Loading...
HomeMy WebLinkAboutContract 34490 COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS ti City Secretary COUNTY OF TARRANT § Contract No. 34�Po WHEREAS. Bink's Construction ereinafter called "Developer", desires to make certain improvements to 4840 Mark IV Parkway , an addition to the City of Fort Worth, Texas; and Lot r1 Block ee4,;Apr- 6Rs 7rwIndustrial,r- �,Park 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 I1, paragraph 7 of the Policy. ruff U BUD AW Fleet Services Truck Repair Facility Median Cut CFA: 10 04 06 UEK. F. The contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section 11, 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 alleged negligence 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. 1. 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 AW Fleet Services Truck Repair Facility 2 Median Cut CFA: 10 04 06 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-]) None; Paving (B)Attached Storm Drain (B-]) 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. 11. 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, BI, 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 $69,337.36. AW Fleet Services"Truck Repair Facility 3 U Median Cut CFA: 10 04 06 VV SUMMARY OF COST AW Fleet Services Median Cut Item Developer City Cost Total Cost Cost A. Construction $ - 1. Streets $63,856.00 63,856.00 2. Storm Drainage $0.00 $ - 3. Street Lights $1,650.00 1,650.00 4. Street Name Signs $0.00 $ B. Engineering Design $ C. Construction Engineering and Management by DOE $ $ 4%) 2,554.24 2,554.24 D. Materials Testing by DOE $ $ (2%) 1 1,277.12 1 1 1,277.12 $ $ TOTALS 69,337.36 $ - 69,337.36 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. AW Fleet Services Truck Repair Facility 4 Median Cut CFA: 10 04 06 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 _(0_day of Qcjc,5,5t,:2 , 2006. R E C E 1 OCT 0 L 2006 Approval Recommended: Transportation and Public Works Department Robert Goode, P. E. Director y4fFort Wort AWP -- —o-- rA arc Ott NOFI� &(: ' LIQ ;IRED3 sistant City Manager ATTEST* , v Mart Hendrix U City Secretary Approv a o.Form: Assista Cit Atto y AT EST: DEVELOPER Bink`s Construction, Inc. Corpor e Secretary Leslie L. Binkley ? President OFFIC]AL RECORD AW Fleet Services Truck Repair Facility 5 CITY a���RETUY Median Cut CFA: 10 04 06 FT, WORTH, TEX. cE Concmtc services,Inc. Proposal/Contract PO Box 1555 Azle,TX 76098-1555 DATE OFFICE (8I7)270-0892 8/17/2006 FAX (817)270-2413 NAME/ADDRESS Bines Ctmsmmdon.Inc RECEIVED 3055 Medlin Suite#101 Arlington,TX 76015 SEP�� ct• ProjeAW Fleet Servic`f Revised) " Tum lane REP PROJECT K3C DESCRIPTION CCST ' QTY TOTAL Set Barricades for tr2f5c conuol 6.400.00 I I 6,400_DO I install:rosion control 20.00; 0.00 Cona--t:pavement and curbs for non lane 8,000 sqft 7"drick 31-1-100.001 I 32000.00 Saw art c fisting asphalt and mncc r-=aysrc 7 asphalt and dirt I 18.33 2.00 18.331.00 1 and s=fyjr==pae subgmde j Saw cut and awl all ioints 3,600.00 I 3.600.00 Cleanup and move erasion coraois 600.00 600.00 Bonds - - 2175.00 ;175.00 Instiection fes X00.00 ?500.00 Drawing suers C-1 and C-2 cover the design of the median cul and drive anpmaadre resperively_Thar are no modifiations or addilions in the storm drain.street fights or strcv.sighs. 1 I, 1 I I i Dependable Service you can Count On!We are Insutsd with Gcmcal Liability and Worker's p Compensation. TOTAL S66,356.00 SIGNATURE J 17—Of III STREETLIGHTS I. STREETLIGHTS COST ESTIMATE: QUANTITY UNIT COST TOTAL COST INTERSECTIONS 0 EA $ 2,600 $00,000.00 MID-BLOCK RESIDENTIAL 0 EA $ 2,600 $00,000.00 CHANGE OF DIRECTION RESIDENTIAL 0 EA $ 2,600 $00,000.00 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 1 EA $ 1,650 $1,650.00 Subtotal $1,650.00 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 $1,650.00 DEVELOPERS COST: $1,650.00 CFA CODE # 2006112 AW Fleet Service Median Cut Fort Worth, Texas October 4, 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: $1,650.00 Sept 29, 2006 CFA CODE # 2006112 AW Fleet Service Median Cut PAGE 2 OF EXHIBIT "C" CITY III. STREETLIGHTS LOCATIONS: MEDIAN: Old Denton Rd (Mark IV Pkwy) 1 (relocate existing streetlight) CFA CODE # 2006112 AW Fleet Service Median Cut 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 zero (0) intersections at a cost to the Developer of$0.00: (No new intersections) AW Fleet Service Median Cut CFA code: 2006112 Sept. 29, 2006 Q' N ou a2 O W rr.0 7 7 t HA � N u��y�n uWV� i vi H mmnma c' M,.4C,L LOOS .f8'L4S CLI I t� a raa.c ut ry rur r o '�I n rsny ly SIN cr >-cc Ah' N Z p 0. \ U O 8 iocnms .�+�s O U i K .E fill) . / V 1'0t p U -�- or- a �— c U000 0 CL U OC RI it x I - al W$ mp,ol-0rC]N� o> 0 3 p io p 0 0 0}W b � 1 I I 33 tm I n o� Oct o :01 r Q^a C f C E� G+Y v 0— 0 0 ctm 5 a w 0 t-41 00 I 8Yyy g n t v -00 el ,YO O Li GO.LY �cr- o c c p m CL o` IP er 13 o o g I I i1 1w.-- E 4 m ., omik 1 Ii 009 > y w ccn .•ter- a.• .... ..... __ "� Z zoo N � � Z '— yQ Z O w --INC KwN q w V O F tL QO Z � �- Z a 3 ' QHS Qm I O 8 o O W Q X � I z i Z W m w V i U I ¢ ►=Ln w � a. XQ � � 4 t w � wCLU- I Id c 1S13KLk?DH {y s T D V w � est{ ul (� W Z ♦� ODWtl y y < kO P Q ¢ 1 I w Sza � W � d1S1lNiY : • >- wwZv <m Z,-F- F-Z I wrn,a u XavnI ,D U it U m _� I 1 a _ m I rn r I o U Z i 1 U \{ I L , I 7F71 T] P O ca 1z i I Z D i I O r i I z W- X tY m I W U 1 j i "� O 0 z f J w 3 �- <zn C) R J z 'oZQ� z O SZ'6 ,00'9Z S m � � 0H Ir- Z, � Q = Q - � U � UwM0 u7 to F- WC} -¢ ALO ¢ > Z WZ � O 2ILC ¢ o � 00a20 � > ¢ DatazO ¢ � ¢ � b � `t ,u 2 :z Uzi LaL � allovisnonb � � � � mg � oo � o � � � w3oj � = N QUa¢ AGF � N co aU � ui r 0 fj) C) cs� � ►H O o_ z LLI U7 w _ a _ a3lu m - wo Z � Z _ 0IL 0 Nzo ° � � � w , I I I A8� i ! ! Cal AVAVHVd 1SaMHinos ib'aas CQ t------------ —J. 1 Y e r Z'6L+ZZ d1S Z m D r517— CL U EZ > U Q o 'W :I: I d D U LU U)° o { l w ! Wo a LLJ LI ly � J . U `n' S9_Sb+DZ__ 9101 Td m r I I I U.1 >o- - -- VIS 4101 m Ud'N Wo CJ q Cp QtiL � � I � J U Q/�e N r. . fn BL Or,N V U)if - if IC l— w ��� E w v T.?J z jZ: m ao z T LL U)m - U)jr m i ul ' r ' V I� w o i �i � _ - I --------------------- m ^I 0 r o - - U L' -`R'-------- L'L L+6L ViS w 0 ' r �; U co N r l v .a _ o c V O / UJ 1( it u a pc: I: i atilt I C9 him F z o to L 0 L X 7 I'- U I �1 U < LLJNUJI °_ �o� --- _t_1 ,� - - o z[s+Z 1.vis .. L wJ MV N I I '.&� � J 11 11u u i ,- + j o m O Z 'SLY ---�---------- C'LZ+�L ViS c 1) I•I m L 9Z+L l b15 F- Q O ,J I O O o b 101 Y N '5 x o 9-Z6+9L vis 1!d'S z Q w co 0N � � co � J OOO�ID , C? O T c m co m cD r _ I , co m CO T w 11 11 11 11 z4�r + O � I I o 00CD LL LL LL i ------------ w r}- 9n180 31VANd X Z Cn LLJ AO OZ� -------------------------- ,�