Loading...
HomeMy WebLinkAboutContract 34210COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No.— ,�t WHEREAS, Emory Place, L.P. hereinafter called "Developer", desires to make certain improvements to Emory Place II 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: 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 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 II, of the Policy. D. Developer acknowledges that there shall be no reduction in the amount of financial security prior to project completion and acceptance by the City. E. The Developer shall award all contracts for the construction of community facilities in accordance with Section II, paragraph 7 of the Policy. 1 "N w��'l�"1:1: 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 damages are caused, in whole or in Part, by the alleL-ed neelieence of the City of Fort Worth, its officers, servants, or emplovees 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 harmless 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 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 $554,281.03. 3 SUMMARY OF COST Emory Place II Item A. Construction 1. Streets 2. Storm Drainage 3. Street Lights 4. Street Name Signs B. Engineering Design C. Construction Engineering and Management by DOE (4%) $ D. Materials 'Testing by DOE (2%) $ TOTALS Developer Cost $315,223.05 $174,410.00 $33,800,00 $1,470.00 19, 585.32 9,792.66 $ 554,281.03 $ City Cost Total Cost $ -1 $ 315,223.05 $ 174,410.00 $ 33,800.00 $ 1,470.00 $ - $ 19,585.32 $ 9,792.66 - 1 $ 554,281.03 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. 4 t � ,T:, -F o1: 6 i l B 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 Developer has executed this instrument in triplicate, at Fort Worth, Texas this the day of , 2006. Approval Recommended: M&C ItI:JIik.;.. ATTEST: Marty Hendrix City Secretary ATTEST: Corporate Secretary 5 RECEIVED JUL 2 t, 2006 Transportation and Public Works Department Robert Goode, P. E. Director City o ort o h Marc Ott Assistant City Manager DEVELOPER EMORY PLACE, L.P. By: EMORY PLACE, L.L.C., Its General �Pjartner By: GIJC. USL,K� Nrl McBee UNIT III: STORM DRAIN ITEM NO.. APPROX. QUANTITY DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS UNIT PRICE TOTAL AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) ' 24-inch RCP storm sewer (all depths). 1-. 334 LF @" �a��y-:'✓� �o//a.r Q,Va! do caoifs per Linear Foot 36-inch RCP storm sewer (all depths). 2. 94 LF @ rr an� per Linear Foot 66-inch RCP storm.sewer (all depths). 3. - 228 . LF 7 Ve 0 6 11aer C2--/ A t 2n fS $ 22S Oa $ S/ 30o. as per Linear Foot 1-0-foot curb inlet. (all depths, includes 4' 5 EA bolting and chaining of manhole cover). @ �a thauSan�i �b/_ $ D0.0 $ /D_ Ooo:OQ per Each 20-foot curb inlet (all depths, includes 5. 1 EA bolting and chaining of manhole cover). .. Fdur OQ $ yde0.oa g2„d/' /lld COA C = per Each y 1- .::. Type 5 Storm Sewer Manhole (all 6. - 1 EA depths). $ per Each Sawcut and'De'molish Existing Concrete 7. 1 LS Channel (includes demolition and haul - off) $ $ and Na r e-Ils per Lump Sum 24-inch Type "B" Headwall (complete in 9. 2 EA place). (@ '4/ a,e Zeey $ /Ma-ao $ -Uoe.ao, 4z of e-1 41,1 0-el 741- per Each 1 8-inch — 24-inch Rip Rap (complete in 298' SY place, included grading swale to drain),- :Io &rs an $ W/ Vd $ 17 "0 00 7r per Square Yard Reinforced.. Concrete Rip Rap per City. of 10.- ..1360 SY Ft Worth Specifications (complete in - place including toe walls in Channel) $ 0 per Square Yatd TxDot Concrete Headwall with Parallel' i EA Wingw'alls', CH-P . W-0 (comiplete in place) 7.500.& 0q.114lo* Ce per EA TOTAL AMOUNT BID STORM DRAIN ON $ - 17y, iYA9 06 Upd2ted 05/16/200 - 5 UNIT IV: PAVING IMPROVEMENTS - ITEM APPROX. DESCRIPTION -OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant' work, complete in place,. the following items) 1. 11,415 SY 6-inch reinforced concrete pavement (29' B-B, 5-inch parabolic crown) 4 including standard 7-inch curb and gutted - @ /due � - //a,s . _ • per Square Yard'. 2. 182 TON- Hydrated lime (30 lbs/sy). . @ /1/.'n - e&At / 98.0*0 /7. R3G.00 4n r per Ton 3. 12,109 SY Manipulation and compaction of subgrade with hydrated lime. @ One �a//o�� a•�J S /.9S 423.6/2.55 eiff-A'✓e _Cents per Square Yard 4. 5,068 - SF Concrete Sidewalk (4' Wide). @ T ,o 061/a.r Q„j a.�s • s. 1.3, 937 Al - t:jMiije� Avp Qenfr - per Square Foot .5. .3 EA Connect to existing pavements (all s 0 0 o. o o s 3. 0 o o• a 0 types, including sawcuts, traffic control devices). @ On e. per Each. .TOTAL AMOUNT BID PAVING $ 31S; 2 23.05 B-8 Updated 05/16/2005 vI All, vS5%iti 1 TOTAL AMOUNT BID WATER $ /3�, .Z SO• SD TOTAL AMOUNT BID SEWER $ 1(0 D TOTAL AMOUNT BID STORM DRAIN $ / 7 Y L//D• DO TOTAL AMOUNT BID -PAVING $ 3/S, 22 3. �OS . GRAND TOTAL AMOUNT BID $ 789, 823. 8-S B-9 Updated 05/16/2005 PART B - PROPOSAL (Cont.) 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 attached bid security, if required is to become the property of the Developer. The undersigned bidder certified that he has obtained at least one set of the General Contract Documents and General Specifications for Water Department Projects .dated January 1, 1918, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The successful bidder shall be required to perform the work in accord with. the following publications,. both of -which are incorporated herein and made a part hereof for all purposes: 1. The General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, which.may be purchased from the Water Department. 2. The Standard Specifications for Street and Storm Drain Construction which may be purchased from the Department of Transportation & Public Works. The undersigned assures that its employees and applicants for employment and those .of any labor organization, subcontractors, or employment agency in. either fuznishing or' referring employee applicants to the undersigned -are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No: 7400. The Bidder agrees to begin construction within calendar days. after issue of the work order, and to complete the contract within V_ working days after beginning construction as set forth in the written work order to be birnished by the Owner. (Complete A or B below, as applicable:) . A. The principal place of business of our company is in. the State of Nonresident bidders in the State of , our principal place of business, are required to be. percent lower than resident bidders by state law. A copy of the statute is attached. Non resident bidders in the State of , our principal B-10 I FMr.1r^1'�Nn,;-OC1.lIh"-JU Updated 05/16/2 05�v��� � ;�If place of business, are not required to underbid resident bidders. XB. The principal place of business of our company or our parent company or majority owner is in the State of Texas. SkL M;itd by: Updated 0511612005 III STREETLIGHTS I. STREETLIGHTS COST ESTIMATE: QUANTITY UNIT COST TOTAL COST INTERSECTIONS 6 EA $ 2,600 $15,600.00 MID -BLOCK RESIDENTIAL 4 EA $ 2,600 $10,400.00 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 $33,800.00 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 $33,800.00 DEVELOPERS COST: $33,800.00 CFA CODE # 2006085 Emory Place, Phase II Fort Worth, Texas July 25, 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: $33,800.00 July 25, 2006 CFA CODE # 2006085 Emory Place, Phase II PAGE 2 OF EXHIBIT "C" III. STREETLIGHTS LOCATIONS: INTERSECTIONS: Iona Dr & John T White Rd 1 Iona Dr & Seton Hall Dr 1 Iona Dr & Fairfield Ct 1 Iona Dr & Canisius Ct 1 Iona Dr & Kuban Blvd 1 Providence Ct & Fairfield Ct 1 MID -BLOCK: Seton Hall Dr 2 Iona Dr 1 Canisius Ct 1 CHANGE -OF -DIRECTION: Canisius Ct 1 Providence Ct 1 Fairfield Ct 1 CFA CODE # 2006085 Emory Place, 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 six (6) intersections at a cost to the Developer of $1,470.00: Iona Dr & John T White Rd Iona Dr & Seton Hall Dr Iona Dr & Fairfield Ct Iona Dr & Canisius Ct Iona Dr & Kuban Blvd Providence Ct & Fairfield Ct Emory Place, Phase II CFA code: 2006085 July 14, 2006 WINTER TRICE rook < < En LOWEL 3: D r' KUBAAST White metery2, ��- r y 2 I T.1 YMITEO> < tjn�Rsrw 0 3 '3 77—,itll-�LE ;;� 0 z N.LAuk(� YOLWOAd VICINITY MAP N.T.S. Ex, Conc.— Curb & EX. 8" place i Gutter Emory 4422 Soq o.o.f. 01-0 2 Poo6-Z-i-�� -i I'll' j0 �! I ,e I-17 \ —16 25 52 26 :,, 71 L T 54 27 / 48 I /�1��� 5! a' /0 49 Sn '-Sl y�f' Y a / PROP 4' F_ Si J Q �9 Q>_ zs SIDEWALK W �30 / c�_ 5.a0 W 38 0_ O _ �.7 ' aU1 PLOVIDENCE COURT 47 46 45 44 43 42 33 34 / � / 35 36 37 =PROP 4' ;o W W 8 Q J o W 5 ` a yr 3 3AYL 2 i xd _- . _ - — - -< _ _ - -o� mI . l H.O.A. LOT i`"� - _ - _ - �' - ...� .��. S�JI 1 e DE PROP 4'X fONA DRIB - - 2 3 SIDEWALK 7 8 9 10 11 12 13 14 15 16 17 18 19 SIDEWALK E:x. 4S;phalt 20 .I —(DEVELOPER) 5 vA/ Open I �rM'Y ditch Is'W E• ��. 59 2 6 U 60 65 1 61 64 —PROP 4' NOTE.• 1. Sidewalk Location As Approx. 2. 4' Concrete Sidewalks along lono, Seton Hall Providence, Fairfield and Conisius to be Constructed by Paving Contractor. EXHIBIT "B" J 4' Concrete Sidewalks Along John T. white Bird., PAVING FACILITIES H.O.A. Lot 1, Block Sy H.O.A. Lot 54, Block 2 & H.O.A. Lot 10, Block 4 to be constructed by EMORY PLACE II Paving Contractor TARRANT COUNTY -1 NORTH SCALE- 1 , = 200 LEGEdQ PROPOSED O BL= D +t17'a�`i'v�a"V 2B' PAMil4lJ►-4tOADWAY V SDEMALK (BY MUMPER) . - ... , 4' SDEMALK (BY M LDERS) DONOHUE ENGINEERING, INC. IYI Bll![ LT OPfr[ IE1OIlIlE 1CIL9 '14P11 Iml as -vow SUMMED: Apra, 2006 DE9GNED BY' ND SCALE: V - 200' DRAM BY: OSP DATE ApA, 2008 Ex. Conc. Curb & Gutter ;.t PROP 24" Place' PROP Em D. E 4422 �� 0.02 CHANNEL y2 I _ 21 I 20 ' 19 I 18 ' 17 ` 16 I i q I � ;1,.—j- --- J52 O r/4 'LnPROP 10 _Lu Oa:INLET 55 �+In70 I cr -- W aZ 49 50 2 1 11 56 0 69 1 7 a _ W t- 6 9 !�. 57 68 058 4 �' & 11 - 67 P:OVID".NCE COU T I 4b 45 44 43 42 59 I'�6 (I 4 — - -f 36" - 1 80 65 SWR. 1 61 1 2 137 JB 39 40j fi4 j. - _ 62 6J 1 I, 1 p' �oxs ntuv-s 1I 8 9 Ill11 12 13 14 15 16 17 18 19 20 7 I ;i Ex. :.sphalt .I m/ Upen aitcn ,p(L 000' EXHIBIT "B-1" STORM DRAIN FACILITIES EMORY PLACE II TARRANT COUNTY NORTH SCALE: 1 " = 200' STORM SEWER S70M SEMEN W/ INLEr STORM SEWER W/ MANHOLE oBLOCK ID DONOM ENGINEERING, INC. ,ter wuc �.r owK Is.unua rzm xon SUBMITTED: Apra. 2DD6 I DESIGNED BY: MD SCALE: 1' - 200' DRAWN W. DSp DATT Apr6, 2006