Loading...
HomeMy WebLinkAboutContract 34501 COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No 24r,-?-1J--, WHEREAS, Meritage Homes of Texas, LP, hereinafter called "Developer", desires to make certain improvements to QUAIL GROVE ADDITION, PHASE 2, 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. °0FIN 6JAd APE C0i D 1 IV: 1Tf 3Er 2� .X�y 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 iniuries, 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. 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 2 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, 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 $730,780.03. 3 SUMMARY OF COST Quail Grove Addition Phase 2 Item Developer City Cost Total Cost Cost A. Construction $ 1. Streets $469,782.35 $ 469,782.35 2. Storm Drainage $181,222.40 $ 181,222.40 3. Street Lights $39,000.00 $ 39,000.00 4. Street Name Signs $1,715.00 $ 1,715.00 B. Engineering Design $ - C. Construction Engineering and Management by DOE 4% $ 26,040.19 $ 26,040.19 D. Materials Testing by DOE 2% $ 13,020.09 $ 13,020.09 TOTALS 730,780.03 $ - $ 730,780.03 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. 5. Paid$83,498.88 for future improvements for Heritage Trace Parkway. 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 Developer leas executed this instrument in triplicate,at Fort Worth,Texas this theaW day o K*Wlq— ,200 RECEIVE; Approval Recommended: A U16 2 '12006 Transportation and Public Works Department �i Robert Goode, P. E. Director f Fort NO M&C REaQUIRED Marc Ott Assistant City Manager r ATTEST: A'�l t\"\ Marty Hendrix City Secretary Appro as to 4Formn:ssistant, ity A ATT ST: DEVELOPER Meritage Homes 91-1 s, u By: Corporate Secretary Bryan o e son V.P. of Development OFFIC]AI 5 ON �112101 ff T. 0�'fNI y1�4K. B. PAVING (HERTIAGE TRACE ESCROW-655 LINEAR FEET UANTITY -TIUNIT::::: :���UNMFi�00S 18" Reinf. Concrete pvmt. (27'width) 1,965 S.Y. 1 25.00 49,125.00 6" Lime Sub rade Preparation 2,093 S.Y. 2.25 4,708.63 Lime--36#/S.Y. 37.7 TN 105.00 3,955.25 6' Concrete Curb 655 L.F. 2.00 1,310.00 Street Excavation 700 C.Y. 3.50 2,450.00 4' Concrete Sidewalk 595 L.F. 14.00 8,330.00 JADA/Barrier Free Ramps 2 EA 450.00 900.00 10' Inlet 2 EA 2,200.00 4,400.00 130' RCP Storm Drain 160 L.F. 52.00 8,320.00 $83,498.88 QUAIL GROVE ADDITION - PHASE 2 August 24, 2006 PAVIIITG.INC. Page 1 of 2 Project: Quail Grove Addition,Phase 2 Location Fort Worth,Texas Date: July 12,2006 Attn:Mr.Bryan Robertson 08/31/06 9:30 AM tem ;; Description: Quantity UnIt.Price Extension 1 6"-3000 PSI Reinf.Conc. Pvm't.W/7"Std.Curbs 18,295 SY $19.95 $364,985.25 2 6"Lime Stabilized Subgrade 19,485 SY $2.10 $40,918.50 3 Hydrated Lime(30 lbs/sy) 292 TON $99.00 $28,908.00 4 Traffic Barricades 41 LF $29.00 $1,189.00 5 Street Header 41 LF $6.00 $246.00 6 4"-4'Wide 3000 PSI Concrete Sidewalk 2,759 SF $3.40 $97380.60 7 Remove Existing Temp.Turnaround 1 LS $3,400.00 $3,400.00 8 Remove Existing Traffic Barricades 3 EA $435.00 $1,305.00 9 Barrier Free Ramps(No Pavestone) 10 EA $925.00 $9,250.00 10 Erosion Control Site Seeding(Parkways Only,No Watering) 1 LS $2,000.00 $2,000.00 11 Performance And Payment Bond 1 LS $8,200.00 $8,200.00 Including 2nd Year Maintenance Bond Total Paving $469,782.35 Total Paving Working Days 25 Subject to the provisions on page 2 of 2 Regards, RODMAN PAVING,INC. 1 Brian Cottle Vice President P.O.BOX 957,FR1SCO.TX 75034 - PHONE:972.335.4510 - FAX:972.335.4844 RODMAN EXCAVATION.INC. • RODMAN UNDERGROUND,INC. - RODMAN PAVING,INC. - RODMAN UTILMES,L.P. - RODMAN POWER&COMMUNICATIONS,LLC. - WESTERN PLAINS RESOURCES,INC. PAVING. INC. Page 2 of 2 Qualifications: This proposal excludes the following: Inspection Fees and or Osertime Inspection Fees Testing Sulfate Testing Staking Owners&Contractors Protective Policy Grade To Drain Relocation Of Existing Utilities Striping,Buttoning&Signage Not Specifically Quoted Sprinklers or Landscape Lighting Traffic Control Plan Sales Tax on Materials Handling of Pipe:Sports&Undercut Subgrade in Rock Clean-up ot'Parkways After Franchise Utilities I>rosion Control Dctices not Specifically Quoit &SWFFP Inspecttons This quote and to exclusions and notes are to be pan of the contract between the owner and Rodman Patine,Inc.should price be accepted. RPI will accept sttbt rJde suitable torr hme at � 0.1'with resp co to plan and grades for street and'or alley pavement,this applies only when the Rcaiman Companies do not perform turn key projecu. Additional or speciai manipulation required lur sulfates in subgrade will be priced oil art as needed basis,The little stabilization quoted is for standard installation, Unless the words"Lump Sum"appear next to a price for an item,all prices are per unit and payment will be based upon the actual number of units performed at that price.Units increased or diminished as may to considered neccssary in opinion of the engutcar or rcquired by the city,up to without a chantge order. All Ilan ter Fret Ramps are to he staked to ADA standards.This includes Alignment and Grade by the eneincer of record,Sweet paving must be staked an 50 foot intmals. These prices are figured utilizing an on-site batch plant.Area for plant is to be provided by the owner and acceptable to Rodman Paving,Inc.Allow Fite to Six weeks aticr contract excemon for TCC.Q approval. RPI dots not inchsde a3jasimerat of manholes which are outside the pavement or are required by the city to be blocked out,Rill will pour the leave out for these manholes atter they are adjusted by others for an additional charge of 5370.(}0 per each, These prices are based on one(I I move-in and constructing in one(t)continuous operation.,Additional more-ms will be privet!u 5 25,001.00 each Jbr paving crew. This proposal is based on hackfillm with avaiiable on site material.RPI will not Supply"Pop Soil or Place Top Soil. This proposal shall remain I'm for fifteen dayS.If paving operations have not,caned within 0 months RPI reserves the right to rcnegotiate all pricing, I ins proposal mcludcs 0ic work item;as listed and csopudes all other items.Those items not covered by an crena can be priced per requcst. 1R0,IWX 0571.FRISC O,TX 730"-1 - PHD.AF:9-12.335,45 III • FAX:972.335,48 44 RODMAN LXC.AVA11ON.INC. - RODMAN UNDEROROUND,INC. - RODMAN PAVING.INC. - RODMAN ITIt_ITIFS.L_P. - awal Greve wd iiciori, etsase 2.x_s_ RODNIAN POWER&('ONINtL.!v;i('ATIONS.LI_C'. - WESTERN PLAINS RFSOURCE5,INC. B-1. STORM DRAIN -!IJ T .... QUANTITY. VN ;�� M .QT.AiL 124" RCP Class 111 463 L.F. 51.00 23,613.00 27" RCP Class 111 135 L.F. 58.00 7,830.00 30" RCP Class 111 362 L.F. 64.00 23,168.00 42" RCP Class 111 620 L.F. 108.00 66,960.00 Trench Safety 1,580 L.F. 0.25 395.00 .10' Curb Inlet 11 EA. 2,310.00 25,410.00 20' Curb Inlet 2 EA. 3,570.00 7,140.00 5' x 11' Storm Manhole I EA. 5,800.00 5,800.00 5' x 5' Storm Manhole 2 EA. 3,425.00 6,850.00 4' x 4' Storm Manhole 1 EA. 2,835.00 2,835.00 Dual 42"Type B Headwall 1 EA. 3,250.00 3,250.00 27"Type B Headwall 2 EA. 950.00 1,900.00 Grouted Rock Rip Rap 58 SY 45.00 2,610.00 Perform./Payment/2-Yr Maintenance Bond 1 L.S. 3,421.40 3,461-40 $181,222.40 lInspection Fee (4%) 1 L.S. 1 7,248.90 1 7,248.90 1 I Material Testing by TPW (2%) 1 L.S. 1 3,624.45 1 3,624.45 j I OR, QUAIL GROVE ADDITION - PHASE 2 August24, 2006 SK-JURY " "R'61��T m I T�4Y. III STREETLIGHTS I. STREETLIGHTS COST ESTIMATE: QUANTITY UNIT COST TOTAL COST INTERSECTIONS 5 EA $ 2,600 $13,000.00 MID-BLOCK RESIDENTIAL 5 EA $ 2,600 $13,000.00 CHANGE OF DIRECTION RESIDENTIAL 5 EA $ 2,600 $13,000.00 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 0 EA $ 1,650 $00,000.00 Subtotal $39,000.00 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 $39,000.00 DEVELOPERS COST: $39,000.00 CFA CODE # 2006078 Quail Grove Addition, Phase II Fort worth, Texas June 21, 2006 PAGE 1 OF EXHIBIT " ,? 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: $39,000.00 June 19, 2006 CFA CODE # 2006078 Quail Grove Addition, Phase II PAGE 2 OF EXHIBIT "C" III. STREETLIGHTS LOCATIONS: INTERSECTIONS Heritage Trace Pkwy & Quails Nest Dr 1 Prairie Hen Dr & Quails Nest Dr 1 Prairie Hen Dr & Birds Eye Rd 1 Quail Springs Dr (W) & Quail Grove Dr 1 Quail Springs Dr (E) & Quail Grove Dr 1 CHANGE — OF — DIRECTION Quail Springs Dr (W) 1 Quail Springs Dr (E) 1 Quail Grove Dr & Prairie Hen Dr 1 Grassy View Dr 2 MID - BLOCK Quails Nest Dr 1 Birds Eye Rd 1 Quail Grove Dr 2 Quail Springs Dr 1 CFA CODE # 2006078 Quail Grove Addition, 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 seven (7) intersections at a cost to the Developer of$1,715.00: Heritage Trace Pkwy & Quails Nest Dr Prairie Hen Dr & Grassy View Dr Prairie Hen Dr & Quails Nest Dr Prairie Hen Dr & Birds Eye Rd Prairie Hen Dr & Quail Grove Dr Quail Springs Dr & Quail Grove Dr (W) Quail Springs Dr & Quail Grove Dr (E) Quail Grove Addition, Phase II CFA code: 2006078 June 19, 2006 RECEIVED I � �l z . 0L N.T.S. PROJECT t. 35W L 0 CA TION 156 3479 HARMON 3479 81 287 cz�l X�llo LOCATION MAP WATER NO: 4979 P164-060164015371 SANITARY SEWER NO: — 0174 013368 "QUAIL GROVE ADDITION, PHASE 2 STREET/STORM DRAIN NO:P174W0-17707 Wgum ENgiismgRiNg, I NC. CONSUL TING ENGINEERS 4' SIDE DEV — BY DEVELOPER GRASSY VIEW D I ��ie (5G'RICHT-OF-WA III NEST DRIVE1p HJ414411 + Hd- QUAILS / (56'R(CHT-OF-WA' BIRD$ EYE ROAD BY ONC SIDEWALK '�,p (5G'RIGHt-aF-wAY} — r`b�iF` - OPER QUAIL GROVE. D IVEI Rol - (50'RIGHT-OF-WA1) %s, I r` 29'B-B 29'8-B 9 y� m QUAL SPRINGS DRIVE (so'RtcHr-of-wX» 100x DEVELOPER'S COST 6" PAVEMENT W/ 6" CROWN ON 6" UME SUBGRADE DEVELOPER'S ESCROW ® (HERITAGE TRACE, PRINCIPAL ARTERIAL) 8" PAVEMENT ON 6" LIME SUBGRADE EXHIBIT "B" SCALE: 1"=300' D.O.E. NO: 4979 PAVING IMPROVEMENTS WATER NO, P164-060164015371 „ SANITARY SEWER NO: P174-070174013368 "QUAIL GROVE ADDITION, PHASE 2 STREET/STORM DRAIN N0: W-1707 WELCH ENC3rINEERING, I NC. CONSUL T/NG ENGINEERS RCP BY OTHERS / ! f C2� RCP i -- ��' I R S Y W R\ T-1 r T �-- 10 L_ 10' 10 24 RCP L1J_L1J_L1J_L1J_L1_J-LJ f--- 10, Q A LS N S RI Jo"RCP 24 RCP I (1 4— I i} i 1 I f} 1 i {I jI I— I f I I I I j-- 30'RCP —I I i+ I i—� I 4+ I �+H+ I (-- ,0�9/ 24"to I I I I C 1 1 1 1 41 1 1 1 1 1 1 1 L --LL -LL1_LL I-LL-J_LLJ I- - y�2 10 IR S Y R A T-1-FT7- T7-FT7i rT7-FT-1 I - I i 20l L- 42"RCP 10' '°' QUAIL GROVE DRIVE 24'RCP DBL 42' T%DOT TYPE 10' 10 -- \ \ "FW-0"HEADWALL4"R� 15 C2-42"RCP's y�y QUAIL SPRIOT TYPE N10' GS DRIVE ?FW-0°NEADWALL \20 2 RCP \ C S 10' OR 20' INLET 100% DEVELOPER'S COST STORM SEWER AND INLET AND ASSOCIATED APPURTENANCES 10' INLET _ DEVELOPER'S ESCROW STORM SEWER AND INLETS EXHIBIT "B-1 99IN HERITAGE TRACE SCALE: 1"=300' D.O.E. NO: 4979 STORM DRAIN IMPROVEMENTS WATER NO: P164-060164015371 SANITARY SEWER NO: "QUAIL GROVE ADDITION, PHASE 2" STREET/STORM DRAIN NO:4W-1707 013368 WELCH ENGINEER N0, INC. CONSUL TING ENGINEERS R SS E R VE U IL * H441d4W.�' ETD I w 4H* H* Hl*l- R S E 0 D w i ti 2 O G Al R DI t, y�c 9� Zo U L S RI G RI qe c� * -- PROPOSED STREET LIGHT (100% DEVELOPER'S COST) -- PROPOSED STREET SIGN (100% DEVELOPER'S COST) STREET LIGHTS AND STREET SIGNS TO BE INSTALLED BY CITY FORCES EXHIBIT "C" SCALE: 1"=300' D.O.E. N0: 4979 STREET LIGHTS WATER NO: P164-060164015371 SANITARY SEWER NO:"QUAIL GROVE ADDITION, PHASE 2" STREET/STORM DRAIN NO:4W- 17077 013368 WELCH ENGINEER WO, INC. CONSUL TING ENG/NEE-RS