Loading...
HomeMy WebLinkAboutContract 34214COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary aL COUNTY OF TARRAN�� T § P Contract No. 4:� WHEREAS' i� ;"kUk'0- . �5� �� hereinafter called "Developer", desires to make certain improvements toV 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. u ul i F G. H. I J la L. The contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section II, of the Policy. 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 iniuries, death or damages are caused, in whole or in Part, by the alleged neeli2ence of the Citv of Fort Worth, its officers, servants, or emplovees. Developer shall install or adjust all of the required utilities to serve the development or to construct the improvements required herein. 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). 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). 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. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by 2 Developer required to IF U�C✓oa 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. B1, 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 $513,204.36. 3 SUMMARY OF COST Vista West Phase V Item Developer City Cost Total Cost Cost IA. Construction $ - 1. Streets $415,740.30 415,740.30 2. Storm Drainage_ $37,594.00 37,594.00 3. Street Lights $31,200.00 31,200.00 $ 4. Street Name Signs $1,470.00 1,470.00 B. Engineering Design $ C. Construction Engineering and Management by DOE $ $ (4%) 18,133.37 18,133.37 D. Materials Testing by DOE $ $ (2%) 9,066.69 9,066.69 TOTALS 513,204.36 $ - 513,204.36 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. Developer's column for Item D represents two percent (2%) of paving and storm drain costs for materials testing. t 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. RECE10, Approval Recommended: NO M&r 1�1F D ,ATTEST: Marty Hendrix City Secretary Approved as to Form: ss s t .' rty ttom( ATT orporate Secretary Transportation and Public Works Department Robert Goode, P. E. Director City o ort o Marc Ott Assistant City Manager DEVELOPER CITY �ElPr�1tiY �7 'i'11 H �L`.. UNIT III: STORM DRAIN 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. 119 LF 24" CL III RCP Storm Drain Per Linear Foot %or t y - h,'✓r_ Dollars ./ o Cents $ �/S. D D $ S. 3 5S. 60 2. 60 LF 27" CL III RCP Storm Drain Per Linear Foot F; 4v - e; a! t Dollars /V0 Cents $ 58.00 $ O.o 3. 130 LF 36" CL III RCP Storm Drain Per Linear Foot Eh t y - Ave- Dollars _ ,Vn Cents $_ 8.5.00 $-&Ljp 4. 3 EA 10' Standard Curb Inlet Per Each f%r�r,� Su nrf Dollars Nn Cents 5. 1 EA 15' Standard Curb Inlet Per Each ;/-- tib /i r� Dollars Cents $ —� 2.06.6o $ 2-00.60 6. 3 EA 4' x 4' SDMH Per Each ' / / /Vil)e een /'ut rer Dollars /VO Cents �o0.aa B-6 Updated 05/16/2005 7. 1 EA Remove Existing Headwall (See Sheet 9) Per Each ) i ✓c i t&fxclred Dollars /V0 Cents $ Soo.Uo $ 500,00 8. 309 LF Trench Safety Per Linear Foot On e- Dollars /V0 Cents $ /. 60 $ 3 05'.00 9. 1 LS Erosion Control (See Sheet 20) Per Lump Sum tl;nasa.rd Dollars A10 Cents $ .2,D00•0o $ .? ODD. D0 TOTAL AMOUNT BID STORM DRAIN $ 3 7,S 9 y, DO B-7 Updated 05/16/2005 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. 13,947 SY 6" Lime Stabilized Subgrade Per Square Yard On r' Dollars F"g1liv- Ave- Cents $ /. 8S $ 2. 209 TON Lime Stabilization (30 lbs/SY) Per Ton /V/ 'nrty- nrn e Dollars Al Cents $ i9.o0 $.20 (, 9/. 00 3. 13,489 SY 4. 825 SY 5. 14 EA 6. 18 EA 6" Reinforced Concrete Pavement w/ Conc. Curb Per Square Yard Tiueny-tlti�o Dollars Cents $ �22.6 $ 8 � .3S 7" Reinforced Concrete Pavement Per Square Yard ty- 5Dollars /vo Cents Concrete Wheel Chair Ramps Per Each A*ve L Liad,--ed Dollars _ ,vq Cents Adjust SSMH Rim/Valve Cover Per Each �r 11(4rtdr'Pd Dollars tin Cents 1aFi�Iq,I A V � U G ti' � �:i J. L � �•� �i1 . pp,� B-8 �o .. .,...U.j U�A- Updated 0511 Izoe-&- 7 1 EA 1 EA 9. 1 EA 10. 32 SY 11. 126 LF 12. 635 LF Relocate Road Barricade (See Sheet 14) Per Each 'r ve i, "Idl-eel Dollars /Vu Cents $ ,S/JO.O� $ SOD• oo Remove Road Barricade (See Sheet 14) Per Each Three %;vLndre,i Dollars ivo Cents $ 36o, UO $ 360.00 Install Concrete Header Per Each r;Ve' A(Andrecf Dollars ivo Cents $ 500,Oo $ 506.o0 Rock Rip -Rap (12" Dia. Min.) Per Square Yard SxY-1Ve- Dollars /Vn Cents $ 65. 6c $ &,s 0 , 00 4" Utility Sleeve Per Linear Foot E�ti t Dollars ./V f) Cents $ 9 6U $ ! day, 00 Concrete Curb Removal Per Linear Foot Dollars /Vo Cents 66 13. 456 LF Construct 7" Concrete Curb Per Linear Foot e Dollars _ Z'v Cents $ 3. DO $ �.36f UD 14. 3,152 SF 4' Concrete Sidewalk Per Square Foot �> Dollars Cents $ ,>Z.SD S_ 1t7.Od B-9 Updated 05/16/2005 15. 1 LS Striping (Chapel Creek Blvd. Median Opening) (See Sheet 16) Per Lump Sum 0,1e - san el Dollars Cents $ , 000.00 $ J, 400.40 16. 1 LS Erosion Control (See Sheet 20) Per Lump Sum /C,-Aeen c. idred Dollars A10 Cents $ l SM.60 $ J_ Y0.0 17. 1 LS Traffic Control (See Sheet 27) Per Lump Sum 1weAA-,'; ve Au.tdre./bollars rya Cents $�0 TOTAL AMOUNT BID PAVING $ WS, 7 VO 3 0 B-10 Updated 05/16/2005 TOTAL AMOUNT BID WATER $1z? ,2e0.30 TOTAL AMOUNT BID SEWER $ /Ram.DO TOTAL AMOUNT BID STORM DRAIN $ 37. Siy.00 TOTAL AMOUNT BID PAVING $ Y15 7410.30 GRAND TOTAL AMOUNT BID $ 762, 97$ 49 B-11 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, 1978, 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 furnishing 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 10 calendar days after issue of the work order, and to complete the contract within 40 working days after beginning construction as set forth in the written work order to be furnished 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-12 Updated 05/16/2005 place of business, are not required to underbid resident bidders. _)LB. The principal place of business of our company or our parent company or majority owner is in the State of Texas. B-13 Updated 05/16/2005 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) (Seal) Date: y/ 0/6 i .Respectfully submitted, CO^61iseF Cons Luc 'e n %x. J� By:/ Title rru COnaiscr. fres;clent Address f? D. 8,Ox 15yq Telephone: S/7-$.3q- 17 Y3 .... J �.�... Updated 05/16/2 05 SR q '1 �o ..`✓J:�It� �LGLo III STREETLIGHTS I. STREETLIGHTS COST ESTIMATE: QUANTITY UNIT COST TOTAL COST INTERSECTIONS 5 EA $ 2,600 $13,000.00 MID -BLOCK RESIDENTIAL 6 EA $ 2,600 $15,600.00 CHANGE OF DIRECTION RESIDENTIAL 1 EA $ 2,600 $2,600.00 MID -BLOCK COLLECTOR 0 EA $ 2,600 $00,000.00 MID -BLOCK ARTERIAL 0 EA $ 3,000 $00,000.00 MID -BLOCK ARTERIAL MEDIAN 0 EA $ 3,000 $00,000.00 RELOCATE EXISTING LIGHT 0 EA $ 1,650 $00,000.00 Subtotal $31,200.00 City's Cost $00,000.00 Developer's Subtotal $31,200.00 4% Inspection fee $0.00 Project Total $00,000.00 Adjacent Developer's Cost $00.000.00 Developer's Cost $31,200.00 DEVELOPERS COST: $31,200.00 CFA CODE # 2006036 Vista West, Phase V Fort Worth, Texas April 5, 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: $31,200.00 April 5, 2006 CFA CODE # 2006036 Vista West, Phase V PAGE 2 OF EXHIBIT "C" III. STREETLIGHTS LOCATIONS: INTERSECTIONS: Elkhart Ct & Prairie Heights Dr 1 Provincial St & Prairie Heights Dr 1 Unity Dr& Prairie Heights Dr 1 Provincial St & Long Pointe Av 1 Unity Dr & Long Pointe Av 1 MID - BLOCK Long Pointe Av 2 Provincial St 2 Unity Dr 2 CHANGE OF DIRECTION Elkhart Ct 1 CFA CODE # 2006036 Vista West, Phase V PAGE 3 OF EXHIBIT "C" 1.5vUa�;J r' 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) intersection at a cost to the Developer of $1,470.00: Prairie Heights Dr & Elkhart Ct Prairie Heights Dr & Provincial St Prairie Heights Dr & Unity Dr Long Pointe Av & Provincial St Long Pointe Av & Unity Dr Chapel Creek Blvd & Unity Dr Vista West, Phase V CFA code: 2006036 April 1, 2006 OLD WEATHER OLD WEATH FIORD CPIN it u,0000) T� VICINITY MAP SCALE." 1" = 2000' VISTA WEST PHASE V DOE # 5255 FILE # W-1825 WATER PROD. # P164-060164015497 SEWER PROD. # P174-0701740IJ487 CU 5,1 ee . . . .......... r-7, 1*-20V f PA IING N07F.- ALL.RROPOSED IS 29' BA CK- TO -BA CK 45 5 C� 44 6 G) 01', 35 43 `Ili 11 l 3 7 4 42 SIDEWALK TO BE INSTALLED BY `;+� 1;41 1 JJ DEVELOPER. 40 i g 32 10 10 12 11 .30 17 .38 12 --cZ1 29 I l4 15 J7 I I 28 36 26 25 24 23 22 21 20 19 18 14 27 110, ------- --- -66T� --------- - -------- 35 18 3416 10 ------------ -------------- --------- - ----- --- 33 17 1 2 J 4 5 6 7 8 9 10 11 12 IJ 14 32 20 18 14 .37 15 29 28 27 26 25 24 23 22 21 20 19 18 17 16 0 ---------------- ------ ---------------- 20 -------------- 2 - - - - - - - - - - - - ---- Z 7 - -7= ------- - 100, 8 9 10 11 12 1J 14 15 16 8 22 1 2 3 4 5 6 7 17 1 4 2J , i 19 4 11 J2 31 28 1: 27 1 26 25 24 1 23 22 21 20 24 38 1 P 36 35 3 ------- - --- ---------- f -------- ------- - - - - - - - - - - --- - - -- - ------------ 7 - -------------------------- --------------- FURRE SIXPENCE LANE ----- - ------ ------------ ---------- =Z ------- - ------- ------- 3 4t .5 61 7i 8 1 91 10 121 11 i 1 1 2 1 J 4 11 5 6 1 7 1 8 1 9 IN IN - ---------- -- - -------- ----- - - - - -------------- N 11 11 128 27 1 26 1 25 1 24 1 2,3 22 1 2- (2 1 19 1 19 17 1 24 23 22 21 190 19 18 1 17 1 16 15 14 1 1 1 1 ------ ----- ti ul J&,d IF -1W-0i- -./A L �,d WL —,.V. ----------- ----------------- ------ ------------------ - ------------------- ----- — ----- ------ - --------- EXHIBIT ----- -- Yl 4 ----- — ----- ------ ----- — ----- ----- ----- — --- ------ ----- ------ ----- - ------------ ------ ire, I/ W5 TA 'Arr 1i 1111 1 15 16 17 18 19 20 21 22 23 24 ?51 31 30 29 28 27 26 125 2 D FILE, w- AIN 19 USA. 25 as %' NOTE- ALL STORM DRAIN TO BE - REINFORCED CONCRETE PIPE Zo 4 ----------- 0 �o - -- I 3 /\ J6 10 43 ! �� ���� A , 6 Ii Ii �i 7 34 w �1� 12 I I II r 8 A' EXHIBIT "B®1�s I.• 9 I i i ; 32 0 VISTA WEST PHASE V 41 i �'. 10 \ DOE # 5255 iI 11, I > 12 f --- -Ti` 39 . \ FILE # W-1825 ,� I I � 10 31 I , 1i� ;i I; , -- f�10 (SHEET 1OF2) I. P 1 I, 30 --_ 12 ®\ r J8 - �� \ 1 _ - J i� �I 13 17 \,\\ 13 \ t 12 i % �i ' 29 1V! t� 13�LIVE � 14 \ 37 f I' xv �`. v 13 i ; 28 h v 1536 / I (26 25 24 2 7f 18 \\ 16 vt 14 ,I r/ / t � 27 � �, - ----- ---- --- -- - — -- - - --- --- -_ —' ' \ 17,- - --- --- --- _ 15 rl ,°RBVINEIAL- SFREP�-- - --' _ -- ----- J4 -- -- t l j 1 16 r ----- — — —--------------- --_ ' t� / J---------- ------ ----- ------ ------------------------------------------ 33 97 I11 1 2 3 4 5 6 7 8 9 10 11 12 13 14 12 \ 31 1 i r ' �1 29 28 27 26 25 24 23 22 21 20 19 18 17 16 15 30 _ O 1-- -------- ----------------------- ----------------- ------------ ---------------------------- 14, >� 20 - — --- ---- ---- — f 21 8 ------ --- - ----- --- --- -- -- --- -- ---- - ----- -- -- —--- _ _---_— ------- Irl5 15 22 ,;`tltl ! r�11 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 � •- ft l I ir1.-�` 1 38 37 36 35 34 33 32 31 28 1 27 26 25 24 23 22 21 20 _- __ _______ i t r I t-____. - __ _-_ I i I I I .+ _—_ _ .._-._.-___________.—_____..__-_.____-___—__ i i 1 I ___ ________ ______ L_______I________I_______'-------- i -------- - - -- - - - - --- -- - - -- ----- - -- I--- 1 -- - - --1-- -_ -- ---- ---- - -- - --- -- - `----�'tXPF�1IPE l�lfrtE — --- � -- - --- FUTURE SIXPENCE LANE `-r------- I ------- ,-------- ------- r---- --r---------------------------------- " u --------- ---- --- ----I----- - ---------r-------r------- 3 4 5 a 7 3 9 10 12 L z 1 2 3 I 4 I 5 6 7 1 "'R- I ss ti, NO E ALLI STORM j f1RA1N 0 BE / / l �I l Ls" \ �RE/NFORCEd CONCRRff- PIPE VISTA WEST PHASE V i -- , -- DOE 15255 �- ;------- I { FILE / W-1825 ; 24 23 22 21 20 19 18 17 16 l5 14 28 j 27 26 j 25 24 i 23 22 j 21 j 20 (SHEET 2 of 2)— �' i -- - ------ ------- ------- --- ----- I 1 I A __.—___ _ -___ vxu: 4. ___J __ _1_ _ L _ _ L_ __ J 1 _ L i wnzm f--i-.---I .I ---.—i----T -- -- - - - - - - - - - - - - - - - -- -- - --- --- - - - - - ---- - -- ---- --- - - - \ ° ---- - - - - - - - - - - ----- -- - - ----- - ----- -- ---- - - --- - -- 1 -1 ' j i-----C----- �------ ------�------ � -----� � � I � i I- -�_- �----' URE BRADSHAW SRIVE--,----- .; ~ _..__ _i_____ i______L______I______1______L_____J______1______L_____J______1_____-L__ I 1 1 I I _ ._