Loading...
HomeMy WebLinkAboutContract 36713 COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, BNSF Railway Company, hereinafter called "Developer", desires to make certain improvements to BNSF Unit Train Terminal, 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. �,� , Project Name 1 CFA Number 03-05-0 8 A 1 0:27 IN Date E. The Developer shall award all contracts for the construction of community facilities in accordance with Section II, paragraph 7 of the Policy. 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 performed by said Developer, its contractors, subcontractors, officers, agents or employees, or in consequence of any failure by said Developer to properly safeguard the work, or on account of any intentional act, neglect or misconduct of said DEVELOPER, its contractors, sub- contractors, officers, agents or employees, whether or not such iniuries, death or damages are caused, in whole or in part, by the altered nerlirence of the City of Fort Worth, its officers, servants, or employees. Notwithstanding the forgoing, DEVELOPER shall have no liability for the altered nerligence of the City of Fort Worth, its officers, servants, or employees resulting from or in connection with the ownership, maintenance or operation of any public infrastructure following completion of construction of such infrastructure and official acceptance by the City. 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 Project Name 2 CFA Number Date 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, 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 $ 2,500,287.53 Project Name 3 CFA Number Date Project Name 4 CFA Number Date SUMMARY OF COST BNSF Unit Train Terminal Item Developer City Cost Total Cost Cost A. Construction $ - 1. Streets $1,839,821.00 1,839,821.00 2. Storm Drainage $452,294.60 452,294.60 3. Street Lights $70,400.00 70,400.00 4. Street game Signs $245.00 245.00 B. Engineering Design $C. Construction Engineering and Management by DOE $ $ 4% 91,684.62 91,684.62 D. Materials Testing by DOE $ $ 2% 45,842.31 45,842.31 TOTALS 2,500,287.53 $ - 2,500,287.53 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. Project Name 5 CFA Number Date 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, an aid DrMA executed this instrument in triplicate, at Fort Worth,Texas this the y day of ,200$. Approval Recommended: Transportation and Public Works Department 54obert"Goode, P. E 04 irector Cit of Fort Worth NO M&C REQUIItI: Fernando Costa, Acting Assistant City Manager ATTEST: �NN 0,��kok—�� Marty Hendrix City Secretary Approved as to Form: TWA� ? G Rpp o ', Assistant i Attorney co, S EA �= ATTEST: p ; DEVELOPER AWXV BNSF Railway Com y By: AVP Facilities &Property Mgmt. Project Name 6 CFA Number H ;��H Date INDUSTRIAL A VE. c� � z a Y � 820 O�Q' DR. NORTHEAST PKWY. 0 RP�L��P PROP. GREAT SOUTH WEST EXTENSION GREAT SOUTH =o �� WEST PKWY. 35W NTS sq�� FRAWLIN DR. MEACHAM BLVD. LOCATION MAP NTS CITY OF FORT WORTH, TEXAS MAP No. 2048-420 & 2048-424 GREAT SOUTHWEST PKWY. EXTENSION wA#07121 LOCATION MAP 12B14-2007 14w 5- 6 ...VA/A& WIER & ASSOCIATES, INC. A- ANY PRELMNAM. 7HS PLAT SNALL NOT M FLED FAR ML Hwbwt S 8aodey IL Ti000s Rat- Pr+ofmtond Land Surveyor Stab of Tom% Na 4O00 FLAT � uw m �MIAL m 10 Im arf 43F !w l'MI � 0 410M . EMAREQt !of Nub ��M„ iw�iy r .� PREPARED Septrnbor 2007 WE PLAT FLED N "am �.. .�.. PLAT ROOOROQ, TARRANT OO mff wk% OciStrobel Construction UNLIMITED, INC. 106 South Green St. PROJECT NAME: Great Southwest Parkway Cost Estimate 1/8/2007 LOCATION: Ft.Worth.TX Revised 1/8/2007 Clarks NE 68628 TOTAL UNIT ITEM NO. DESCRIPTION OF ITEM QUANTITY UNIT PRICE COST PH: 308.548.2264 FAX: 308.5d8.2164! 1 Demolition&Paving 1 UNCLASSIFIED EXCAVATION 5,000 CY S 12.00 S 60,000.00 strobeiconstructian.nel 2 RIGHT-OF-WAY PREPARATION 43 STA S 300.00 S 12.900.00 3 CURB 8 GUTTER 17.680 LF S 5.00 $ 88,400.00 4 SAWCUT EXIST CONC.PAVEMENT 330 LF $10.00 S 3,300.00 MAILING ADDRESS 5 RELOCATE EX.BARRICADE 2 EA S500.00 S 1,000.00 6 IREMOVE 8 DISPOSE EX.CONC PAVEMENT 325 SY $10.00 S 3,250.00 Post Office Box 187 7 REMOVE 8 DISPOSE EX.ASPHALT PAVEMENT 7071 SY $8.00 S 5,656.00 8 8"3000 PSI CONCRETE PAVEMENT 20.210 SY $66.00 S 1,333,860.00 Clarks NE 68626 9 8"COMPACTED LIME STABILIZED SUBGRADE 22,500 SY $4.80 S 108,000.00 10 HYDRATED LIME(MIN-42 LBS/SY) 473 TON $110.00 S 51,975.00 11 FILL PER CITY OF FT.WORTH STANDARDS,ITEM NO 114 3,200 CY $ 12.00 S 38,400.00 12 TRAFFIC CONTROL PLAN 1 LS S 8.000.00 S 8.000.00 13 HYDROMULCH 10,500 SY S 0.80 S 8,400.00 14 2'DIA LIGHT POLE PAD 191 EA S - 15 LIGHT CONDUIT 4.1101 LF IS 16 S.!L PULLBOX 81 EA 1 $ 17 S/L SERVICE POINT 1 EA is 18 S/L TRANSFORMER 1 EA I S - 19 TYPE II-AA-4 BUTTON 461 EA is 20 TYPE YA BUTTON 1,128 EA S 1 LS S 61.600.00 S 61,600.00 21 W10-1 P.XR CROSSING SIGN 2 EA S - 22 R15-1 RXR CROSSING SIGN 2 EA is 23 2'WIDE THERMAL PLASTIC STOP BARS 2 EA S 24 ITHERMAL PLASTIC RAILROAD SYMBOL 2 EA S 1 LS S 55,080.00 $ 55.080.00 SUBTOTALI I S 1,839,821.00 II Drainage 1 12"ROCK RIP RAP ON 6"BEDDING W/FILTER FABRIC 310 SY 1 $ 100.00 S 31,000.00 2 TXDOT 54"CH-FW-0 HEADWALL 1 EA $ 4,200.00 1 S 4,200.00 3 SAFETY END TREATMENT 4 EA S 1.800.00 Is 7.200.00 4 CONNECT TO EXIST 48"RCP 1 EA S 500.00 IS 500.00 5 21"RCP STORM DRAIN PIPE CLASS 111 2111 LF S 66.00 1 S 13,926.00 6 24"RCP STORM DRAIN PIPE CLASS Ill 7221 LF $ 78.00 S 56,316.00 7 36"RCP STORM DRAIN PIPE CLASS III 1,0941 LF S 138.00 IS 150,972.00 8 42"RCP STORM DRAIN PIPE CLASS 111 5001 LF $ 170.40 1 S 85,200.00 9 48"RCP STORM DRAIN PIPE CLASS 111 161 LF S 125.00 IS 2,000.00 10 154"RCP STORM DRAIN PIPE CLASS III 56 LF S 300.00 S 16,800.00 11 124"RCP STORM DRAIN PIPE CLASS IV 170 LF S 78.00 S 13,260.00 12 5'X5'JUNCTION BOX 1.0 EA S 4,000.00 S 4,000.00 13 4'X4'JUNCTION BOX 2 EA S 2.750.00 S 5,500.00 14 21"MANUF.60'BEND 1 EA $ 300.00 S 300.00 15 STANDARD COLLAR 6 EA S 300.00 S 1,800.00 16 21"PLUG 11 EA S 125.00 1 S 125.00 17 24" PLUG 11 EA $ 150.00 S 150.00 18 36"PLUG 11 EA $ 200.00 S 200.00 19 ISTD.10'RECESSED CURB INLET 10 EA S 3.960.00 S 39,600.00 20 STD.20,RECESSED CURB INLET 21 EA S 6,300.00 $ 12,600.00 21 ITRENCH SAFETY 2,7691 LF S 2.40 S 6,645.60 SUBTOTAL $ 452,294.60 III Utility Improvements 1 IRELOCATE EX.POWER POLE 1 EA S 500.00 S 500.00 2 10" WATER MAIN 65 LF S 48.00 $ 3,120.00 3 12"PVC WATER MAIN 1,646 LF S 62.40 S 102,710.40 4 16"DUCTILE IRON WATER MAIN 2.671 LF S 75.00 IS 200,325.00 Strobel Construction UNLIMITED, INC. 106 South Green St. 5 6"GATE VALVE 1 101 EA S 3,660.00 S 35,600.00 6 10-GATE VALVE 11 EA $ 1,300.00 S 1,300.00 Clarks NE 68628 7 12"GATE VALVE 5 EA S 2.040.00 S 10.200.00 8 STANDARD FIRE HYDRANT ASSEMBLY 10 EA $ 2,250.00 S 22,500.00 PH: 308.548.2264 9 CONNECT TO EX.12"W.L 1 EA S 2,000.00 S 2,000.00 10 CONNECT TO EX.24"W L. 1 EA S 4.000.00 S 4,000.00 FAX: 308.548.216,1 11 REMOVE EX.24"PLUG 1 EA S 1.00000 S 1.000.00 12 16"PLUG 1 EA S 600.00 $ 600.00 StrOCelConStru0ti0n.net 13 FITTINGS 7 TONS $ 4.800.00 g 34,200.00 14 TRENCH SAFETY 1,711 LF S 2A0 S 4,10640 15 16"D.I.P IN 24" STEEL ENCASEMENT 60 LF S 450.00 S 27,000.00 MAILING ADDRESS 16 CEMENT STABILIZED BACKFILL 75 LF S 75.00 $ 5,625.00 17 2"IRRIGATION METER 1 EA S 2.000.00 S 2,000.00 Post Of icc Box 187 18 1 1/2"DOMESTIC METER 1 EA S 1,500.00 5 1,500.00 19 10"DETECTOR CHECK VALVE&VAULT 1 EA S 10,000.00 S 10,000.00 Clarks NE 68628 20 16"GATE VALVE&VAULT 3 EA S 7,500.00 S 22,500.00 21 1"AIR RELEASE VALVE 1 EA S 3,000.00 S 3,000.00 SUBTOTAL $ 494,786.80 IV Sanitary Sewer 1 ISAWCUT&REMOVE EX.CONCRETE PAVEMENT 290 SY S 10.00 1 S 2.900.00 2 CONNECT TO EXIST S S M.H 1 EA IS 1,000.00 5 1,0D0.00 REHAB EX.SSMH'WITH INTERIOR CORROSION 3 PREVENTION COATING 13 VF S 100.00 S 1.300.00 4 INTERIOR CORROSION PREVENTION COATING 92 VF S 100.00 $ 9.170.00 5 RE-WORK SSMH INVERT 1 EA S 500.00 S 500.00 6 4'DIA,SANITARY SEWER MANHOLE TO 8'DEPTH 3 EA $ 3.330.00 S 9.990.00 7 4'DIA SANITARY SEWER MANHOLE OVER 8'DEPTH 5 EA S 3.330.00 $ 16,650.00 8 4'DIA.S.S.MANHOLE EXTRA DEPTH 281 VF S 270.00 S 7,560.00 9 4'DIA S.S DROP MANHOLE 21 EA S 3,000.00 S 6,000.00 10 IF SANITARY SEWER 0'-8'DEPTH 1.805 LF 5 4800 $ 86,633.28 11 8"SANITARY SEWER 8'-10'DEPTH 9631 LF S 4800 $ 46;240.32 12 8"SANITARY SEWER 10'.12'DEPTH 373 LF S 48.00 S 17,905.44 13 8"SANITARY SEWER 12'-14'DEPTH 413 LF S 48-00 S 19,822.08 14 8"SANITARY SEWER 14'+DEPTH 621 LF S 48.00 S 29,797.92 15 6"STUB-OUT/SERVICES 294 LF S 20.00 S 5,880.00 16 8"STUB-OUT/SERVICES 36 LF S 23.00 S 826.00 17 CUT&PLUG EX S S.LINE 11 EA $ 250.00 S 250.00 18 ABANDON EX 6"STUB 11 EA S 100.00 S 100.00 19 ICEMENT STABILIZED BACKFILL 651 LF S 7200 S 4.680-00 20 CLAY DAM 101 EA S 200.00 S 2.000.00 21 TRENCH SAFETY 4.1851 LF S 2.40 S 10,044.00 SUBTOTALI I S 279,251.04 IV Erosion Control 1 BLOCK&GRAVEL INLET PROTECTION 12 EA 2 ROCK CHECK DAM 6 EA 3 ISTONE OVERFLOW STRUCTURE 6 EA 4 SILT FENCE 2.510 LF 5 SWP3 1 EA 1 LS $ 24,000.00 S 24,000.00 SUBTOTALI S 24,000.00 TOTAL Is 3,090,153.44 Swcerel_\. Austin Schindler t_'OnilNC11011\lanaecr o�q N n�6.c YID SITE I. CIOa g r {.•^V BLOCK 25. IV BMNESS P ° V.358-100, P.42. P.R.T.C.T. BN LEASING CORPORATION V. 16730. P. 93. D.R.T.C.T. ♦ ♦ 820 MARK IV LLC. \ C.C. N0.D205218129. D.R.T.C.T. ♦ ♦ I ♦ I PROPOSED ; GREAT SOUTHWEST PKWY. EXTENSION I ♦ 1 ` LOT I. BLOCK 1. 820 MARK IV LLC, AMUMAN FREN 4TWAYS ADD. t C.C. NO. D205218129, CAB.A. SLID. 4803 I D.R.T.C.T. ♦` ♦� s ' EX. GREAT 40qpS SOUTHWEST PKWY CITY OF FORT WORTH. TEXAS MAP No. 2048-420 & 2048-424 0 500 1000 GREAT SOUTHWEST PHWY. EXTENSION wA#07 121 \� PAYING EXHIBIT "B" EHB—B—PAVE dwg 12-14-2007 14,52 ���� WIER & ASSOCIATES, INC. o�q N P� aQ 10 �? p SITE I, BLOCK 25, wp'�SF N m MARK IV S PAR Z M� V. 308-100-100. P. 42, P.R.T.C.T. PROP. S.D. _ — UNE 'C-1' 8 'C-2' ON LEASING CORPORATION V. 16730. P. 93, D.R.T.C.T. lip- ` 820 MARK IV LLC. \ (�1 C.C.NO. D205218129. D.R.T.C.T. PROP. S.D. -- `� N0 LINE ,� PROP. S.D. 1 ` NA LINE 'B' 1. 1 820 MARK IV L-C, RICAN LOT R BLOCK 1, C.C. NO.D205218129. A CAB. A.A. SLD. ADD. I NCO D.R.T.C.T. 4003 80 1 EX. GREAT— — �y�9 � SOUTHWEST PKWY. FPRP SAD. EX 48' R.C.P. CITY OF FORT WORTH, TEXAS MAP No. 2048-420 & 2048-424 aam 0 500 1000 GREAT SOUTHWEST PSWY. EXTENSION wA#07121 \� STORM DRAIN EXHIBIT "B-1" EHB—BI—SD.dwg 12-14-2007 14,52 MEW WIER & ASSOCIATES, INC. N A� _NaY- I,tl/ ,O u SITE I, o g~ l,-� BLOCK 25. vi IN>! m �ARK IV BUSINESS PARP M a V, 388-100, P, 42, P.R.T.G.T. -- 0 y 0 ` ON LEASING CORPORATION V. 16730. P. 93, D.R.T.C.T. `'— \ pd \ 820 MARK IV LLC. \ C.G.NO.0205218129. D.R.T.C.T. 9� � I f ' \\ LOT 1, BLOCK 1. 820 MARK IV LLC, AMERICAN FRE04TWAYS ADD. till. N0. D205218129, CAB. A. SLD. 4803 I ✓O D.R.T.C.T. EX. GREAT ,� SOUTHWEST PKWY. c CITY OF FORT WORTH. TEXAS MAP No. 2048-420 & 2048-424 0 500 1000 GREAT SOUTHWEST PHWY. EXTENSION WA#07121 \� �, STREET LIGHTS EXHIBIT "C" EHB-C-ILLUM.dwg I2-14-2007 14:52 .VVIR WIER & ASSOCIATES, INC. 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 22 EA $ 3,200 $70,400.00 MID-BLOCK ARTERIAL MEDIAN 0 EA $ 3,200 $00,000.00 RELOCATE EXISTING LIGHT 0 EA $ 1,650 $00,000.00 Subtotal $70,400.00 City's Cost $00,000.00 Developer's Subtotal $00,000.00 4% Inspection fee $0,000.00 Project Total $70,400.00 Adjacent Developer's Cost $00.000.00 Developer's Cost $70,400.00 DEVELOPERS COST: $70,400.00 CFA CODE # 2008004 BNSF Unit Train Terminal Fort worth,Texas January 16, 2008 PAGE I 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: $70,400.00 January 16, 2008 CFA CODE # 2008004 BNSF Unit Train Terminal PAGE 2 OF EXHIBIT "C" III. STREETLIGHTS LOCATIONS: MID-BLOCK ARTERIAL: Great Southwest Pkwy 22 CFA CODE # 2008004 BNSF Unit Train Terminal 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 one (1) intersection at a cost to the Developer of$245.00: Great Southwest Pkwy & Northeast Pkwy BNSF Unit Train Terminal CFA code: 2008004 January 16, 2008