Loading...
HomeMy WebLinkAboutContract 30847 04402 ' COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, Ili'Limited Partr rsly hereinafter - called "Developer", desires to make certain improvements to Bmmg-m RAnt P, IV A , 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 and Denton Counties, Texas, hereinafter called "City", to do certain work in connection with said improvements. NOW, THEREFORE,KNOW ALL BY THESE PRESENTS: That said Developer, acting herein by and through ZEm C15, III :-&: its duly authorized Prne?cht , and the City, acting herein by and through Marc Ott, its duly authorized Assistant City Manager, for and in consideration of the covenants and conditions contained herein, 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, is hereby incorporated into this Community Facilities Contract as if copy 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 H, of the Policy. D. The Developer shall award all contracts for the construction of community facilities in accordance with Section H, paragraph 7 of the Policy. E. The contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section H, of the Policy. It r tr CFAREVISEDFORMATWITH4_ 1 ;1 '1;?�,Vfl l � � F. 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 inlurzes, death or damages are caused, in whole or in part, by the alleged negli ence of the City of Fort Worth, its officers, servants, or employees. G. Developer shall install or adjust all of the required utilities to serve the development*or to construct the improvements required herein. H. 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). J. 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. K. 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. L. Developer agrees to construct proposed improvements as shown on the exhibits attached hereto. The following exhibits are made a part hereof. M�•__ CFAREVISEDFORMATWITH4_ 2 -V r.�� W o Water (A)None; Sewer(A-1)None; Paving (B) attached; Storm Drain(B- 1) attached; Street Lights and Signs (C) attached. H. 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, 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 $5153°►�57J Item Developer City Cost Total Cost Cost A. Construction 1. Streets $ 420,348.97 $ - $ 420,348.97 2. Storm Drainage $49,785.00 $ - $ 49,785.00 3. Street Lights $ 26,400.00 $ - $ 26,400.00 4. Street Name Signs $ 600.00 $ - $ 600.00 B. Engineering Design $ - Is - $ - C. Construction Engineering and Management by DOE 4% $ 18,805.36 $ 18,805.36 TOTALS $ 515,939.33 $ -1$ 515,939.33 Notes: 1. All Preliminary Plats filed after July 2000 will require sidewalks on all streets. The developer is responsible for installation of sidewalk and a separate financial guarantee is required in the form of a bond or check for the cost of the sidewalk. 2. Developer's column for Item C represents four percent(4%) cost for construction inspection fees and materials testing. The City will pay additional inspection fee over 4%. 3. City not preparing plans and specifications. Remington Point PhIV- Sec A-CFA REVISBD FORMAT WITH 4% IN TESTWONY WHEREOF, the City of Fort Worth has caused this instrument to be executed in quadruplicate 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 Dev loper has executed this instrument in triplicate, at Fort Worth, Texas this the"day of , 200X.4 Approval Recommended: Transportation and Public Works Department W � Robert Goode, P. E. Director ATTEST: City Of Fort Worth ��✓ By: � WrN lAendrA, Marc Ott City Secretary Assistant City Manager Approved as to Form: I inv- Contract Authorization Assistant tity Attorney Date ATTEST: DEVELOPER FY: parb-jer �. nom' Par tea.— By: Corporate Secretary Vice �S ` O i�I CI :c 'MIH 0UH9 III:", `t4?� G.a 0 tiu CFAREVI = 4 8287 P \ t = /r ISTAR p `\\; 'SAOINAW 1 a PROJECT % 35N LOCATION'UhA 28 / i \ I ° BLUE MOUN(J \\ N I EAST USTRIA -- -J \ \\ \ 820 40- 820 1 / 15 N \ BZP7,p 820 1 MARINE CREEK A Igog, a Ac M LAKE �pW y�J,TY I \ 4AAy / C PORT \t \ \ \t WORTH p \ q� AC AM 1 1 AIRPORT \ l:L 35N a 8 u A VICINITY MAP N.T.S. nr 1 flu '?1'�Iv� ,w \ ` . _ o c \O W 1WAd "j,8Z M 0 a,04 p N � W J 9Z I ca LZ .,...-. ....,._. '�' ml J SIN J co rn m 6Z \fi NI 0£ \ i to m oho o _ l£,� 8Z I O Z 1 I -fo J Z LZ Z p I a 0 <IF ££� 9Z a m o J N iz y2 < I cn _9�N £Z m A a O N RZ �m w LSD Z7,� z Z (m ILn r oz m r N O 41 m W Uzi W y cd A N o -Zvor Ll (n i A z N £VN W NO 1� V?V QL fjt En Im — 94 _{ N m L'pu, W J � O Qt, DD to 64: OS tS KENTUGt I'UE BYE _ J 28' VM • KENTUCKY _ DERB� LAN _ 28'F-F PVML 1 /� ZS £5ti5 50'R.O.W. 50'R 0 W� CD 1 N) � tD GO J m (n A W N mom J O p O <FE . I Kra R, DyNA jO AL�BOU BARD / GRAND _NATIONAL_ BOULEVARD 80'R.O.W. _ 407-F PVMT. XISY.PAVE ENT W W W W W A . A o m J m l0 o N W A (n 0, m�d <y C) _ yLV, R L, \ x15 t1 V7 m z° D—1 EIS'? BEM r . t� RV SZO N N r yI CO — °A O N ' N -1 o� O 1 N (4 N ' O Ln m n I N N N }7 W I v 0 rn O C�Z _ co ED I m \gZ ° I N ° I w I I 6Z ° 6 3 I I I m 0£ to Z - _ gZ m 2Ni I o r— Z LZ DODO J I j °' I z LN I i _£ 9Z •A W v 6 "' £Z vP.�D m i N rn 9£ry rn-< W m to OZ r o QtL+ m I nNi ° —� N� w z W I�z 61 a N A t 7p —i 8t m N N W I O W `p•---•• gt5t i m L bcn o ° w J I J I 6� 05 t5 Z5 £g,yc KENTUCKY DERBY LANE 1 —— — — — co I � I O W J m Ln .P ;u 0 W (1 I N n PROP.24" RCP GRAND NATIONAL BOULEVARD ;u0 N �• M' X W W W W W •P j ? •P N W W 0) J 03 0 O N W A Cn n ? ,r v _ L..___.._...-..I- I ,n L, o = o� m om X m� AMC 9 A, SILVER SPUR LANE .x,°„ to O > —i >> z O I1 O rn 00 ej 7s3D SCitLRt14E ZENA LAND DEVELOPMEMT REMINGTON POINT PHASE IV SECTION A-PORT WORTH,T&RAS UTaM CONTRACT Itmn Estimated Total Toni No. tlunudry slain DescriptiwnoClamwiffiToWUnitL4ieeWtineoinWoMa Unit Price Amotmt STORM SEWER M'EMS 13. 24 LP Funlbh&Install 2Wade Reinforced Concrete Pipe,including excavator,embedment snd back MI.eompkx in plea, for Fotw S& doltms and no ccatsperLnm Foot S 46.00 S 1,104.00 14. 304 LF Famish&Install 24-inch Reinforced Concrete Pipe,including excavation,embedment andbackSlt mmpltte in plan, t , for Ferry Eirht donuts and m Heats per Linear Foot S 48.00 S 1 _,4310D 15. 199 LF Furnish&lmmli 30-inch Rcinfottcd Conmae Pipe,including excavation,embedment and backra complete in place, for Fifty Right dollars and m oalsper LmcarFoot S 55.00 5 IL542.00 16. 4 RA Famish&hutaU Modl&d is-Foot Depremed Curb Inlet,including excavatoa,WctUll and=mriol%complete in place far, Tkm Thousxed Pam Hundred dolls. and no antspa Facb S 3.400.00 S 13.600.00 s 17. 1 EA Famish&insnU Type B"Standard Manholq including cxcavadon,b2ckM ad matmial%complete In placo, tot Three Thousand Five Hmdred dollars and m cwoper P,xb S 3,500.00 $ 35011.00 tg. i LS Remove Phrg andCemmct to Existing 30" for Five Hundred doAms and m cots per Cubic Yard S 600.00 S 500.00 19. 1 LS Rmmvt Plug and Contact tDUstbng24" for Five Hundred dollars and m tome per Cubic Yard 5 somoo S 500.00 20. 607 LF Impleoneatation of Trench Sakrysysmm ineuding shinning,sharing, eadbracin&complete In place, dbr One dollars and m cotts per Linear Foot S 1.00 S 607.00 1 SUD'TOTAL STORM SEWER ITEMS S 49,755.00 {,-d 0T691 2b1.IB UW3Z e0B:0T fro 61 uer HID SCI3EDULR ZENA LAND DEVELOPMENT REMM(;TON P0H4T rHAB&1V SECFLON A-FORT WORTR,TEXAS rft7I.TCV CONTRACT Item &timated Total Total No. Quantity Unit Description otltem with Total Unit PtieoWtitten in Words unit Ptica Amount SANITARY SEWER ITEMS 31. 1,637 LF Furnish At Immll 8'inch Diamettt SDP-35 PVC Sanitary Stwer,incbdmg tretwbiM i9 embtdmrnt bacIAL and testln&mmplen:inP12M tar Twenty Five dollars and, m cents per LiecarFwa S 25.00 S 40,925.00 22. 665 LF Furnish&ImuH Match Diatneta SDR-26 PVC Sanitary Sewer,iwindinS tmncbin,& embedmwt,backfill,and mstin&nOTWW in plan, for Twenty Sevin dollm and m cents per Linear Foot S 27400 S 17,955.00 23. 105 LF Connate Encasement for r Sanitary scwcr at locations indicated m plate,complete in plan, for TtirN dollnm and no tents per Liamr Foot S 30.00 S 3.150.00 24. 7 HA Futaish&IwW1 Standard 4-Fwt Diameter Sanitary Sewer Mnnb0b, including acavadou,badal.castings.and water tight iwc%14 mmplett in Platt, for Tbree Tbow and Two Hundred Fitly dollars and no ccatsper Each S 3.25800 S 22750.00 25. 26 EA Fumith&Imtall Sanitary Smva Deep Service Connection,including doublt cleawu4 cap,trtaebia&embedareat,baekCdi,fitthan and marks.Complete in plate, for Three EbmdredlwentyFHe dollars and no cem WEach S 325.00 5 9.450.00 26. 39 HA Favoisb&Immtl Sanitary Sawa Servim Cotmectitn,including double clemom, cap,htmebing,embedment,bwl=fittings,and market,Compton,in Plea, for _ Two Hoadred FiRv dollars and w coats per Each S 250.00 S 9.500.00 27. 2,302 LF Patera PostT.V.Samar Sower lutpeetion .Ina pot domm 4F /: �•.; na Cents Per Linea Foot S 1.00 S, 2302.00 and tar. 5 CY Fumuh&FasaH EaHast Slane ar dittoed by EneineR f City lmpecmr y,.iv:.•. Complete in Plitt, 8rc Tb/enty Five _ deices and no cents per Cabin Yard S 25.00 S i25.a0 ti 19. S Cy Fomisk 6t A bed Liatatone v dittoed by Engineai MY fmptctor camp P for 1wmtty Fivs doHun and uo cents per Cubic Yard S 25.00 S 125.00 ° l'0 30. 5 Cy Fattish&tartan Cl ass-V(1500 pst)cwcem farmitcellaneom placetamt, wmpleto in Place, T.; for Twenty Fivt dollars rr''i'•tii': �''�T.t tY• - - and no ants per Mbic Yard S 2100 S 125400 g -d OT69T2b1.TB U1437 e18 =01 ti0 61 uer 11d4.�GH�In.E ZENA LAND DEYELOPMENT R&MINGfON FOINT PHASE IV SECTION A-FORT WORTH,TEXAS UTIIdTYCONTRACT Item Estimated Total Total No. Qmandty Unit Description ofltem with Total Unit PritaWrimInWords UmuPrke Amount 31. 5 CY Furnish&Install Gass"B'(2500 Its)concrete for miscelametna Placement' mmpkre iap)ate, for Sim Five dolass and to Cents per Cmbie Yazd S 65000 S 325.00 32. W02 LF lmplemanadou ofTremch Safety Systemineindb"eeft sbortog and bracing complete in place, for One da0ars mo eena per Llaar Foos S 1.00 S 2.30200 SUBTOTAL SANITARY SEWER ITEMS S_ t08,034.00 SUMMARY-REDIINGTON POINTUTIISIIES eAYMJ1KT,PERFORMANCE AND titAINT BOND S 5,600.00 SUBTOTAL WATERLINE ITEMS S 124936.00 SUBTOTAL STORM SEWER ITEMS S 49,785.00 SUBTOTAL SANITARY S&WBR ITEMS S 108,034.00 TOTAL BID FOR REhIINGMN F0INI PEASE N SECTION A UTILITIES S 286,255.00 ry,d,ria.,nm M+SerM+,trWa wedo aai Gruen tec+..afC„rnomeY.ao adtgbN mldN+alpnwl Wka 1(cdabdro ue aeaMY mik,enwtbaatw meet AY katnr.If.mkh mgafwlaeemptata as trotknmdtamd to Mplm aodutputGed,wAiramootlitedw poy(tpointafrpopooi,waomtda+d awta:yaasamtld tae cwtoftheaabaWWt ktaoadEeirtodrd) Contractor me AuOmritad Sign uft i Date 9 -d Oi69iZbLiB UW3Z e1E =01 .110 61 uer DID S( EDULE ZENA LAND DEVELOPMENT REMINGTON POINT PHASE W SECTION A-FORT WORTH.TEXAS PAVING CONTRACT Item Estimated Total Total Unit Price Amount No. Quantity Unit Description of Item with Total Unit Price Written in Words l . 14,812 SY Furnish&Install Six-inch 3,000 PSI Reinforced Concrete Paving, including 7-inch curb,complete in place, for Eighteen dollars and Eighty Eight cents per Square Yard $ 18.88 $ 279,650.56 2. 3,024 SY Furnish&Install Seven-inch 3,000 PSI Reinforced Concrete Paving, including 7-inch curb,complete in place, for Twenty Six dollars and Forty Nine cents per Square Yard $ 26.49 $ 80,105.76 3, 19,001 SY Perform Lime Stabilized Subgmde Preparation, complete in place, for One dollars and Sixty Five cents per Square Yard $ 1.65 $ 3051.65 4, 1 LS Furnish&Install Traffic Control Devices,complete in place. for Four Hundred Filly dollars and no cents per Each. $ 450.00 $ 450.00 5. 17 EA Furnish&lastall Traffic Type TI-AA4 Raised Reflective Pavement Markings,as indicated on plans,complete in place. as indicated on plans,completed in place, lfor Five dollars j and no cents per EA. 5.00 S 85.00 I 6. 68 EA Furnish&Install Traffic Type Y-4 Non-Reflective Raised Pavement Markings,as indicated on plans,complete in place. 111 as indicated on plans,completed in place, I for Seven dollars and no cents per EA. $ 7.00 S 476.00 7. 2 EA Remove Temporary TY III Barricade for One Hundred Forty Five dollars and no cents per Each $ 145.00 $ 290.00 1 ' i , i � -d OT69TZbLT6 dW3Z e16:0T V0 61 Uer BID SCHEDULE ZENA LAND DEVELOPMENT REMINGTON POINT PHASE IV SECTION A-FORT WORTH,TEXAS PAVING CONTRACT Item Estimated Total Total No. -. Quantity Unit Description of ltem with Total Unit Price Written in Words Unit Price Amount 9, 111 LF. Sawcut and Connect to HMAC for Ten dollars and no cents per Lump Stan $ 10.00 $ 1,110.00 10. 10 EA Manhole Adjustments for One Hundred Seventy Five dollars and no cents per Each $ 175.00 $ 1,750.00 it , 285 TON Furnish Hydrated Lime(30lbslSl)for Subgrade Stabilization, for Eighty Eight dollars and no cents per Ton S 88.00 $ 25,080.00 12, 1 LS Payment,Performance&Maintenance Bond for Six Thousand Two Hundred Fia dollars and no cents per Ton $ 6,250.00 $ 6,250.00 TOTAL BID FOR REMINGTON POINT PHASE IV SECTION A PAVING $ 426,598.97 (Unit prices are to be shown in both words and figures.In case oFdtsffgmcy,the unit price in writing will prevail.Price listed above are the only compensation to be made.All item,if work is required to complete the work as shown in the plans and as specified,which are not listed as a pay item in this proposal,arc considered subsidiary to the item and the cost of the subsidiary work should be included) MA.RIO SINA OLA S r AVA G, INC. Contractor Authorize -� Micha 1 Sin c V. Pres. Dat De 11, as Ile g -cl OT69i�bLTB UW3Z eZg=OI tb0 61 Uet `d \ _ \\ O m = z I W I I N `F /�. wel' N W rn \ ti m m In z N � 0 I I _ I £z \ III I N I Z N a II W y r Il I I I I c l i ,\CLgZ Sz _ m I J Z Imp Ilm I Nl �y ° I A co� I I � � Im I O s _ gZ m I I m m ( ( J Z£ LZ ��.► Z I J I I I N I 00 I Ln o!�o �WZ I I I o II II m I tr£ 5z m bZ X 5 s 0o — __ I I I I N I I I I I I 9£ £z N I N I ( ° £— Z ( I z I W I W I I N I I n OZ o I I N I I I I I N I I W I Z W I I _ �� A IA I N N m l I I I I W I I I °cI I I I m I J I --5�_— 91 st m N JIB r W II J I I N I I I I I N , Ilm o I _ o' Ln I A I N I 4 I r t' OD zi � KENTUCKY DERBY / s� O Z� £Sjyc __ ....... .............LAN . LANE... KENTUCKY DERBY LANE M I \ J w co I rn N A W N I I Jl O \ J O I D J \ 1^ 20'B.L Ak GRAND NATIONAL BOULEVARD GRAND NATIONAL BOULEVARD ...................... _............ -- - C W W W W W A A� A A A A Ln m J 03 t0 O N m W A Cfl Pu In m _ m S <o Fri SILVER SPUR LANE m=m N Z 5 to X = c ULuL(ly' - Q1! 'y O c' � .1..... I t'IIA:iI�� �U 9 All w � i;��1JUl�llr� g _ .. III. STREET LIGHTS: 1. STREET LIGHT COST ESTIMATE QUANTITY UNIT COST TOTAL COST INTERSECTIONS 5 EA $ 2, 000 $10, 000 . 00 MID-BLOCK RESIDENTIAL 5 EA $ 2, 000 $10, 000 . 00 CHANGE OF DIRECTION RESIDENTIAL 2 EA $ 2, 000 $4, 000 .00 MID-BLOCK COLLECTOR 0 EA $ 2, 000 $0, 000 . 00 MID-BLOCK ARTERIAL PARKWAY 0 EA $ 2,500 $0, 000 .00 MID-BLOCK ARTERIAL MEDIAN 0 EA $ 2, 500 $0, 000 . 00 RELOCATE EXISTING LIGHT 0 EA $ 1, 500 $0, 000 . 00 Subtotal $24, 000.00 City' s Cost $00, 000 . 00 Developer's Subtotal $24, 000.00 10%. Contingencies $2,400.00 Project Total $26,400.00 Adjacent Developer' s Cost $0, 000. 00 Developer's Cost $26,400.00 2% Inspection Fee $0, 00.00 DEVELOPER'S COST: $26,400.00 REMINGTON POINT, PHASE IV-SEC. A January 20, 2004 . Fort Worth, Texas January 28, 2004 PAGE 1 OF Exhibit C 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 of Transportation and Public Works . 3 . The Developer' s shall pay the amount shown below to the City of Fort Worth at the time after execution of the Communities Facilities Agreement. 4 . Streetlights on arterial streets shall be installed with underground conduit and conductors . S . 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 operation of the street lights 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 or their contractor shall contact City' s street light division. 48 hours prior to starting any installation of conduit and/or streetlights at (817) 871-8100 to insure proper inspection of work. DEVELOPER'S COST: $26,400.00 REMINGTON POINT, PHASE IV-SEC.. A FORT WORTH, TEXAS January 20, 2004 Page 2 of Exhibit C "STREET LIGHTS" INTERSECTIONS GRAND NATIONAL BLVD & CRESCENT MOON DR OLD DECATUR RD & CRESCENT MOON DR COUNTRY VALLEY CIR & KENTUCKY DERBY LN CRESCENT MOON DR & KENTUCKY DERBY LN KENTUCKY DERBY LN & STALLION DR MID-BLOCK GRAND NATIONAL BLVD 1 COUNTRY VALLEY DR 1 CRESCENT MOON DR 2 STALLION DR 1 CHANGE OF DIRECTIONS COUNTRY VALLEY CIR 1 STALLION DR 1 REMINGTON POINT, PHASE IV-SEC.A. Page 3 of Exhibit C IV STREET NAME SIGNS 1. The Developer 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. 2 . The Developer will pay for the street name sign installations required for this development to the extent of $100 .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 six (6) intersections at a cost to the Developer of $600.00 : Crescent Moon Dr & Grand National Blvd Crescent Moon Dr & Kentucky Derby Lane Crescent Moon Dr & Old Decatur Rd Country Valley Cir & Kentucky Derby Lane Country Valley Cir & Stallion Dr Stallion Dr & Kentucky Derby Lane Remington Point Phase IV, sec a (blk 7-11 & 24) CFA code: 2003165 Date: January 15, 2004 'P"