Loading...
HomeMy WebLinkAboutContract 37227 COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No.�� WHEREAS, Mercantile Partners, L.P., hereinafter called "Developer", desires to make certain improvements to Northern Crossing West Addition Lot 13, Block 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. The Developer shall award all contracts for the construction of rrw�°!'� 1p;,j ��,'���� community facilities in accordance with Section II, paragraph 7 of the Policy. 'Jul! 5 .r NnrthPrn(rnccino WPct AArlt'n 1 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 nezli ence 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). I 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 NnrthPrn Crnccina WP.et Adrit'n 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)None; 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 1. 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 Exhibit B 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 $ 61,372.40 NnrthPrn Crnccina WPet AArit'n 3 Project Name Northern Crossing West Addt'n CFA 2008-038 DOE 5909 Ytem Developer City Cost Total Cost Cost A. Construction $ - 1 . Streets $ 55,540.00 $ 55,540.00 2. Storm Drainage 3. Street Lights 2,500.00 2,500.00 4. Street Name Signs B. Engineering Design C. Construction Engineering and Management by DOE (4%) 2,221 .60 2,221 .60 D. Materials Testing by DOE $ $ (2%) 1,1 10.80 1 ,1 10.80 TOTALS 61 ,372.40 - $ 61 ,372.40 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. NnrthPrn(rnccino,WPet Aeidt'n 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 has executed this instrument in triplicate, at Fort Worth, Texas this the J 4 "l day of 6aw . , 2008. Approval Recommended: Transportation and Public Works De pa ment NO M&C UQUIRED Greg i . E. Acti i ctor City of Fort Worth Fernando Costa Assistant City Manager ATTEST: Marty Hendr City Secretary Approved ;oForm:p Assistant orney ATTEST: DEVELOPER: Mercantile Partners, L.P. A Texas limited partnership By: Mercantile Corporation a Texas corporation ' s ge -tner By: Corpo ate Secretary Brian Randolph Vice President f Nnrthern f'rnccina Wact AAlit'n 5 c� 0 Fir- LLI m _ 00 -- - ' I w - M a w o ,t + Z cn o cc L I a W C-) oO c� r I QQ z > W 3 = Z QZ, w M-zz z t0 r C9 F-F-O W i F- Worn o ' Fo�v�i J o F¢- ONN O XOIXO O J rn co(D W U O_U Z i 0 r U +? M / m 1 Opbm i f0 F-W)-to 1 0 2mmU W a N FWv In nr � ' �DaW N UaZ p0 O d0'l!'I U Qtr XZwU �� N J � N st0 t+D �NM F-0 WQ� C oa C cc N �0 a 0 0 Q in�CNO Q �' O�y (�A (1� Q z O r NIN=P o O 1� (D r o o J V IM U fnFV- ! cp OWU o WZQ— / WOC)Q he N r oz wwt,ON M s �Z of ^ % r M$ivZ nnn Ft r foul Q �X O + F-�t�D. J Z jWZ� w Z IcNpN 3:V)Fa Qrc O cf) F--O O p N Z W� s Z N r ^ N=; O I Q z V ' r ' 41�� M I F4 ;. I � a � m 0) F-�Lr) ' 0)CoN rTl I to U)NHO Op .+. I O t0 O +It t7 N coN coN I I ++ 1 1 O O r M 1 OMO'8X3'9£f'LO-8904Z\�JMO\8£f'LO-F3904Z\4Z-�JMO\�NI WVLO:OI - BOOZ/6L/90 k-n3NV UNIT I: PAVING IMPROVEMENTS ITEM APPROX. UNIT DESCRIPTION OF ITEMS WITH BID UNIT PRICE TOTAL NO. QUANTITY PRICES WRITTEN IN WORDS AMOUNT 1 480 LF Saw-Cut, Demo& Haul Off Existing Concrete Curb Ten Dollars and Zero Cents per Linear Foot. $ 10.00 $ 4,800.00 2 480 LF Dowel & Connect To Existing Concrete Twenty Dollars and Zero Cents per Linear Foot. $ 20.00 $ 9,600.00 3 280 CY Unclassified Excavation & Haul Off Fifteen Dollars and Zero Cents per Cubic Yard. $ 15.00 $ 4,200.00 4 825 SY 6" Lime Stabilized Subgrade Four Dollars and Zero Cents per Square Yard. $ 4.00 $ 3,300.00 5 12 TN Hydrated Lime(30lbs Per SY) One Hundred Forty Dollars and Zero Cents per Ton $ 140.00 $ 1,680.00 6 740 SY 7" Reinforced Concrete Paving Thirty-Seven Dollars and Zero Cents per Square Yard. $ 37.00 $ 27,380.00 7 390 LF 6" Integral Concrete Curb Two Dollars and Zero Cents per Linear Foot. $ 2.00 $ 780.00 8 1 LS Traffic Control Two Thousand, Eight Hundred Dollars and Zero Cents per Lump Sum. $ 2,800.00 $ 2,800.00 9 100 LF Turn Lane Buttons/Striping Ten Dollars Zero Cents per Linear Foot. $ 10.00 $ 1,000.00 TOTAL AMOUNT PAVING IMPROVEMENTS $ 55,540.00 TOTAL AMOUNT BID PAVING IMPROVMENTS $ 55,540.00 GRAND TOTAL AMOUNT BID $ 55,540.00