Loading...
HomeMy WebLinkAboutContract 33635 COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. ab�b WHEREAS, CL Texas, L.P., a Texas Limited Partnership, hereinafter called "Developer", desires to make certain improvements to Summer Creek Ranch, Section XIII, Phase B, 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: That said Developer, acting herein by and through Gary McAtee, its duly authorized Vice President, and the City, acting herein by and through Marc Ott, its duly authorized Assistant City Manager, for and in consideration of the covenants and conditions contained herein, do hereby agree as follows: 1. 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. 05-16-06 P02 :54 IN 'lp' Summer Creek Ranch Section XIII Phase B I I"'1�; IU LEK E. The contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section II, of the Policy. 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 OFFlC U !RECORD Summer Creek Ranch Section XIII Phase B CIS 6E 'QELAI 2Y SUMMARY OF COSTS Summer Creek Ranch Section XIII, Phase B Item Developer City Cost Total Cost Cost A. Construction $ - 1. Streets $ 277,855.20 $ 277,855.20 2. Storm Drainage $ 91,588.00 $ 91,588.00 3. Street Lights $ 26,400.00 $ 26,400.00 4. Street Name Signs $ 700.00 $ 700.00 B. Engineering Design $ - C. Construction Engineering and Management by DOE 4% $ 14,777.73 $ 14,777.73 TOTALS $ 411,320.93 1 $ - $ 411,320.93 Notes: 1. All Preliminary Plats filed after July 2000 will require sidewalks on all streets. The developer is responsible for installation of sidewalk and a separate financial guarantee is required in the form of a bond or check for the cost of the sidewalk. 2. Developer's column for Item C represents four percent (4%) cost for construction inspection fees and materials testing. The City will pay additional inspection fee over 4%. 3. City not preparing plans and specifications. Summer Creek Ranch Section XIII, Phase B construct current and future improvements provided for in this agreement. 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, BI, 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 $411,320.93. Summer Creek Ranch Section XIII, Phase B EXHIBIT"A" BID SCHEDULE CL TEXAS,L.P.,A TEXAS LIMITED PARTNERSHIP SUMMER CREEK RANCH,SECTION XIII,PHASE B PAVING CONTRACT Item Estimated Total Total No. Quantity Unit Description of Item with Total Unit Price Written in Words Unit Price Amount 1 10,256 SY Furnish&Install Six-Inch Reinforced 3,000 psi Concrete Paving including 7-inch curb,complete in place, for Twenty dollars and Ninety Five cents per Square Yard $ 20.95 $ 214,863.20 2 . 10,884 SY Perform Initial Lime Stabilized Subgrade Preparation, in locations specified per geotechnical recommendations, complete in place, for One dollar and Seventy Five cents per Square Yard $ 1.75 $ 19,047.00 3 . 163 TON Furnish Hydrated Lime(30 lbs/SY)for Subgrade Stabilization, for Ninety Five dollars and No cents perTon $ 95.00 $ 15,485.00 4 . 58 LF Connect to Existing Pavement,complete in place, for Twenty dollars and No cents per Linear Foot $ 20.00 $ 1,160.00 5 . 2 AC Seed and Fertilize Road Right-of-Way for One Thousand Two Hundred dollars and No cents per Acre $ 1200.00 $ 2,400.00 6 . 12 EA Famish&Install Barrier Free Ramps, as detailed on plans.Complete in place, for Six Hundred Fifty dollars and No cents per Each $ 650.00 $ 7,800.00 7 . 11 EA Adjust Manhole Rim in Pavement,complete in place, for One Hundred dollars and No cents per Each $ 100.00 $ 1,100.00 E'a i� 7 D EXHIBIT"A" BID SCHEDULE CL TEXAS,L.P.,A TEXAS LIMITED PARTNERSHIP SUMMER CREEK RANCH,SECTION XIII,PHASE B PAVING CONTRACT Item Estimated Total Total No. Quantity Unit Description of Item with Total Unit Price Written in Words Unit Price Amount 8 . 10 EA Furnish&Install Concrete Light Pole Base,including excavation, PVC conduit,and backfill,complete in place, for One Thousand Six Hundred dollars and No cents per Each $ 1600.00 $ 16,000.00 TOTAL FOR SUMMER CREEK RANCH,SECTION XIII,PHASE B-PAVING CONTRACT $ 277,855.20 (Unit prices are to be shown in both words and figures. In case of discrepancy,the unit price in writing will prevail. Prices listed above are the only compensation to be made. All items,if workis required tocomplete the work as shown in the plans and as specified which are not listed as a pay item in this proposal,are considered subsidiary to the item and the cost ofthe subsidiary work should be included.) C� ECSYXPY EXHIBIT"A" BID SCHEDULE CL TEXAS,L.P.,A TEXAS LIMITED PARTNERSHIP SUMMER CREEK RANCH,SECTION XIM PHASE B UTILITIES CONTRACT Item Estimated Total Total No. Quantity Unit Description of Item with Total Unit Price Written in Words Unit Price Amount WATERLINE ITEMS 1. 2,894 LF Furnish&Install 8-inch DR-14 Water Main,including trenching, embedment,backfill,testing and sterilization,complete in place, for Eighteen dollars and Fifty cents per Linear Foot $ 18.50 $ 53,539.00 2. I1 EA Famish&Install 8-inch Gate Valve,including valve box and blocking complete in place, for Six Hundred Fifty dollars and No cents per Each $ 650.00 $ 7,150.00 3. 7 EA Famish&Install Fire Hydrant Assembly including hydrant, 6-inch lead,line valve and box,fittings,and concrete blocking, complete in place, for One Thousand Eight Hundred Fifty dollars and No cents per Each $ 1,850.00 $ 12,950.00 4. 81 EA Famish&Install 1-inch Water Service,including tap,service line, stops,and meter box,complete in place, for Three Hundred Fifty dollars and No cents per Each $ 350.00 $ 28 350.00 5. 1,632 LB Famish&Install Cast Iron Water Main Fittings,including polywrap, complete in place, for One dollar and Fifty cents per Pound $ 1.50 $ 2,448.00 6. 2,894 LF Design and Implementation of Trench Safety system including sheeting,shoring andbracing,complete in place, for No dollars and Ten cents per Linear Foot $ 0.10 $ 289.40 SUBTOTAL WATERLINE ITEMS $ 104,726.40 � )ikC 0,1Y"" TEX. EXHIBIT"A" BID SCHEDULE CL TEXAS,L.P.,A TEXAS LIMITED PARTNERSHIP SUMMER CREEK RANCH,SECTION XDI,PHASE B UTILITIES CONTRACT Item Estimated Total Total No. Quantity Unit Description of Item with Total Unit Price Written in Words Unit Price Amount STORM SEWER ITEMS 7. 50 LF Famish&Install 21-inch Reinforced Concrete Pipe,including excavation,embedment and backfill,complete in place, for Thirty Five dollars and No cents per Linear Foot $ 35.00 $ 1,750.00 8. 68 LF Furnish&Install 30-inch Reinforced Concrete Pipe,including excavation,embedment and backfill,complete in place, for Fifty Five dollars and No cents per Linear Foot $ 55.00 $ 3,740.00 9. 880 LF Furnish&Install 36-inch Reinforced Concrete Pipe,including excavation,embedment and backfill,complete in place, for Seventy dollars and No cents per Linear Foot $ 70.00 $ 61,600.00 10. 5 EA Furnish and Install 10-Foot Curb Inlet,including excavation,backfill and materials,complete in place, for One Thousand Nine Hundred Fifty dollars and No cents per Each $ 1,950.00 $ 9,750.00 11 . 1 EA Furnish and Install 15-Foot Curb Inlet,including excavation,backfill and materials,complete in place, for Two Thousand Nine Hundred dollars and No cents per Each $ 2,900.00 $ 2,900.00 12. 2 EA Furnish and Install Standard Storm Sewer Manhole,including excavation, embedment and backfill,complete in place, for Two Thousand Seven Hundred dollars and No cents per Linear Foot $ 2,700.00 $ 5,400.00 13. 998 LF Design and Implementation of Trench Safety system including sheeting shoring and bracing complete in place, for One dollar and No cents per Linear Foot $ 1.00 $ 998.00 14. 1090 LF Grade V-Ditch swale south of Summer Creek Ranch Section XIII,Phase B as detailed on grading plans,complete in place, for Five dollars and No cents per Linear Foot $ 5.00 $ 5,450.00 SUBTOTAL STORM SEWER ITEMS $ �rvn)�p}���Ipp(g� � r,W6�N:U FG `i�G T. ` offl, TLEK. • • e EXHIBIT"A" BID SCHEDULE CL TEXAS,L.P.,A TEXAS LIMITED PARTNERSHIP SUMMER CREEK RANCH,SECTION XIH,PHASE B UTILITIES CONTRACT Item Estimated Total Total No. Quantity Unit Description of Item with Total Unit Price Written in Words Unit Price Amount SANITARY SEWER ITEMS 14. 2,346 LF Furnish and Install 8-inch Diameter SDR-35 PVC Sanitary Sewer,including trenching embedment backfill and testing,complete in place, for Twenty Four dollars and Fifty cents per Linear Foot $ 24.50 $ 57,477.00 15. 227 LF Furnish&Install 8-inch Diameter SDR-26 PVC Sanitary Sewer,including trenching embedment,backfill,and testing,complete in place, for Twenty Six dollars and No cents per Linear Foot $ 26.00 $ 5,902.00 16. 9 EA Furnish&Install Standard 4-Foot Diameter Sanitary Sewer Manhole,with water tight insert, including excavation,backfill and castings,complete in place, for One Thousand Five Hundred dollars and No cents per Each $ 1,500.00 $ 13,500.00 17. 79 EA Furnish&Install Standard Sanitary Sewer Service Connection,including cap,with two-way cleanout, trenching,embedment,backfill,fittings,and marker,complete in place, for Three Hundred Forty Five dollars and No cents per Each $ 345.00 $ 27,255.00 18. 2,573 LF Perform Post T.V.Sanitary Sewer Inspection trenching embedment,backfill,fittings,and marker,complete in place, for One dollar and No cents per Linear Foot $ 1.00 $ 2,573.00 19. 2,573 LF Design and Implementation of Trench Safety system including sheeting shoring and bracing complete in place, for One dollar and No cents per Linear Foot $ 1.00 $ 2,573.00 SUBTOTAL SANITARY SEWER ITEMS $ 109,280.00 SUMMARY SUBTOTAL WATERLINE ITEMS $ 104,726.40 SUBTOTAL STORM SEWER ITEMS $ 91,588.00 SUBTOTAL SANITARY SEWER ITEMS $ 109,280.00 TOTAL FOR SUMMER CREEK,SECTION XIII,PHASE B-UTILITIES CONTRACT $ 305,594.40 (Unit prigs are to be shows in both worts and fi@nes. In cane ofdisaepancy,the unit price is writing will prevail Prices listed above are the only compensatbn to be made.All items,ifwork is required to complete the work as shown in the plans and as specified which are not listed as a pay item in this proposal,=considered subsidiary to the item and the cost of the subsidiary work should be included.) kVIC�w� � �i EXHIBIT"A" BID SCHEDULE CL TEXAS,L.P.,A TEXAS LIMITED PARTNERSHIP SUMMER CREEK RANCH,SECTION XIII,PHASE B BID SUMMARY BID SECTIONS Bid Amount 1. TOTAL WATER BID 104,726.40 2. TOTAL SANITARY SEWER BID 109,280.00 3. TOTAL STORM SEWER BID 91,588.00 4. TOTAL PAVING BID 277,855.20 TOTAL FOR SUMMER CREEK RANCH,SECTION XHI,PHASE B 583,449.60 (Ueit price ore to be shows is both,wrds end figures.to—.of duraepsucy,the unit pries in writing will prevail.Rica listed above w the only composudon to be made Ag items,if wilds required tocomplete the wrL-asshows in the plans and m specifiedwhich—set listed a.py item in this proposal,are assidared subsidiary to the it®and the cost of the subsidiary wrk should be included.) Conowt« ltr"a .�r ftiw�l.-� 'TX L� Authorized Sipow 1R' Ak - 8CTJ/`UV G U � u`l9 ' GL, I. STREET LIGHT COST ESTIMATE QUANTITY UNIT COST TOTAL COST INTERSECTIONS 7 EA $ 2, 000 $14, 000 .00 MID-BLOCK RESIDENTIAL 2 EA $ 2, 000 $4, 000 .00 CHANGE OF DIRECTION RESIDENTIAL 3 EA $ 2, 000 $6, 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 $24,000.00 City' s Cost $00, 000 . 00 Developer's Subtotal $24,000.00 10% Contingencies $2,400.00 Project Total $26,400.00 Adjacent Developer's Cost $0,000.00 Developer's Cost $26,400.00 2% Inspection Fee $0,00.00 CFA CODE #2004126 DEVELOPER'S COST: $26,400.00 SUMMER CREEK RANCH, PHASE XIII-SECTION B September 7, 2004 Fort Worth, Texas September 7, 2004 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 it's 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: $26,400.00 SUMMER CREEK RANCH, PHASE XIII SECTION S September 7, 2004 FORT WORTH, TEXAS CFA CODE #2004126 Page II of Exhibit C �,i, j �:3 III . "STREETLIGHTS" INTERSECTIONS BARBERRY TREE COVE 6 WIMNNIPEG WAY 1 BARBERRY TREE COVE 6 ELKHART DR 1 WILLOW BRANCH WAY 6 WILLOW BRANCH CT 1 WILLOW BRANCH WAY 6 ELKHART DR 1 PRESTON CREEK WAY 6 ELKHART DR 1 SOUTH HULEN ST 6 WINNIPEG WAY 1 ELKHART DR 6 ELKHART CT 1 MID-BLOCK ELKHART DR 2 CHANGE OF DIRECTIONS WILLOW BRANCH CT 1 PRESTON CREEK WAY_ 1 ELKHART CT 1 SUMMER CREEK RANCH, PHASE XIII- SECTION 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 seven (7) intersections at a cost to the Developer of$700.00: Elkhart Dr & Willow Branch Way Elkhart Dr & Elkhart Ct Elkhart Dr & Preston Creek Way Elkhart Dr & Barberry Tree Cove Winnipeg Way & Barberry Tree Cove Winnipeg Way & S Hulen St. Willow Branch Ct & Willow Branch Ct Summercreek Ranch Phase XIII Section B CFA code: 2004126 September 2, 2004 0FFICIil,1 E C 0 k CITY z LLI w z = m W v 'oO U) SOMME CREE R I S I NGER RA cRoc oo` moo NORTH w CROWLEY z CLEBURNE Z m w NE SON u 0 PROJECT 0 L 0C TION VICINITY MAP N.T.S. LOCATION MAP SUMMER CREEK RANCH SECTION XIII,PHASE 8 CL TEXAS,L.P.,A TEXAS LIMITED PARTNERSHIP 5495 BELTLrE SLATE 225 DALLAS,TEXAS 75254 . . . , . ` N NAVARRO STREET 7 20 25 24 23 22 26 27 28 29 30 31 32 31 34 35 36 37 38 39 40 41 42 43 44 45 46 47 10 -RR REE C.VE BARBERRT TREE COVE 712 1 49 SUMME 25 26 147 To 27 15 24 1 14 LINE 16 23 47 52 56 55 54 53 52 51 48 50 53 45 30 DRIVE 31 43 19 o CL 18 -3 [T5 - 9 1 20 32 F- 8 41 39 21 58 57 56 55 38 10 4 35 22 11 16 5 52 23 1. ELKHART DRIVE Ap 15 17 4b 41 48 49 51 12 18 19 2:T21 22 23 7 13 14 L AT M- __' INE SUMMER CREEK RANCH SECTION XIII , PHASE C PROD EXHIBIT ^8^ CITY, SF'l---ARAlLp.Y PAVING PLAN N SII W NAVPRPp<'REET ((j5 �m !1 F71, NP-EX ISTI NGSUMMER CREEK RANCH BARBERRY TREE COVESECT.-ION.XI11 ) PHASE A __.- F IOE 4333 P5 w :PHASE LINE ....... Ld o 15 n 47W. 56 55 54 53 52 51 50 48 / 45 - _. ........ ... O / \ _ Z 17 I _ ELKHART DRIVE 49 1 ,.w ( CARRICE OR IVE055ING Ja a _ �3 44 =Q 18 2 3 6 43 0 19 I rcl I 7 42 2 O Itnl o 20 g 41 �I \ 40 I I 3 21 58 57 56 55 54 53 9 39 34 I A\ 10 3P / 36 37 36 I 4 'Z E. I - 35 22 w 7 1 16 � o f 5 p h WIELOW-BRAiCH Z00K1- - 52 I q ELKHMT DRIVE 23 6 W 17 46 47 48 49 51 12 8 19 20 iq 21 22 23 I- I � WINNIPEGWAY ... PHASE',L INE. N ,c j 1 FUTURE ... - -.. .. ._ SUMMER CREEK RANCH SECTION XIII . PHASE C EXHIBIT "B-1" STORM DRAINAGE PLAN SUMMER CREEK RANCH SECTION XIII,PHASE B CL TEXAS,L.P. A TEXAS LIMITED PARTNERSHIP 5465 BELTLINE SUITE 225 DALLAS,TEXAS 75254 N .....- — t ._...... 18 12 l 6 NAVARRO STREET I , r I 71 ( I \ 20 ` 25 I 24 23 I 22 2i e ....... _ _ m _........ sa� 1 "` — �"" y 26 `( 27 I 28 I 29 II 31 I 32 jI 3.', 34 Ip 35 I 36 37 I 38 I 39 I 4G 41 I 42 I 43 I 44 45 ( 46 I 47 ' 48 iG I' E I I 1 1 I 1 1 ( I i I I I I I I I 1 I I >✓ ...... i i I_ _ i. .1 I - _ i .. ....... __. .._ ......_.. ...... _ ...... ____ _ _.. .__... ____ _. .._........ _._.... BARBERRY TREE COVE ' 1 ............ ' ( _ ( _ ...... ... ... 4 91z S MME� C EKIRA -.....- .......... H ISr- - -- T_ T ITIM I �CTIOXII PHAE 425 iTZ4 I 13 10 11 13 50 , I ( I I I ( I FS —! 1 24 27 t - - 14 I PHASE LIN 16 �— 23 52 W I i..... 15 I LLJ 47 46 .......... I W� Z52 55 54 53 52 5150 48 22 T 29 I — — � Lu 16 45 .L — — 53 = I ELKHART DRIVE J 49 \ / 21 CARR ICE CROSS INC We 4. 17 - -_' __.... _ DRIVE J` 44 18 5 vi 19 I 20 32 1 IHv 1 2 3 4 6 43 19 2 0� 7 42 V1 8 41 33 I 20 1 9 \ 40 I 3 34 21 58 57 56 55 54 \ 39 38 53 10 �3 \ 37 36 1 4i2 I 35 L23 16 5 11 y WLLOw BRANCH COURT 52 Q - ELKHART DRIVE t 6 W 15 I 46 47 48 49 51 12 17 18 19 —. 50 14 20 21 22 23 1 7 13 W_......-...........� .............. - SUMMER CREEK RANCH SECTION XIII, PHASE C f ! 1 EXHIBIT "CII STREET LIGHTING PLAN SUMMER CREEK RANCH SECTION XIII,PHASE B CL TEXAS,L.P. TEXAS SUTEED PARTNERSHIP DALLAS,TEXAS 75254