Loading...
HomeMy WebLinkAboutContract 33990 COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No•&qq(D WHEREAS, Lennar Homes of Texas Land & Construction Ltd. , hereinafter called"Developer", desires to make certain improvements to Sandshell Heights Phase lI , 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, Denton and Wise 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: L 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, is hereby incorporated into this Community Facilities Agreement as if copied 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 11, of the Policy. D. Developer acknowledges that there shall be no reduction in the amount of financial security prior to project completion and acceptance b the City. E. The Developer shall award all contracts for tl e N o� Wul on of community facilities in accordance with Secti09fi%ftg dVWPc6(he Policy.Sandshell Height Phase II CFA-06 20 06RE Ii-`��' F. The contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section II, of the Policy. G. 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 damazes are caused, in whole or in part, by the alleged neelizence of the City of Fort Worth, its officers, servants, or employees. H. Developer shall install or adjust all of the required utilities to serve the development or to construct the improvements required herein. I. 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). J. 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). K. Developer hereby releases and agrees to indemnify and hold the City hannless for any inadequacies in the preliminary plans, specifications and cost estimates supplied by the Developer for this contract. L. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer required to g ,1 Cee IA' 917 Sandshell Height Phase II CFA-06 20 06 2 ' FT, construct current and future improvements provided for in this agreement. M. 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. N. 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, B1, 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 $361,334.02. Sandshell Height Phase II CFA-06 20 06 3 SUMMARY OF COST Sandshell Heights Phase II Item Developer City Cost Total Cost Cost A. Construction $ - 1. Streets $249,794.15 249,794.15 2. Storm Drainage $68,087.00 68,087.00 3. Street Lights $23,400.00 23,400.00 4. Street Name Signs $980.00 980.00 B. Engineering Design $ C. Construction Engineering and Management by DOE $ $ 4% 12,715.25 12,715.25 D. Materials Testing by DOE $ $ (2%) 1 6,357.62 1 1 6,357.62 TOTALS 361,334.02 $ - 361,334.02 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. Developer's column for Item D represents two percent (2%) of paving and storm drain costs for materials testing. Sandshell Height Phase II CFA-06 20 06 4 IN TESTIMONY WHEREOF, the City of Fort Worth has caused this instrument to be executed in triplicate 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 Dqvylover has executed this instrument in triplicate, at Fort Worth, Texas this the !��day of ` Jjl!� , 2006. Approval Recommended: Transportation and Public Works Department Robert Goode, P. E. Director NO M&C REQUI!� Cit of rt o Marc Ott Assistant City Manager ATTEST: DEVELOPER f)(-N\" By:Lennar Homes of Texas Land Marty Hendrix and Construction, Ltd. City Secretary a Texas Limited Partnership Approved as to Form: By: Lennar Tex fl Ir olding Company, a Texas C966oration, its General Partner Asgi-st�a y orney By: Steve en rt, (Vice President Date: 7 l3 ATTEST: Corporate Secretary u] �i E1C91� � Sandshell Height Phase II CFA-06 20 06 5 ' E A P V APR=14-06 12:05 FROM-Rodman Paving, Inc. 19723351433 T-496 P.005/OOT F-963 w U7'Q-tT LN- Ei i Page 2of2 Storm Drain 1 42"CLASS 111 RCP 294 LF $ 107.00 $ 31,458.00 2 30"CLASS 111 RCP 23 LF $ 61.00 $ 1,403.00 3 24"CLASS III RCP 270 LF $ 47.00 $ 12,690.00 4 21"CLASS ill RCP 21 LF $ 42.00 $ 882.00 5 TRENCH SAFETY 608 LF $ 0.50 $ 304.00 6 10'CURB INLET 4 EA $ 2,300.00 $ 9,200.00 7 4'SQUARE MANHOLE 1 EA $ 2,875.00 $ 2,875.00 8 5'SQUARE MANHOLE 1 EA $ 4,350.00 $ 4,350.00 9 TYPE 3 MANHOLE 1 EA $ 3,400.00 $ t,540.0010 REMOVE 5'DROP INLET&RIP RAP 1 LS $ 1,000.04 $ 0.0011 STORM WATER MGMT. 1 LS $ 525.00 $ 5.00 Subtotal For Storm Drain : $ 68,087.00 Bonds 1 TWO YEAR 100% 1 LS $ 5,206.751 $ 5,206.75 Grand Total: $ 292,054.00 Working Days Prior To Paving: 17 Working Days After Paving: 4 Bid is priced assuming water is available ON SITE. This proposal does not Include the following Items -Inspection Fees -Construction Material Testing -Permits -Geotech Testing -Impact, Tap Or Connection Fees -Traffic Control Plans -Construction Staking -Adjustment Of Existing Utilities -Engineering Control -Removal Or Replacement Of Paving -Water Meters Or Monitors -Erosion Control k= -Electrical Conduit Or Work -Rock Excavation(no geotech) -Sleeves -Import Of Select Material For Backfill -Landscaping -TV Inspection of Storm Drain -Tree Removal, Replacement Or Protection -Grade to Drain -Cathodic Protection -Process Or Compaction Of Spoils -Final Adjustment In Paving Areas -Locate Of Private Utilities -Offsite Export Of Spoils -Hydromuich, Seed Or Sod Sincerely, Bill Richardson Rodman Utilities, L.P. WIUJ-nnL . P.O.BOX 957,PRISCO,TX 75034 PHONE:972.335. RODMAN EXCAVATION,INC. RODMAN UNDERGROUND,INC. - RODMAN PAVING,INC- • R RODMAN POWER&COMMUNICATIONS,LLC. • WESTERN PLAINS RESOURCES,INC. APR-14-2006 13:54 19723351433 99 P.005 7 04721720A 6- 09:02 77714 596 7394 - AB&R ESTIMATING - - - _ 002 IL Austin Austin Bridge & Road s. An Austin Industries Company r 100%employee Owned Austin Bridge&Road,LP. f April 13,2006 6330 Commerce Drive,Suite 150 fl Irving,Texas 75063 Lennar Homes of Texas, Inc. 214/596-7300 Attn: Steve Howard 1707 Marketplace Blvd., Ste. 250 Irving,Texas 75063 r r: Gentlemen: REVISED PROPOSAL We propose to furnish all labor, materials and equipment to construct, as an independent contractor, the following described work: DESCRIPTION AND LOCATION: SANDSHELL HEIGHTS PHASE 2 Fort Worth,Texas ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT 6'Line Stabilized Subgrade 9.131.000 SY $1.85 $16,892.35 Hydrated Lime(30 Ibs/sy) 137.000 TN 590.00 $12,330.00 6'3000PSI Concrete Street Paving 8,844.006 SY $22.00 $194,568.00 Sawcut,Remove&Dispose of Existing Curb&Gutter 139.000 LF $7.00 $973.00 4'3000 PSI Concrete Sidewalk 3,608.000 SF $3.10 511,1&1.80 Barrier Free Ramps(No ADA Pavers) 6.000 EA $615.00 $3,690.00 Remove&Replace 7'Concrete Pavement 218.000 SY $42.00 59,158.00 Stone Water Magement(Maintenance Only) 1.000 LS $1.000.00 51,000.00 Bid Total: $249,794.15 This Proposal is subject to the"Bid Qualifications"attached. Your acceptance of this proposal by signing and returning the original copy to us within(10)ten days and the approval by us of credit arrangements will constitute a contract. ACCEPTED: AUSTIN BRIDGE 8 ROAD,LP L BY: BY: g-- Lar inions TITLE: Estimator Austin Bridge& Road, L.P. DATE: 6330 Commerce Dr.,Suite 150 Irving, Texas 75063 214.596.7300(Main) 214.596.7398(Fax) APR-21-2006 10:03 214 596 7394 97% P.002 III STREETLIGHTS I. STREETLIGHTS COST ESTIMATE: QUANTITY UNIT COST TOTAL COST INTERSECTIONS 3 EA $ 2,600 $7,800.00 MID-BLOCK RESIDENTIAL 3 EA $ 2,600 $7,800.00 CHANGE OF DIRECTION RESIDENTIAL 3 EA $ 2,600 $7,800.00 MID-BLOCK COLLECTOR 0 EA $ 2,600 $00,000.00 MID-BLOCK ARTERIAL 0 EA $ 3,200 $00,000.00 MID-BLOCK ARTERIAL MEDIAN 0 EA $ 3,200 $00,000.00 RELOCATE EXISTING LIGHT 0 EA $ 1,650 $00,000.00 Subtotal $23,400.00 City's Cost $00,000.00 Developer's Subtotal $00,000.00 4% Inspection fee $0,000.00 Project Total $00,000.00 Adjacent Developer's Cost $00.000.00 Developer's Cost $23,400.00 DEVELOPERS COST: $23,400.00 CFA CODE # 2006072 Sandshell Heights, Phase II Fort Worth, Texas June 19, 2006 PAGE 1 OF EXHIBIT "C" II. STREETLIGHTS 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 of Fort Worth will install all the streetlights that use overhead or underground conductors on residential, and collector streets. The developer agrees to pay the City of Fort Worth the amount shown below prior to the City starting its design efforts, at the option of the developer and at their expense they may purchase the poles, fixtures, and mast arms from the City in order to assure compliance with city material standards 4. Street lights on arterial streets shall be installed with underground 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 operations of the street light system 6. The estimated cost of this streetlight installation is detailed on page (1) of exhibit "C" and is summarized below. The streetlights will remain the property of, and will be maintained by the City of Fort Worth. DEVELOPERS COST: $23,400.00 June 19, 2006 CFA CODE # 2006072 Sandshell Heights, Phase II PAGE 2 OF EXHIBIT .. III. STREETLIGHTS LOCATIONS: INTERSECTIONS Sandshell Blvd & Brixton Dr 1 Sandshell Blvd & Wiltshire Dr 1 Derbyshire Dr & Wiltshire Dr 1 CHANGE — OF — DIRECTION Derbyshire Dr & Brixton Dr 1 Derbyshire Dr 2 MID - BLOCK Brixton Dr 1 Wiltshire Dr 1 Derbyshire Dr 1 CFA CODE # 2006072 Sandshell Heights, Phase II PAGE 3 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 $245.00 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 four (4) intersections at a cost to the Developer of $980.00: Sandshell Blvd & Wiltshire Dr Sandshell Blvd & Brixton Dr Derbyshire Dr & Wiltshire Dr Derbyshire Dr & Brixton Dr Sandshell Heights, Phase 11 CFA code: 2006072 June 14, 2006 N 4 N p lD N W o U o a U a Z o P N N za W O s co t, z a w zo� W V ��sF a w J . a V Vl O H H O Z O C x�M LU W 0-4 4 SANDS �" � Qi 4 M5£ (� J5ti F U O m v� �--7 o U o o � o N m / avoa n 3ma a 0 0 U N L Vi U 0 P N Yl O n 0 i oa u z 0 C/J N LD `` O o N ko O W U [jF-•1 o a LU FLS w U m a ? s o V) X G+ F- LU a zo W V �sm o -a b b b b b w b m b � a b N h n N P h I m P MI • • b • I J h b n h h M u I o I o z o W w � N J a _j x .i w aw a > > o �o 31x o I{i(�[}fla,•yr�*•v�/y��11� m o_-i o� Cl- HUM) P •�•i7 V�YCL� co 8 N m -0 LL M ��� �1 /.^l 1 I�111, 11.E Lti o IT C".1 Q;' Vtl,ht Q a Q w N 3'qf N `- 7 U7 L:JU. 71' �bQ oQ o> O> a'o' x Crm Cr CO - g U D O N p O IDo M N P a FAV � z O P W V) — -� N X x O W Cl) �' o L ¢ a V UM d C/] 11 s P m m •� FMf m I ....... _.. N h a a h n U ¢ u''` N X N W / h � / M „ m N r / a � a � N / � N F- .�^j N X W y� X W cai a � w � U " � N H N N � H X W X W II W II l� W z Z z o v CD W J � Z U W _j Q Q U y cr J p wj 0 W J O > I— O � cr 0 c cr w 2 0 O P O .1 z a � U M z a w O In a: a a 0 ~ o O O O O - / Q� cr x x x — a- a- m m w J Z U C/) N ID O 0 ui ^ \ N V J� V ! l O o V ~� a 1.~.r � Z o vi u'y � M m m�� o Lu [J.�. z _uc-j ` ms 's F-- w Q a a � 3xLj Lf) V ��2 -a a O h y� b h b h h m h ` N O 1 h A 0 „ P � E• oy h h u h ry h o A i h b h u I • o gal I = 0 W (.�W-� c N 2 0 F- U � L'i2Q U 0 W W F-F- z L Z = Q 0 - U h w N - Ln W j c N W 0 Ln --3 W J z F- O j W W -10(D F- W c J -J 00-- w W a O z 0 W a� n Z: —J rr F- Li V)W d F- In O o N W O V) F-F- V) F-Ln Ln F- F- W L/) d V) O —z0 O — CY XOz Of X — W—Q W W J z U O