 2000 will require sidewalks on all streets. 2. Developer's column for Item C represents four percent(4%) cost for construction inspection fees. The City will pay additional inspection fee over 4%. 3. City not preparing plans and specifications. 4. Paid $18,782.36 for future improvements for Bob Hanger Road. Parkview Hill PhA Sec. AB-Newer CFA 4°/4and Utilities 01 12 061 tiff E' 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 triplicate,at Fort Worth,Texas thi the da of 2006. E CITU EYD Approval Recommended: Transportation and Public Works Department Robert Goode, P. E. Director ty o rth NO M&C REQUIRED Ci Marc Ott Assistant City Manager ATTEST: Marty Hendrix City Secretary- Approved ecretaryApproved as to Form: - a7y/ Assi t Ci Attrney ATTEST: DEV ER eha velopment One,L.P. Corporate Secretary Ro President Bas, Inc. It'stner Parkview Hill Ph.4 Sec. AB-Newer CFA 41/a5and Utilities 01 12 061 cirf *ri-alEaff OkIN, 0. 3. BID PROPOSAL FORM PROPOSAL B: WATER,SANITARY SEWER AND STORM DRAINAGE ITEM APPROX. UNITS DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUAN. BID PRICES WRITTEN IN WORDS PRICE AMOUNT 400 4 EA. Standard 10-Foot Curb Inlet; Per Each: $ 1,900.00 $ 7,600.00 401 4 EA. Standard 20-Foot Curb Inlet; Per Each: $ 3,000.00 $ 12,000.00 402 2 EA. Standard 6-foot Square Storm Drain Manhole;Per Each: $ 2,700.00 $ 5,400.00 403 4 EA. Standard 4-foot Square Storm Drain Manhole;Per Each: $ 1,800.00 $ 7,200.00 404 508 L.F. 24-Inch Class III RCP including Excavation,Bedding and Backfill;Per Linear Foot: $ 45.00 $ 22,860.00 405 164 L.F. 27-Inch Class III RCP including Excavation,Bedding and Backfill;Per Linear Foot: $ 50.00 $ 8,200.00 406 98 L.F. 30-Inch Class III RCP including Excavation,Bedding and Backfill;Per Linear Foot: $ 60.00 $ 5,880.00 407 1,243 L.F. 39-Inch Class III RCP including Excavation,Bedding and Backfill;Per Linear Foot: $ 90.00 $ 111,870.00 408 500 L.F. 54-Inch Class III RCP including Excavation,Bedding and Backfill;Per Linear Foot: $ 145.00 $ 72,500.00 409 500 L.F. 10'x 6'Reinforced Concrete Box Culvert including Excavation and Backfill;Per Linear Foot: $ 440.00 $ 220,000.00 410 4 EA. Flared Concrete Wingwalls for Box Culvert,including Excavation and Backfill;Per Linear Foot: $ 2,700.00 $ 10,800.00 411 1 EA. Standard Type"A"Headwall with Flared Wings for 39-inch RCP;Per Each: $ 2,100.00 $ 2,100.00 412 1 EA. 1 V AH Sloped Concrete Headwall for 24"RCP;Per Each: $ 2,200.00 $ 2,200.00 413 1 LS. Remove Existing Sloped Headwall, RipRap and 35 L.F.of Existing 24" RCP,haul off;Per Lump Sum: $ 1,200.00 $ 1,200.00 414 2 EA. Plug 27"RCP for Future Extension; Per Each: $ 375.00 $ 750.00 BFP-4 3. BID PROPOSAL FORM 415 8 EA. Curb Inlet Sediment Filter,including Installation and Maintenance;Per Each: $ 100.00 S 800.00 416 3,650 S.Y CURLEX ll Erosion Control Blanket; Including Installation and Maintenance;Per Square Yard: $ 0.95 S 3,467.50 417 15 S.Y. Type"A"Grouted Rock Rip-Rap;Per Square Yard: S 60.00 S 900.00 418 2,513 L.F. Trench Safety;Per Linear Foot: $ 1.00 $ 2,513.00 SUBTOTAL PROPOSAL B(STORM): S 498,240.50 SUBTOTAL PROPOSAL B(WATER): $ 208,776.00 SUBTOTAL PROPOSAL B(SEWER): $ 222,762.00 TOTAL PROPOSAL B: $ 929,778.50 IBS ��CJ:,RHkPy BFP-5 TEXI 3. BID PROPOSAL FORM All other items required by the plans to complete the project but not specifically listed in the proposal above shall be considered subsidiary and shall be included in the unit prices in the proposal. Within ten (10) days after acceptance of this Proposal, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The Bidder agrees to begin construction within ten 10 calendar days after issue of the work order,and to complete the contract within the calendar days below after beginning construction as set forth in the written work order to be furnished by the Owner. The undersigned agrees to'complete the work as follows: To complete Proposal B: Water, Sanitary Sewer and Storm Drainage, including manhole, inlet and valve adjustments, and Proposal C: Pavement, including anticipated delay days due to inclement weather or muddy ground conditions in calendar days. I(we)acknowledge receipt of the following addenda to the plans and specifications,all of the provisions and requirements of which have been taken into consideration on preparation of the foregoing bid: Addendum No. 1 (Initials) Addendum No.3(Initials) Addendum No.2(Initials) Addendum No.4(Initials) Respectfully submitted, Conatser Construction By: Title: President of Conatser Management Group.Inc.,G.P. Address: 5327 Wichita Street P.O.Box 15804 Fort Worth,TX 76119 Telephone: 817.534.1743 (Seal) Date: f 12.11,% BFP-7 3. BID PROPOSAL FORM PROPOSAL C:PAVEMENT ITEM APPROX. UNITS DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUAN. BID PRICES WRITTEN IN WORDS PRICE AMOUNT 500 1,074 S.Y. 6-Inch Concrete Pavement(37'b-b) Including Reinforcing and Joints;Per Square Yard; S 22.25 S 23,896.50 501 17,487 S.Y. 6-Inch Concrete Pavement (29'b-b) Including Reinforcing and Joints;Per Square Yard; S 21.75 S 380,342.25 502 19,739 S.Y. 6-Inch Lime Stabilized Subgrade;Per Square Yard: S 1.85 S 36,517.15 503 296 Ton Lime;Per Ton: S 97.00 S 28,712.00 504 10,602 L.F. 7-Inch Attached Concrete Curb;Per Linear Foot: S 1.00 S 10,602.00 505 120 L.F. Std.Metal Beam Guard Rail with 25' Approach Section,Incl.All Fittings, Posts; Per Linear Foot: S 55.00 S 6,600.00 506 134 L.F. Texas Classic Combination Railing (TXDOT Type C411) for Culvert;Per Linear Foot: S 120.00 S 16,080.00 507 4,124 S.F. 4-foot Wide,4-inch Thick Sidewalk; Per Square Foot: S 2.75 S 11,341.00 508 2 EA. Standard Handicap Ramp;Per Each: S 600.00 S 1,200.00 509 9 EA. Standard Dead End Barricade;Per Each: S 500.00 S 4,500.00 TOTAL PROPOSAL C: S 519,790.90 PROPOSAL SUMMARY TOTAL PROPOSAL B: S 929,778.50 TOTAL PROPOSAL C: S 519,790.90 GRAND TOTAL PROPOSAL B+C S 1,449,569.40 (Utilities and Paving) C)AIL Kl'-'5 BFP-6FTi �'y�ifil EX. Opinion of Probable Cost DATE: REV 12-16-05 JOB NO.: 04170 OWNER: BARHAM AND HARRIS DEVELOPMENT ONE, L.P. PROJECT: PARKVIEW HILLS PHASE 4A,B: EXHIBIT B - STREETS ITEM NO. DESCRIPTION TOTAL QTY. UNIT UNIT PRICE COST DEVELOPER COST 1 6" Reinf. Concrete Pavement, 37' b-b 1,074 S.Y. 22.25 $23,896.50 2 6"Reinf. Concrete Pavement, 29' b-b 17,487 S.Y. 21.75 $380,342.25 3 7"Attached Curb 10,602 L.F. 1.00 $10,602.00 4 6" Lime Stabilized Subgrade 19,739 S.Y. 1.85 $36,517.15 5 Lime (6%) 296 Ton 97.00 $28,712.00 6 Handicap Ramp 3 Ea. 600.00 $1,800.00 7 Std. Metal Beam Guard Rail w/Transitions 120 L.F. 55.00 $6,600.00 8 Texas Classic Comb. Railing (C41 1) 134 L.F. 120.00 $16,080.00 9 4'Wide,4"Thick Sidewalk 4,419 S.F. 2.75 $12,152.25 10 Std. Dead End Barricade 9 L.F. 500.00 $4,500.00 SUBTOTAL DEVELOPER COST $521,202.15 BORDER STREET COST 1 6" Reinf. Concrete Pavement, 41' b-b 934 Sy 22.00 $20,548.00 2 7-inch Attached Curb 397 LF 2.00 $794.00 3 6-inch Lime Stabilized Subgrade 979 Sy 2.25 $2,202.75 4 Lime (27 lbs /SY) 13 TON 105.00 $1,365.00 5 4' Concrete Sidewalk 410 LF 14.00 $5,740.00 6 Type III Sidewalk Ramp 2 EA 450.00 $900.00 7 Storm Drain (Not Required)* LS 0.00 $0.00 8 Street Lights 1 EA 2,000.00 $2,600.00 Contingency (10%) $3,414.98 SUBTOTAL FULL STREET WIDTH (41' b-b) $37,564.73 SUBTOTAL HALF STREET WIDTH $18,782.36 TOTAL DEVELOPER COST $539,984.51 * Top of the hill; Drainage thru PVH 4A PREPARED: KBM CHECKED BY: SHEET NO.: 4 CIVILworks Engineering BF, {,. 1192 Boling Ranch Road * Azle, Texas 76020Phone(817) 448-9595 ' F a x(8 7 � ij I. STREET LIGHT COST ESTIMATE QUANTITY UNIT COST TOTAL COST INTERSECTIONS 7 EA $ 2, 000 $14, 000 . 00 MID-BLOCK RESIDENTIAL 10 EA $ 2, 000 $20, 000. 00 CHANGE OF DIRECTION RESIDENTIAL 1 EA $ 2, 000 $2, 000. 00 MID-BLOCK COLLECTOR 0 EA $ 2, 000 $0, 000. 00 MID-BLOCK ARTERIAL PARKWAY 0 EA $ 2, 500 $0, 000 . 00 MID-BLOCK ARTERIAL MEDIAN 0 EA $ 2, 500 $0, 000. 00 RELOCATE EXISTING LIGHT 0 EA $ 1, 500 $0, 000 . 00 Subtotal $36,000.00 City' s Cost $00 ,000.00 Developer' s Subtotal $36,000.00 10% Contingency $3, 600.00 Project Total $39,600.00 Adjacent Developer' s Cost $00,000.00 Developer's Cost $39, 600.00 2% Inspection Fee $00,000.00 CFA CODE #2005143 DEVELOPER' S COST: $39,600 .00 PARKVIEW HILLS ADDITION, PHASE IV- SECTIONS A&B November 1, 2005 Fort Worth, Texas November 1, 2005 PAGE I OF Exhibit C II . STREET LIGHTS WORK DESCRIPTION: 1. The Developer shall provide for the installation of streetlights at the approximate locations shown in Exhibit "C", immediately after final acceptance of the street construction, in accordance with engineering plans and specifications approved by the Transportation and Public Works Department. 2. Streetlights on residential and /or collector streets can be installed using overhead or underground conductors with the approval of the Director of Transportation and Public Works . 3. The City will install all the streetlights that use overhead or underground conductors on residential, and collector streets . The developer agrees to pay the city the amount shown below prior to the City starting its design efforts . 4 . Streetlights on arterial streets shall be installed with underground conduit and conductors . 5. The Developer agrees to dedicate all easements required for the installation and maintenance of the street lights and to provide for the installation of any electrical transformers required for the proper operation of the street lights 6. The estimated cost of this street light installation is detailed on page 1 of exhibit C and is summarized below, the street lights will remain the property of, and will be maintained by the City of Fort Worth. DEVELOPER'S COST: $39,600 .00 PAKVIEW HILLS ADIITION, PHASE IV-SECTIONS A & B November 1, 2005 FORT WORTH, TEXAS CFA CODE #2005143 Page II of Exhibit C III "STREETLIGHTS" INTERSECTIONS PARKVIEW HILLS IN & TURTLE STREAM DR 1 PARKVIEW HILLS LN & BRAHMA IN 1 PARKVIEW HILLS IN & WATERLOO IN 1 PARKVIEW HILLS IN & FALCONER WAY 1 PARKVIEW HILLS IN & STREET A 1 WATERLOO IN & CREEK HILL 1 FALCONER WAY & CREEK HILL IN 1 MID BLOCK PARKVIEW HILLS IN 6 TURTLE STRAEM IN 1 CREEK HILL IN 2 FALCONER WAY 1 CHANGE OF DIRECTIONS PARKVIEW HILLS IN 1 PARKVIEW HILLS ADDITION, PHASE IV-SECTION A & B Page III of Exhibit C Iv STREET NAME SIGNS 1. The City of Fort Worth will install the street name signs upon final approval of the street construction. The street name signs will remain the property of, and will be maintained by, the City of Fort Worth. 2. The Developer will pay for the street name sign installations required for this development to the extent of$100.00 per intersection. This unit cost will be revised annually by the Department of Transportation and Public Works to reflect prevailing costs of materials and labor. 3. This development creates the following eight (8) intersections at a cost to the Developer of$800.00: Brahma Tr & Bob Hanger Rd Parkview Hills Lane & Brahma Tr Parkview Hills Lane &Turtle Stream Dr Parkview Hills Lane & Waterloo Lane Parkview Hills Lane & Falconer Way Parkview Hills Lane & (unnamed street) Creek Hill Lane & Waterloo Lane Creek Hill Lane & Falconer Way Parkview Hills Addition, Phase 4, Section A & B CFA code: 2005143 October 29, 2005 CITY MCIMF RECEIVED z m o Q o w I A3 o Q N N00 PiJHM _.J Q cn z U � o rn W Wi z C w a o W I a w m W 3 Q I 3 2 (L 0131 831S3H0 NNN3l9 0 N3 dHN0021 zI t�y N33 OW C N Off, �Z�" MO YV NOl a o LO WbS 0 MOOV3AN8 3 N a ICa CO — 8 m� v NVH o a � � Q p NOSNH _ SIIIIJ OZ 0 100 Q NM0280 NV�2W z m C/1 3SInd HAS / L L I � .121380a - NNWM08 ' - W � 5:I ©- Wn _ — LOZZ, J — — — — ems lvoe F Q U m U Q u 1) 0 (-) U UI aJ T� u Of W Of w W ` —� VZ , _1 _ LLI CD LLiLO 1 i lD d N m t=i. A I LL LLJ 1Q od 00 Q -----�I 8-8,6Z V - - r tTl- - :�� �� ao WAY � o LLI Ld clq LLJ LLJ Cm LLI .r �1 � •f � �'f � u 0 i U OT r � LAJ LL C I i 114W.IWW.1 1 / d S o ;,.; E ILa- ri+ • U E �_ oFfl r i 1 ffi I ) 1 ff�l --�, a ��� IRAd sz -�" -- ay ar w 806 ---------- :. �..tc l J_ , cooIj '-I------ In NWrl=�_ — ------ ei Z 0 02 N w 0 1.1.1 ui x 10i a0 N ' O �fy -77, '\ r /�`� ■ J Lj \y C*4 fn F- LLICO 0LLJW LLI TTE[jT1z-3: N U �• y// O _ ^�„ /// e 01 ca F C-qq� 1 c/'1 L i LJ ---.ilwn 'kilo --- 0?! NVOW 808 1 , I I —� _ ♦^ LO I 1 00 Q 1 _ T_ _ W 00 V) w 0 T TI ui to z Y �X a p W W w 1 U i rl-lIt-FIE J. Z _ N IQ R Z a2o, J. $ Ov J. Z o.—Q ' rF��7N P 1� 2r C \ 2 0) L J.illlfll / /LL` h BTu L ^ r I ' I 1 I I I 1 1 1 1 1 Oil dIYJYH &SOB