Loading...
HomeMy WebLinkAboutContract 32040 COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. C -60 WHEREAS, Barham & Harris Development One, L.P. hereinafter called "Developer", desires to make certain improvements to_ Parkview Hills Addition — Phase 4, Section D&E , 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: 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, 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 II, of the Policy. D. The Developer shall award all contracts for the construction of community facilities in accordance with Section lI, paragraph 7 of the Policy. E. The contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section II, of the Policy. ''' Parkview Hills 4D/E-CFA 06-10-05 1 Y ��_� 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 injuries, 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. 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. Parkview Hills 4D/E-CFA 06-10-05 2 L. 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. M. 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, Bl, 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 $196,857.81. Parkview Hills 4D/E-CFA 06-10-05 3 ''S?'i ;, SUMMARY OF COST Parkview Hills Addition Ph 4 Sec. D & E Item Developer City Cost Total Cost Cost A. Construction $ - 1. Streets $128,663.70 128,663.70 2. Storm Drainage $43,026.50 43,026.50 3. Street Lights $17,600.00 17,600.00 4. Street Name Signs $700.00 700.00 B. Engineering Design $ C. Construction Engineering and Management by DOE $ $ 4% 6,867.61 6,867.61 TOTALS 196,857.81 $ - 196,857.81 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 and materials testing. The City will pay additional inspection fee over 4%. 3. City not preparing plans and specifications. Parkview Hills Addn. Ph.IV Sec. D&E-New4r CFA 4% and Utilities 06 08 05.doc IN TESTIMONY 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 affixeVday said ev 1 per has executed this instrument in triplicate, at Fort Worth, Texas this the ofl 2005. Approval Recommended: Transportation and Public Works Department O� G Robert Goode, P. E. Director City of Fort Worth NO M&C REQUIRED — 6' Mar Assistant C Manager ATTEST: fh a6t )��w Marty Hendrix City Secretary Approve as to Fo firs sist t it Attorney ATTEST: DE R: :4karham & evelopment One, L.P. Corporate Secretary am, President of arris, Inc. It's General Partner Parkview Hills 4D/E-CFA 06-10-05 5 :11J: i �:.✓tla Opinion of Probable Cost DATE: 4/18/2005 roe No.: 04170 OWNER: BARHAM AND HARRIS DEVELOPMENT ONE, L.P. PROJECT: PARKVIEW HILLS PHASE 4D,E: EXHIBIT B - STREETS ITEM NO. _ DESCRIPTION TOTAL QTY. UNIT UNIT PRICE COST DEVELOPER-COST _ 1 6"Reinf. Concrete Pavement, 29' b-b 4,795 S . 19.95 $95,660.25 - __ 2-----7"-Attached Curb _ 2,918 L.F.---- 1.00 _ $2,918.00 _ 3 6"Lime Stabilized Subgrade 5,119 S.Y. 1.75 $8,958.25 — 4 Lime 6% -- 77 Ton­­ _—96.50 5 Handicap Ramp _ _ 4 Ea. 500.00 _ $2,000.00 I _ (Contingency (10%) _ _ _ __ _ _ _ $11,696.70 (SUBTOTAL DEVELOPER COST $128,663.70 -- -- --------- -- -------------- - - — - ----- --- -- -- ----T - -- - --- - --f - —. . a - - - - ---- -- - - - - - _ f PREPARED: MS CHECKED BY: SHEET NO.: 4- - CIVILworks Engineering 1 192 Boling Ranch Road ' Azle, Texas 76020 ` Phone(817)448-9595 ' Fax(817) 48-6390 — r r Opinion of Probable Cost DATE: 4/18/2005 JOB NO.: 04170 OWNER: BARHAM AND HARRIS DEVELOPMENT-ONE,. L.P. PROJECT: — PARKVIEW HILLS PHASE 4D,E: EXHIBIT B-1 STORM DRAIN ITEM NO. DESCRIPTION TOTAL QTY. UNIT UNIT PRICE COST —_-_ DEVELOPER COST - ------- - -- _--- _--_ — ---- -- __ 1 Standard 10' Curb Inlet 3 _ Ea. 1,8_00.00 _ _ 5,400.00 __2_—24"-Class_ III RCP 315 L.F. _ 40.00_ 12,600.00 _3 24", 1 v:4H Sloped End w/Stilling Basin 2 Ea_ _ 2,900.00 5,800.00 4_ — Std. 24" 1 V:4H Sloped End Treatment 1 _Ea. _2,_200.00 2,200.00 5_ Curb Inlet Sediment Filter _ _ 3 _ _Ea. _ 100.00 _ 300_.00 6 Type A Grouted Rock Riprap 50_ S.Y. _ 70.00 3,500.00 7 12-Inch Thick Gabion Lining 120 S.Y. 75.00 _ _9_,_00_0.00 8 Trench Safety — 315 L.F. 1.00 315.00 --- ---- ----- --- --- ----- -- ---- Contincgency110%)_ _—_— 3,911.50 SUBTOTAL DEVELOPER COST 43,026.50 - -- - ------ I - PREPARED: MS CHECKED BY: SHEET NO.: 5 CIVILworks Engineering 1192 Boling Ranch Road ' Azle, Texas 76020 Phone(817)448-9595 ' Fax(817)448-6390 r Opinion of Probable Cert DATE: 4/18/2005 j JOB NO.: 04170 OWNER: BARHAM AND HARRIS DEVELOPMENT ONE, L.P. PROJECT: PARKVIEW HILLS PHASE 4D,E: COST SUMMARY ITEM NO. DESCRIPTION TOTAL QTY. UNIT UNIT PRICE COST DEVELOPER COST --------- --- ---- 1 Water Lines (Exhibit A) $89,986.00 2 Sanitary Sewer(Exhibit A-1) $117,740.00 -3 Streets (Exhibit B)__- - _ -- _ $128,664.00 4 Storm Drain Exhibit B-1) $43,027.00 5- Street Lights and Street Signs Exhibit C) -_— $24,400.00 TOTAL DEVELOPER COST I I $403,817.00 ------- -- ------------- - ---------------------- CITY COST __ _ - - ---- --- _-- 1 - Water Lines Exhibit A - - ----- -� - - -- - - - --$0.00 2 Sanitary Sewer Exhibit A-1 3---Streets Exhibit B) -- --- -- -- ---- -------- -- ---- ------ -------- - -------- 4 Storm DrainExhibit B-1 i ---- ------ ---�--- - ----- - -- -- ------ - --- $0.00 _5 - Street Lights and Street Signs (Exhibit C) - _ - _ - $0.00 TOTAL CITY COST ----- - - -- - - --------$0.00 --- ------- ------------- --- PROJECT TOTAL -------- ----- -- -- --- -- - ------ $403,817.00 ------------ i ---- --- - - -- - -------- ----- - --------- - --- -- ----- --- -- - ---------- ---- --- PREPARED: MS CHECKED BY: SHEET NO.: CIVILworks Engineering 1 192 Boling Ranch Road ' Azle, Texas 76020 ' Phone(817)448-9595 ` Fax(817)448-6390 3. BID PROPOSAL FORM PROJECT:Parkview Hills Addition;Phase 4,Sections D&E Fort Worth,Texas Part B: Water,Sanitary Sewer and Storm Drainage Part C: Pavement PLACE: James R.Harris Partners,L.L.C. This is not a public bid opening 2929 West 5th Street, Suite A Fort Worth,Texas 76107 DATE: TIME: TO: Barham and Harris Development One,L.P. The undersigned Bidder, having thoroughly examined the Contract Documents, including plans, special contract documents, 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 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 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: BFP-1 3. BID PROPOSAL FORM PROPOSAL B: WATER,SANITARY SEWER AND STORM DRAINAGE ITEM APPROX. UNITS DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUAN. BID PRICES WRITTEN IN WORDS PRICE AMOUNT 200 2,355 L.F. 8-inch PVC Water Pipe(DR-14) including fittings,cleaning wyes and concrete blocking; Per Linear Foot: $ 19.00 $ 44,745.00 201 1 EA. Standard Fire Hydrant,including 8"x6" tee,6"lead line and 6-inch Gate Valve; Per Each: $ 1,800.00 $ 1,800.00 202 5 EA. 8"Resilient-Seated Gate Valve including Cast Iron Box and Lid;Per Each: $ 650.00 $ 3,250.00 203 6 EA. Remove Plug and Connect to Existing 8" Water Pipe,including concrete blocking; Per Each: $ 200.00 $ 1,200.00 204 85 EA. 1" Water Service and Class'A'Meter Box;Per Each: $ 360.00 $ 30,600.00 205 10 C.Y. Crushed Limestone;Per Cubic Yard: $ 1.00 $ 10.00 206 20 L.F. Concrete Encasement;Per Linear Foot: $ 10.00 $ 200.00 SUBTOTAL PROPOSAL B(WATER): $ 81,805.00 y i BFP-2 - ---- 3. BID PROPOSAL FORM PROPOSAL B: WATER,SANITARY SEWER AND STORM DRAINAGE ITEM APPROX. UNITS DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUAN. BID PRICES WRITTEN IN WORDS PRICE AMOUNT 300 2,314 L.F. 8-Inch PVC Sewer Pipe(SDR-35),(0'- 12'depth);Per Linear Foot: $ 20.00 $ 46,280.00 301 167 L.F. 8-Inch PVC Sewer Pipe(SDR-26),(0'- 12'depth);Per Linear Foot: $ 22.00 $ 3,674.00 302 1 EA. Standard 4-Foot Diameter Manhole to 6-Foot Depth over Existing SS Main; Per Each: $ 1,900.00 $ 1,900.00 303 15 EA. Standard 4-Foot Diameter Manhole to 6-Foot Depth;Per Each: $ 1,200.00 $ 18,000.00 304 30 EA. 4-Inch PVC Sanitary Sewer Service, (SDR35)Connect to New Sewer Line, short side;Per Each: $ 350.00 $ 10,500.00 305 52 EA. 4-Inch PVC Sanitary Sewer Service, (SDR26)Connect to New Sewer Line long side;Per Each: $ 370.00 S 19,240.00 306 2,481 L.F. Post-Construction Television Inspection of Sanitary Sewer Lines;Per Linear Foot: $ 1.00 $ 2,481.00 307 10 C.Y. Crushed Limestone;Per Cubic Yard: $ 1.00 $ 10.00 308 167 L.F. Cement Stabilized Backfill;Per Linear Foot: $ 10.00 $ 1,670.00 309 2,481 L.F. Trench Safety;Per Linear Foot: $ 1.00 S 2,481.00 310 16 EA. Vacuum Testing of Sanitary Sewer Manholes;Per Each: $ 50.00 $ 800.00 SUBTOTAL PROPOSAL B(SEWER): $ 107,036.00 3. BID PROPOSAL FORM PROPOSAL B: WATER,SANITARY SEWER AND STORM DRAINAGE ITEM APPROX. UNITS DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUAN. BID PRICES WRITTEN IN WORDS PRICE AMOUNT 400 3 EA. Standard 10-Foot Curb Inlet; Per Each: $ 1,800.00 $ 5,400.00 401 315 L.F. 24-Inch Class III RCP including Excavation,Bedding and Backfill;Per Linear Foot: $ 40.00 $ 12,600.00 402 2 EA. 24-Inch 4:1 Sloped Concrete Headwall, Stilling Basin and Ditch;Per Each: $ 2,900.00 $ 5,800.00 403 1 EA. 24-Inch 4:1 Std. Sloped Concrete Headwall;Per Each: $ 2,200.00 $ 2,200.00 404 3 EA. Curb Inlet Sediment Filter,including Installation and Maintenance;Per Each: $ 100.00 $ 300.00 405 50 S.Y. Type"A"Grouted Rock Rip-Rap;Per Square Yard: $ 70.00 $ 3,500.00 406 120 S.Y. 12-Inch Thick Gabion Ditch Lining, Incl.Hardware;Per Square Yard: $ 75.00 $ 9,000.00 407 315 L.F. Trench Safety;Per Linear Foot: $ 1.00 $ 315.00 SUBTOTAL PROPOSAL B(STORM): $ 39,115.00 SUBTOTAL PROPOSAL B(WATER): $ 81,805.00 SUBTOTAL PROPOSAL B(SEWER): $ 107,036.00 TOTAL PROPOSAL B: $ 227,956.00 BFP-4 3. BID PROPOSAL FORM PROPOSAL C: PAVEMENT ITEM APPROX. UNITS DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUAN. BID PRICES WRITTEN IN WORDS PRICE AMOUNT 500 4,795 S.Y. 6-Inch Concrete Pavement Including Reinforcing and Joints;Per Square Yard; $ 19.95 $ 95,660.25 501 5,119 S.Y. 6-Inch Lime Stabilized Subgrade;Per Square Yard: $ 1.75 $ 8,958.25 502 77 Ton Lime;Per Ton: $ 96.50 $ 7,430.50 503 2,918 L.F. 7-Inch Attached Concrete Curb;Per Linear Foot: $ 1.00 $ 2,918.00 504 4 EA. Std.Handicap Ramp;Per Each: $ 500.00 $ 2,000.00 TOTAL PROPOSAL C: $ 116,967.00 PROPOSAL SUMMARY TOTAL PROPOSAL B: $ 227,956.00 TOTAL PROPOSAL C: $ 116,967.00 GRAND TOTAL PROPOSAL B+C $ 344,923.00 (Utilities and Paving) BFP-5 3. BID PROPOSAL FORM All other items required by the plans to complete the project but not specifically listed in the proposal above shall be considered subsidiary and shall be included in the unit prices in the proposal. Within ten (10) days 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 performance of the Contract. The Bidder agrees to begin construction within ten 10 calendar days after issue of the work order,and to complete the contract within the calendar days below after beginning construction as set forth in the written work order to be furnished by the Owner. The undersigned agrees to complete the work as follows: To complete Proposal B: Water, Sanitary Sewer and Storm Drainage, including manhole, inlet and valve adjustments, and Proposal C: Pavement, including anticipated delay days due to inclement weather or muddy ground conditions in 50 calendar days. 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. 1 (Initials) Addendum No. 3 (Initials) Addendum No. 2 (Initials) Addendum No.4(Initials) Respectfully submitted, Conatser Constructio .P. ByKe: vice Tit President of Conatser Management Group, Inc..G.P. Address: 5327 Wichita Street P. O. Box 15448 Fort Worth,TX 76119 Telephone: 817.53 4.1743 (Seal) Date: BFP-6 I . STREET LIGHT COST ESTIMATE QUANTITY UNIT COST TOTAL COST INTERSECTIONS 2 EA $ 2, 000 $4, 000. 00 MID-BLOCK RESIDENTIAL 4 EA $ 2, 000 $8, 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 $ 11500 $0, 000 . 00 Subtotal $16,000.00 City' s Cost $00,000.00 Developer' s Subtotal $16,000.00 10% Contingency $1, 600 . 00 Project Total $17, 600.00 Adjacent Developer' s Cost $00,000.00 Developer' s Cost $17,600.00 2% Inspection Fee $00,000.00 CFA CODE #2005066 DEVELOPER' S COST: $17, 600 .00 PARKVIEW HILLS, PHASE IV-SECTION D & E Fort Worth, Texas June 8, 2005 PAGE I OF Exhibit C II . 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 City will install all the streetlights that use overhead or underground conductors on residential, and collector streets. The developer agrees to pay the city the amount shown below prior to the City starting its design efforts . 4 . Streetlights on arterial streets shall be installed with underground conduit and 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 operation of the street lights 6. The estimated cost of this street light installation is detailed on page 1 of exhibit C and is summarized below, the street lights will remain the property of, and will be maintained by the City of Fort Worth. DEVELOPER' S COST: $17, 600.00 PARKVIEW HILLS, PHASE IV-SECTION D & E June 8, 2005 FORT WORTH, TEXAS CFA CODE #2005066 Page II of Exhibit C III "STREETLIGHTS" INTERSECTIONS VALLEY CREEK DR & PARKRISE DR 1 MEADOW WAY IN & PANORAMA WAY 1 MID BLOCK MEADOW WAY LN 2 WATERFORD DR 1 PARKRISE DR 1 CHANGE OF DIRECTIONS MEADOW WAY LN 1 PANARAMA WAY 1 PARKVIEW HILLS ADDITION, PHASE IV-SECTION D & E Page III 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 $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 seven (7) intersections at a cost to the Developer of $700.00: Meadow Way Lane & Brookstone lane Meadow Way Lane & Valley Creek Dr Paradise Dr & Brookstone lane Paradise Dr & Valley Creek Dr Panarama Way &Waterloo Dr Panarama Way & Meadow Way Lane Panarama Way & Brookglen Lane Parkview Hills Addition, Phase IV, Section D & E CFA code: 2005066 June 4, 2005 CL W w LO W0 Z w o CL N p a u7 O I U C 0 N „ OO Z „--- O W -- -- w -- LLI o Wo- o Of Q U D JTIZ/o w Ld Q �z U WO U C � a.N Z U O FFM OC O Lo Oc P CO CO \/ m V U) IT11 Q � m �+ C W y C C;I 71� } oj W 0 OfFU 9MdH 808 o E 0 U OLD DECATUR � I 1 oL0W �I o a m W Ln Ld W � o tJ') I -1 1,014A 94L4A -�,l 1, l \ �T 1 r �I I ` W �}I -I� r / — — L�1_�L-ice i O I , Lnln]SYJ I ]IIJSYJ Z 1 - JJnwitlO H/LtlM]76Md'YA d'l%/ J7YNIYNO WdM]HY41/A d.Wd e_8— L NJ r;l " " w1 �I�L_l�_ I� L�l L_ �_L�1_L1J' L'-I r-Lj _ 0 W TT N7 AYM MOOY ft LE 00 " co Qj w a A,: _ ---7 � - to � cb Q) co { - s OLD DECATUR W J _ Y/ " I ' w I V) w =Z I I = � o Z I II o �a o X 0 Y) W H Z `V -- -- - -- -- V I � I I 3 I #7 rwxun r , a I III�� N N7[ I U N C O a0 Nr �El F $I C ~ 4�j QI I 1 \ (>.` 1 y -- row V) yj L W '� `• r W 0 N IRM do x JC m 9 v L O C) I V) -- __ �•' 0 •� m I ��_ `•``",fir rr ,i-• 0 I s oi OLD DECATUR U = Z Lo V Q �I M1 W M � ��- w I ia '>>rcFa H- to WI J N gq q N N I I Q I `< i 6 W;XzzZ 11 II � � M X W Z O 1 I .......... - - ` Z/ lIN7J / .AM17N IYOI PtlM'aM'd ' I J7Ma1'b0 N[OII 761BM'aCWA w yEr � I T\ w Cie _ I C N C Z �-- — Lo — ` pf O a v, � LEI EE� y J NL \• ' ` - a