Loading...
HomeMy WebLinkAboutContract 36107 COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 2L WHEREAS, The Ranches East L.P. , hereinafter called "Developer", desires to make certain improvements to Westport Parkway, 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 � community facilities in accordance with Section II, paragraph 7 d3,t Policy. 1� � The Ranches East Addition Phase 1 B-06 22 06 1 F. IThe 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 allezed neelikence 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 1.04.100, 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 The Ranches East Addition Phase 1 B-06 22 06 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-I)None; Paving (B)Attached Storm Drain (B-I)-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 $ 179,598.24. The Ranches East Addition Phase 1 B-06 22 06 3 SUMMARY OF COST Westport Parkway Item Developer City Cost Total Cost Cost A. Construction 1. Streets $ 104,840.40 $ 104,840.40 2. Storm Drainage $ 53,558.50 $53,558.50 3. Street Lights $ 9,600.00 $ 9,600.00 4. Street Name Signs $490.00 $ 490.00 B. Engineering Design C. Construction Engineering and Management by DOE 4% $ 6,739.56 $6,739.56 D. Materials Testing by DOE 2% $ 3,369.78 $3,369.78 TOTALS $ 178,598.24 $ 0.00 $ 178,598.24 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. The Ranches East Addition Phase 1 B-06 22 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.,'asaid Dev Loper ha executed this instrument in triplicate, at Fort Worth,Texas this the!l�s.. ay of 200/.7 RECEIVE[ Approval Recommended: JUL ` 2006 Transportation and Public Works Department Robert Goode,P. E. Director City of rt 1a0 M&CM:,Qt�i IMl D Marc Ott Assistant City Manager ATTEST: XMrty—Hendrix City Secretary Approved to Form: Assistant on_ ATTEST: DEV ER By: Corporate Secretary D.L. Hu gins Jr. (President) The Ranches East Addition Phase 1 B-06 22 06 UNIT I: SANITARY SEWER 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.) (D-No. refers to related items in the Part D Special Conditions:) 1. 38 LF 8-inch Sanitary sewer pipe, all depths, SDR-35 (complete in place with trench excavation and trench compaction), per linear foot Twenty Five Dollars and Zero Cents $ 25.00 $ 950.00 2. 1 EA Standard 4-foot dia. sanitary sewer manhole including watertight insert(complete in place), per each One Thousand Nine Hundred Thirty Dollars and Zero Cents $ 1,930.00 $ 1,930.00 3. 1 EA Sanitary sewer manhole vacuum testing, per each One Hundred Ten Dollars and Zero Cents $ 110.00 $ 110.00 4. 38 LF Trench safety,per linear foot One Dollars and Zero Cents $ 1.00 $ 38.00 5. 38 LF TV inspection, per linear foot One Dollars and Zero Cents $ 1.00 $ 38.00 TOTAL AMOUNT BID SANITARY SEWER: $ 3,066.00 B-2 Updated 05/16/2005 BID SUMMARY TOTAL AMOUNT BID SEWER $ 3,066.00 TOTAL AMOUNT BIli STORM DRAIN $ 53,558.50 TOTAL AMOUNT BID PAVING $ 104,840.40 TOTAL AMOUNT BONDS $ 4,500.00 GRAND TOTAL AMOUNT BID $ 165,964.90 B-7 Updated 05/16/2005 kECEIVEV M06 PART B —PROPOSAL DEVELOPER AWARDED CONTRACTS This proposal must not be removed from this book of Contract Documents. TO: THE RANCHES EAST, LP PROPOSAL FOR: UNIT I—SANITARY SEWER IMPROVEMENTS UNIT II—PAVING &DRAINAGE IMPROVEMENTS WESTPORT PARKWAY—EAST OF ALTA VISTA ROAD SEWER PROJECT NO. P174-070174013 FILE NO. W-1814 D.O.E.NO. 5226 Includes the furnishing of all materials, except materials specified to be furnished by the City, equipment and labor for the installation of Unit — Water & Sanitary Sewer Improvements and Paving & Drainage Improvements to serve The Ranches East and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: Unit I— Sanitary Sewer Improvements Unit II—Paving& Drainage Improvements Westport Parkway—East of Alta Vista Road Fort Worth, Texas Pursuant to the foregoing 'Notice to Bidders', the undersigned Bidder, having thoroughly examined the Contract Documents, including plans, special contract documents, and the General Contract Documents and General Specifications for Water Department Projects, the General Contract Documents and General specifications for Transportation and Public works Projects, the site of the project and understanding the amount of work to be done, and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment and material except as specified to be furnished by the City, which is necessary to fully complete the work as provided in the Plans and Contract Documents and subject to the inspection and approval of the Director of the Department of Engineering of the City of Fort Worth, Texas; and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the work within the time stated and for the following sums: B-1 Updated 05/16/2005 UNIT II: 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) (D-No. refers to related items in the Part D Special Conditions:) 1. 150 LF 21-inch Storm drain pipe, Class III RCP (complete in place with trench excavation and trench compaction),per linear foot Forty Five Dollars and Zero Cents $ 45.00 $ 6,750.00 2. 84 LF 36-inch Storm drain pipe, Class III RCP (complete in place with trench excavation and trench compaction),per linear foot EighV Six Dollars and Zero Cents $ 86.00 $ 7,224.00 3. 55 LF 1 —7' x 5' Box culvert with headwalls (complete in place),per linear foot Two Hundred Ninety Eight Dollars and Zero Cents $ 298.00 $ 16,390.00 4. 2 EA 21-inch Type `A' sloped headwall (complete in place), per each One Thousand Six Hundred Dollars and Zero Cents $ 1,600.00 $ 3,200.00 5. 1 EA 36-inch Type `A' sloped headwall (complete in place),per each One Thousand Eight Hundred Dollars and Zero Cents $ 1,800.00 $ 1,800.00 B-3 Updated 05/16/2005 6. 2 EA 10' Recessed curb inlet(complete in place), per each Two Thousand Two Hundred Dollars and Zero Cents $ 2.200.00 $ 4,400.00 7. 253 SY 12"— 18" Rock rubble rip-rap (complete in place),per square yard Fifty Dollars and Zero Cents $ 50.00 $ 12,650.00 8. 289 LF Trench safety,per linear foot Zero Dollars and Fifty Cents $ 0.50 $ 144.50 9. 1 EA Remove existing 36"headwall, per each One Thousand Dollars and Zero Cents $ 1,000.00 $ 1,000.00 TOTAL AMOUNT BID STORM DRAIN: $ 53,558.50 B-4 Updated 05/16/2005 UNIT II: PAVING NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT (Furn�sh and install, including all appurtenant work, complete in place,the following items) (D-No. refers to related items in the Part D Special Conditions:) 1. 3,491 SY 6-inch Lime stabilized subgrade,per square yard One Dollars and Forty Cents $ 1.40 $ 4,887.40 2. 52 TON Lime @ 30 lbs/s.y.,per ton Ninety Five Dollars and Zero Cents $ 95.00 $ 4,940.00 3. 3,247 SY 7-inch Concrete pavement(complete in place with silicone joint sealing and 7-inch curb), per square yard _Twenty Four Dollars $ 24.00 $ 77,928.00 and Zero Cents 4. 79 SY 6-inch HMAC pavement (complete in place), per square yard Twenty Five Dollars and Zero Cents $ 25.00 $ 1,975.00 5. 462 SY 4-foot Sidewalk(complete in place),per square yard Thirty Dollars and Zero Cents $ 30.00 $ 13,860.00 B-5 Updated 05/16/2005 6. 1 LS Traffic control,per lump sum Two Hundred Fi$y Dollars and Zero Cents $ 250.00 $ 250.00 7. 1 LS Pavement striping,per lump sum One Thousand Dollars and Zero Cents $1,000.00 $ 1,000.00 TOTAL AMOUNT BID PAVING: $ 104,840.40 B-6 Updated 05/16/2005 Q7/19/2006 12:13 8177351613 CONSTRUCTION OFFICE PAGE 09 RECEIVED JUL I, - 2006 PART B -PROPOSAL(Coat.) 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 pctformalwe 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, 1,978, and that he has read and thoroughly understands all the requirements and conditions of those General Document,,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, 1.978, 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 organi72tion, 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 be in construction within _P calendar days after issue of the work order, and to complete the eor►« t within�D 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 place of business, are not required to underbid resident bidders. X-13- The principal place of business of our company or our. parent company or majority owner is in the State of Texas. B-8 Updated 05/16/2005 07/19/2006 12:13 8177351613 CONSTRUCTION OFFICE PAGE 10 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. I (Initials) Addendum No. 3 (Initials) Addendum No. 2(Initials) Addendum No. 4(Initials) Respectfully submitted, .����,Q��tc�'►a�J, 1�l.aC . By: Title Address V ZLo : 14ul pxj Fr 1Joars a-Fx 7&!01) Telephone. 778—3 Zod (Sea]) Date: Ill. STREET LIGHTS: 1. STREET LIGHT COST ESTIMATE QUANTITY UNIT COST TOTAL COST INTERSECTIONS 0 EA $ 0,000 $00,000.00 MID-BLOCK RESIDENTIAL 0 EA $ 0,000 $00,000.00 CHANGE OF DIRECTION RESIDENTIAL 0 EA $ 0,000 $00,000.00 MID-BLOCK COLLECTOR 0 EA $ 0,000 $00,000.00 MID-BLOCK ARTERIAL PARKWAY 6 EA $ 0,000 $00,000.00 MID-BLOCK ARTERIAL MEDIAN 0 EA $ 0,000 $00,000.00 RELOCATE EXISTING LIGHT 0 EA $ 0,000 $00,000.00 6 (200 watt lights) x $7.05 (per light) x 24 months = $1,015.20 0 (100 watt lights) x $6.50 (per light) x 24 months = $00,000.00 Total: $1,015.20 The Street Lights will be installed by TRI County Electric Cooperative the developers initial 24- month power charge will be $1,015.00 After the initial 24-month power charge the City of Fort Worth, WILL ASSUME THE POWER COST. CFA Code: 2006101 Westport Pkwy— East of Alta Vista Rd August 15, 2006 Fort Worth, Texas August 17, 2006 III- 1 2. STREET LIGHTS 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. 3. Streetlights on arterial streets shall be installed with underground conduit and conductors. 4. The Developer shall provide for the installation of a 2-inch schedule 40 PVC conduit at a depth not less than 30 inches and at least 18-inch behind the curb, "clear from all other utilities". 5. The Developer shall provide for the installation of a 2-inch schedule 40 PVC conduit between streetlights proposed for installation and the power source to become operational. 6. A 3-inch schedule 80 PVC conduit is required when crossing streets at a depth not less than 30 inches, unless indicated otherwise on the plans concrete pull boxes shall be provided at the crossing points. 7. The developer shall pay the initial two year power cost to TRI- COUNTY ELECTRIC COOPERATIVE, after the initial two year cost the City of Fort Worth, will assume the power cost. 8. Before the city install the streetlights, the developer shall pay the total amount shown below to the city at the time of execution of the community facilities agreement. 9. The developer or their contractor shall contact City's street light division 48 hours prior to starting any installation of conduit and/or streetlights at (817) 871-6596 to insure proper inspection of work. TOTAL DEVELOPER'S COST $1,015.20 Westport Pkwy — East of Alta Vista Rd CFA Code: 2006101 August 15, 2006 Fort Worth, Texas ill- 2 "STREET LIGHTS" INTERSECTIONS MID- BLOCK Westport Pkwy 6 (double-arm) CHANGE OF DIRECTIONS Westport Pkwy — East of Alta Vista Rd CFA Code: 2006101 III- 3 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 two (2) intersections at a cost to the Developer of$490.00: Alta Vista Dr & Westport Pkwy Westport Pkwy & Haslet Roanoke Rd Westport Pkwy— East of Alta Vista Rd CFA code: 2006101 August 15, 2006 RECEIVED s d��ddd JUL 3 2066 H w cd J � Q A a ALLEN wI w �o '1S d01=QIcl O 'Cjd 3NONVON 13-1SdH N HIGH d �P w � Q � w u Q Q S (1 S 1S03 Q U 0 a: � J a/- U w 0Q' 0_ Z 0 n Q Q w U l Q J HSNVa dSad3QNfld cy- w � J O J Q Y � Q b� ti 0 0 0 r N 0_ o_ 0 U w to )Jaua-1'a1iymy'Wd Z4:LZ:L 900Z/6 L/L'Linohe-1'6mp-deyy Al!uioiA ydo\sydo\AemNied podasaM\saaayg ao1d\s6uimeJCI\6uuaaui6u3\Zti0900Z\900Z\uoi;onpad\:E) G:\Production\2005\2005042\Engineering\Drawings\Plot_Sheets\Westport parkway\CFAs\CFA plat.dwg,Final Plat,7/19/2006 2:45:30 PM,hwhite,Letter(8.5"x 1 P }}9 f49Y'°89�s•;+[. °1 as ¢ 3 R.. .,� fr Y`£. � t 1- `sa *Fri .4 s _ £ ! ? e£ `F i ds' I. F"-¢ 3 =¢rs;rs [gl-= }s} ? s: c�ca } }� 'f_-ej .{: ; � � ; i[=r�;r�£-sue: � t'-"�s a ;�E sx �aaig � C 9a}} � ; •£ S r �• SS.,. '.� #••#• -ia pSG r 3£e:j Fra1 ,r9 r5. r rF3 at,f 9• S4. ;e r ,s¢• ae., ¢ f iro£ a >i ;€ r '9 I `°`i• ¢" sv's: F , £ F$'s'#f £ si# = 8£s -e t #SS.➢ t�ra i: •#t Y.a• f a• - 3`[9 =vii¢a# F" o- $s O f 9� p 11 3'}s } 6 1a � t)j yyf.^' r e� sS � .�•1 ssa � £i,jt�" i ¢ ¢ g r=' ¢ 9ai} ?St{gr iar•a ��' ■ S�) e9 �Yfi s.a r:9! F j.�S#:r..4!�'s "'a �� p£3'SsiF£� s-$`]ty aFfs�4 i1} iF i+ �e 44 1'Fy•;. •.saa s §F s ,' •yc es "r SF $ i• E 7r•t•s_:1an :s 5 8af } z j; F-R•.s{gyp#sr is flit-!EE r•�-= -1- [9 9_- It £sf a }Fti' 9r 9• #z;s,'a€yvi�i Y�i��p,a E�3 r �{ SF y£F��g; � a �tE it r. •" e• .. a`g� y:Y9 ,}' £_ 4$F a9a•+£ � 9+ ,_ 3.-�..s j.c�} 4g� (.. C �'-a. "e 63 £Y a-9� f"s :� � gAp. a �j. li:,_[F :� E�Y•a.i �� as " '_ }A "-:}a° •, sag#¢£Ra;., r '# S �'➢ .r•Y°: se Isar (�� g c SY� cY # -•�:;si�a'a es €y #s£yi;�s�g 9-F£.9i1�},;;s £�-y Via,, 9j�s¢t r a;� ;� ;9t. ,'c MEW i - y �i s30 t: 9 �jj.sYF59 � a sd# � (• at #1-d1 ?777t as R SjLr Fat ' ■ I I � I _ I 3 f a. as i 9 it II At am I e a!al s da s= a ,i w n I 's < 3 AON➢EROSP RnNC w c z9 a�1 A a � — 5, IOSt S S R 7� c !� s qq a ce a RCANME R0. a_ m croR sr —to "0-90 dd I i J o cn II 3 WW � N N � �' N O Z ? O � O Q �1 N LAJ Lu O O 0o 4-4 co -e4 0 o a � ct Q Q ro . +, d w CO U) M 'o M coa I c co � ' cad ^� W 0 z O E �, o cn E-4 -e!� --� z o x Q c� kz N o Q co +, Ct L Q A � Ct w LO zo R, � L ,LZ o LZ., L L „9'9)Ja74a1'a;!4M4'Wd 9 L:Z£:£90OZ/61/L'lanoAe-I 'Bmp-leld ydo\sydo\AemXjed liodlsaM\slaegS Iold\sBuimeja\6uuaauiBug\Zb0500Z\900Z\uoilonpwd\: s � y r C' i cts a8� 3 S. y� j � q I s 1 w4. w ° WWI o Q �Zt �o aQ WO � W t� Cam, ry V I .._x W J � 41 �' \\ \ U O) �- (n '9)J9119-1'944M4'Wd ZO:Oti:Z 900Z/6l/L'6wned'Bmp•yL NlemaplS Binned yd0\syd0\yL aseyd\slaayg aold\s6uimeja\6uuaaul6ug\Z40S00Z1SooZluollonpad\:g gy r Q � q o w � � v o o o LJ � Cf) \ i .r r 44 C ff o = O a L\ v1 .\ \ r oLn co V O a a W � -\ Q �J � ., � � U 191'9Nmy'Wd Lti:00:Z 900Z/6l/L'weJa wJoas'6mp'uieja viols yd0\sydO\AemNied podlsaM\slaayg Iold\s6uimeiCR6uuaaw6ug\Zgpg00Z\900Z\uoipnpoJd\:E) C ALL, Cl) U) wo C N < to H 'O:Z 90OZIOZIL'SUBIS OWEN S1461-1'Bmp-su61S OWEN S1461-1 laajlS Vjo\sVjo\AemNied liodlseM\sleeqS—Iold\sBulmej(l�Buliaeui6u3\ztpogoozkgooAuoilonPOJd\:E)