Loading...
HomeMy WebLinkAboutContract 31659 COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY .OF TARRANT § Contract No i �Q WHEREAS, One Prairie Meadows, Ltd. hereinafter called "Developer", desires to make certain improvements to The Villages of Woodland Springs, Phase V Section 4 , 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 Mehrdad Moayedi , its duly authorized General Partner , 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 II, of the Policy. D. The Developer shall award all contracts for the construction of community facilities in accordance with Section Il, paragraph 7 of the Policy. E. The contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section Il, of the Policy. CFA TPW.doc 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. L. Developer agrees to construct proposed improvements as shown on the exhibits attached hereto. The following exhibits are made a part hereof: CFA TPW.doc 2 `:L Yt •L`:Jt::L YG� ��G�:t Water (A)None; Sewer (A-1)None; Paving (B) attached; Storm Drain (13- 1) attached; Street Lights and Signs (C) attached. 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, 131, 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 $305,172.16. Item Developer City Cost Total Cost Cost A. Construction 1. Streets $ 273,529.85 $ - $ 273,529.85 2. Storm Drainage $ 17,378.00 $ - $ 17,378.00 3. Street Lights $ 2,028.00 $ - $ 21028.00 4. Street Name Signs $ 600.00 $ - $ 600.001 B. Engineering Design $ - $ - $ C. Construction Engineering and Management by DOE 4% $ 11,636.311 M 1 $ 11,636.31 TOTALS $ 305,172.16 $ - $ 305,172.16 Notes: 1. All Preliminary Plats filed after July 2000, will require sidewalks on all streets. Sidewalk cost is included under street cost. The developer is responsible for installation of 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. CFA TPW.doc 3 4. Street Lights to be installed by Tri-County Electric Co-operative 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 affixed, and said Developer has executed this instrument in triplicate, at Fort Worth, Texas this the el day of - 20015 Approval Recommended: Transportation and Public Works Department r G� i Robert Goode, P. E. Director ATTEST: City Of Fort Worth By: Mc kti ,'x Marc Ott City Secretary Assistant City Manager Approved as toFo NO M&C REQUIRED Assistant t ttorney ATTEST: DEVELOPER By: One Prairie Meadows, Ltd., Corporate Secretary a Texas limited partnership By: Centam tar Terras,.L.L.C., A Texas limited liability company, Its General Partner By: _ Mehrdad Moayedi, Manager �.a7t��V�4ti� �f��1VkJ CFA TPW.doc 4 ` RECEIVED D D C q: 7 210011 W id V I DESCRIPTION OF ITEMS SPEC PAY APPROXIMATE WITH BID PRICES WRITTEN IN UNIT AMOUNT ITEM ITEM QUANTITY WORDS PRICE BID ESECTION C - STORM DRAIN SYSTEM 1. 107 L.F. 36" Class III R.C, Pipe, including E trench excavation and backfill, complete in place for the sum of E Sixty-One Dollars & E Twenty Cents per Linear Foot $ 61.20 $ 6,548.40 2. 29 L.F. 30" Class III R.C. Pipe, including trench excavation and backfill, complete in place for the sum of E Forty-Nine Dollars & No Cents per Linear Foot $ 49.00 $ 1,421.00 ` 525 3. 136 L.F. Trench Safety ENo Dollar & Ten Cents per Linear Foot $ 0.10 $ 13.60 444 4. 2 Ea. 20' Standard Curb Inlet, complete in place for the sum of Three Thousand, Four Hundred Fity Dollar & ENo Cents per Each $ 3,450.00 $ 6,900.00 5. 1 Ea. 36" Type B Headwall, complete E in place for the sum of One Thousand IFive Hundred Dollar & No Cents per Each $ 1,500.00 $ 1,500.00 E N:\JOB\013197/specs/13197010B.doc I P-10 DESCRIPTION OF ITEMS SPEC PAY APPROXIMATE WITH BID PRICES WRITTEN IN UNIT AMOUNT ITEM ITEM QUANTITY WORDS PRICE BID 6. 21 S.Y. Rock Rubble Rip Rap, complete in place for the sum of Forty-Five Dollar & No Cents per Square Yard $ 45.00 $ 945.00 7. 1 L.S. Storm Water Management, complete in place for the sum of i Ir r Fifty Dollars & No Cents per Lump Sum $ 50.00 $ 50.00 SECTION C - - - STORM DRAIN SYSTEM: $17,378.00 SUMMARY Section A Water System $ 123,396.75 Section B Sanitary Sewer System $ 137,469.25 Section C Storm Drain System $ 17,378.00 Total Amount of Bid $ 278,244.00 s� a ;j J a +i i x •k '..M N:\JOB\013197/specs/13197010B.doc P-11 � ti Receipt is acknowledged of the following addenda: �ywy 4ddendum No. 1 4ddendum No. 2 ;ry 4ddendum No. 3 I x r 3�! Respectfully submitted, , F Fo Const tion I n r; BY: � !` If Bidder is Corporation. Jas n J. Dani s TITLE: V. . of Operations ADDRESS: 11200 Old Seagoville Road ` . Balch Springs, TX 75180 I •Y t' I�s 4 t r� f I I � t•; t N:\JOB\013197/specs/13197010B.doc R E C E I V E D P-13 2004 �. .f RECEIVED C�C tJ 7 2004 PROPOSAL (This Proposal must not be removed from this book of Contract Documents) TO: ONE PRAIRIE MEADOWS, LTD. DEVELOPER c/o CARTER & BURGESS, INC. FOR: STREET IMPROVEMENTS FOR THE VILLAGES OF WOODLAND SPRINGS, PHASE V, SECTION 4 DEPARTMENT OF ENGINEERING No. 4311 FILE NO. W-1378 ` Pursuant to the foregoing "Notice to Bidders," the undersigned bidder having thoroughly examined the Contract Documents, Plans, Special Provisions, Standard Special Provisions, 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 as provided in the Plans and Contract Documents subject to inspection and approval by the Director of Public Works 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 and Payment Bond, and such other bonds 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: (Furnish and Install, including all appurtenant work, complete in place, the following items): SPEC PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID STREET IMPROVEMENTS 210 1. 13,208 S.Y. 6" Lime Stabilized Subgrade (Includes Preparation of Subgrade), complete in place for the sum of One Dollar& Six! Cents per S.Y. $1.60 $ 21,132.80 212 2. 198 Tons Lime for Subgrade (30#/S.Y.)* complete in place for the sum of Ninety-Seven Dollars & No Cents per Ton $97.00 $19,206.00 N AJOB\013197\SPEC\013197010a.doc P - 1 SPEC PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID R 314 3. 12,805 S.Y. 6" Reinforced Concrete Pavement V with 7" Curb, complete in place for the sum of f Y Seventeen Dollars & Sixt -One Cents per S.Y. $ 17.61 $225,496.05 4. 2,720 S.F. Standard 4' Wide Reinforced 1 Concrete Sidewalk Two Dollars & Twen -Five Cents per S.F. $ 2.25 $6,120.00 5. 1 L.S. Storm Water Management One Thousand, Five Hundred ;t. And Seventy-Five Dollars & No Cents per S.Y. $1,575.00 $1,575.00 TOTAL STREET IMPROVEMENTS --- $ 273,529.85 i City of Fort Worth requires a minimum of 30#/S.Y. The Paving Contractor will be responsible for a lime series test as directed by the City of Fort Worth Construction Inspection Department. l� fl is �i K r: N:\JOB\013197\SPEC\013197010a.doc �I P - 2 This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04(F) of the Texas Limited Sales, Excise and Use Tax Act. Taxes: All equipment and materials not consumed by or incorporated into the project construction, are subject to State sales taxes under House Bill 11, enacted August 15, 1991. The successful Bidder shall be required to complete the attached Statement of Materials and Other charges at the time of executing the contract. The Contractor shall comply with City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in, employment practices. The undersigned agrees to complete all work covered by these Contract Documents within 40 working days from and after the date for commencing work, as set forth in the written Work Order to be issued by the Owner, and to pay not less than the "Prevailing Wage Rates for Streets, Drainage and Utility Construction," as established by the City of Fort Worth, Texas. Within ten (10) days of receipt of notice of acceptance of this bid, the undersigned will execute the formal contract, and will deliver an approved Surety Bond for the faithful performance of this contract. The attached deposit check in the sum of 5% GAB Dollars Bid Bond) is to become the property of One Prairie Meadows, Ltd. or the attached Bidder's Bond is to be forfeited in the event the contract and bond are not executed within the time set forth as liquidated damages for delay and additional work caused thereby. Respectful) s i , L. H. L c td. By: _ Ti e: 1� t Address: 1880 Crown Road Dallas, TX 75234 (S E A L) If Bidder is Corporation I Date Receipt is acknowledged of the following addenda: Addendum No. 1 Addendum No. 2 Addendum No. 3 1 NAJOB\013197\SPEC\013197010a.doc RECEIVED P - 3 DEC i_; 7 2004 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 six (6) intersection at a cost to the Developer of $600.00: Timberland Blvd & Spotted Owl Dr Timberland Blvd & Hollow Valley Dr Hollow Valley Dr & Thicket Bend Dr Hollow Valley Dr & Spotted Owl Dr Thicket Bend Dr & Spotted Owl Dr Thicket Bend Dr & Thicket Bend Ct Villages of Woodland Springs phase V sec 4 CFA code: 2004161 November 30, 2004 III. STREET LIGHTS: 1. STREET LIGHT COST ESTIMATE QUANTITY UNIT COST TOTAL COST INTERSECTIONS 5 EA $ 0, 000 $00, 000 . 00 MID-BLOCK RESIDENTIAL 3 EA $ 0, 000 $00,000. 00 CHANGE OF DIRECTION RESIDENTIAL 5 EA $ 01000 $00, 000.00 MID-BLOCK COLLECTOR 0 EA $ 0, 000 $ --0-- MID-BLOCK ARTERIAL PARKWAY 0 EA $ 01000 $ --0— MID-BLOCK ARTERIAL MEDIAN 0 EA $ 01000 $ __0__ RELOCATE EXISTING LIGHT 0 EA $ 0, 000 $ --0-- 0 (200 watt lights) x $7 . 05 (per light) x 24 months = $00, 000. 00 13 (100 watt lights) x $6.50 (per light) x 24 months = $2,028 .00 Total: $2,028,00 The Street Lights will be installed by TRI County Electric Cooperative the developers initial 24- month power charge will be $2,028.00. After the initial 24-month power charge the City of Fort Worth, WILL ASSUME THE POWER COST. THE VILLAGES OF WOODLAND SPRINGS WEST PHASE V-SECTION IV November 29, 2004 Fort Worth, Texas December 6, 2004 PAGE I 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. 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 . 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 $2,028.00 THE VILLAGES OF WOODLAND SPRINGS WEST PHASE V-SECTION IV November 29, 2004 Fort Worth, Texas October 29, 2003 PAGE II OF EXHIBIT C "STREET LIGHTS" INTERSECTIONS HOLLOW VALLEY DR & THICKET BEND DR 1 HOLLOW VALLEY DR & TIMBERLAND BLVD 1 THICKET BEND DR & THICKET BEND CT 1 THICKET BEND DR & SPOTTED OWL DR 1 SPOTTED OWL DR & TIMBERLAND BLVD 1 MID-BLOCK HOLLOW VALLEY DR 2 SPOTTED OWL DR 1 CHANGE OF DIRECTIONS HOLLOW VALLEY DR 1 THICKET BEND DR 1 THICKET BEND CT 2 SPOTTED OWL DR 1 THE VILLAGES OF WOODLAND SPRINGS WEST, PHASE V-SECTION IV PART III OF EXHIBIT C i J , KELI_E - SL. D ---------- 0 WESTPO T q JTZ--------- PKW v s' Q SN ­­,KELLER-HlASLET RD. =- PRO EC . Sl cr �'. U-) r, _ < CAYLOR RD.W l Of F z z UJ w M, 0 LL.- 0 40 Z KELLER HICKS '.� P CE T. G LDEN ; r,..., J TRIANGLE BLV[) FM 1 09 z NOT TO SCALE RECEIVED JUL 2 g 2004 LOCATION MAP THE VILLAGES OF WOODLAND SPRINGS WEST PHASE V - SECTION 4 Carter Burgess CARTER & BURGESS,INC. 777 MWN 5TREET FORT WORTH,T%76107 (817)7354000 PROJECT NO. 013197.010. 1.0001 °Ol\Job\ 01319T\cIv\ 1971cfa.dgn PAGE 1 OF A N SCALE- l" = 200' , f 2 �~ 54 QQ�vy. 53 I �4Qu3�\ O\aQ' 147 $1 4 Pgo 57 49 S0 •� 5 148 S`d 47 4B �• 6 ! 46 •�� D I I �Ov / 4544 ° J •:yo a0 / JJ 5 ` L J4 4J 6 30 �5 14 42 7 79 O PV? 4 J6 41 •• 8 28 t'0 Ar Z4.`y_ fy JI ••♦ 37 40 �� • 9 27 0v 1 A ��Q¢�s�' I ♦vQ IO JO 38 39 26 I �� 1 19 [.7DTP B COURT 25 7 J 28 •• 12 24 17 •, I .. .. 10 4 13 23 I 39 26 25 24 2J •22••21 19 12 14 27 38 5 (/4 I 1815 21 37 � !r IJ6 6 7 8 9 IO 11 12 13 14 15 16 17 18 !9 20 \�{ 14 JS 4 . 16 1FQ 34 I `l? I JJ I32 31 30 29 28 27 26 25 24 2J 27 2120 l9 18 17 16 15 14 1J 12 11 10 9 8 14B F_ a0 LEGEND PROP. 29' B/B STREETS ROADWAY/50' Row EXHIBIT 'B' PROP. 41' B/B -THE VILLAGES OF ROADWAY/60' ROW LAND SPRINGS WEST PROP. 4' S I DEWALK j;_ : ;' SE V — SECTION 4 ( BY HOMEBUILDER) PROP. 4' S I DEWALK °:7, Canter Burgess BY DEVELOPER) CARTER & BURGESS,INC. rJ• ' 777 MNN STREET FORT WORTH,TX 76102 I M I TS OF PROJECT - --- (817)73.600° PROJECT NO. 013197.010. 1.0001 n131Q7\civ\ tQ71eFn dnm PAGE 4 OF 6 N SCALE, 1" = 200' 04. I �4� i 53 14 7 51 57 4 ,fie q00 49 50 5 148 yaa; 47 �q 9 9 7 46 .00 / 45 4 4' Z ap 5 31 34 a3 6 30 I O JS 42 7 29 14 \ I 6 36 p i B ?8 /32 �0 4.d JI J7 40 9 27 �p�~ 30 38 39 i 0 4 229 6 Z 25 1 36' HOWL J 28 THIC xFl BEND COURT 2 24 30' I 27 39 4 26 20 13 2J I 25 24 2J 22 2l l9 0 14 22 JB 5 14 I& m /5 21 J7 I{ 36 6 7 8 9 /0 11 12 13 14 /5 17 16 F 16 17 18 19 20 14 35 Q 34 SPOTTED OWL DRIVE J3 I 32 I 29 28 27 26 25 24 23 22 21 Li,48 ,, i7 16 i5-L,1,2 l4 13 12 !1 10 9 B m � �+ap 1 STORM DRAIN LEGEND EXHIBIT 'B-1' PROP. STORM DRA I N L I NE -T'HE VILLAGES OF PROP, INLET T WOODLAND SPRINGS WEST PROP. MANHOLE PHASE V - SECTION 4 PROP. HEADWALL Carter Burgess 0 =X I ST. STORM DRA I N L I NE CARTER & BURGESS,INC. 777 MNN SMET LIMITS OF PROJECT —' 1617)4°o�oo�"6101 PROJECT NO. 013197.010.1.0001 =o.\Iob\ 013197\cly\ 1971cfa.don PACE R nF A N SCALE, 1" = 200' -I� 00 � � 54 Q 53 147 51 4 ywa Qoo 50 52 49 /48 5 .41' 47 48 6 / I O I1 9 7 46 � Q I / 4$ 4 �4 L 1 33 44 5 31 34 43 6 30 I 35 l4 7 42 7 29 +1" \ I 36 41 8 28 �0 /32 ,¢ + ^ '14. 31 37 40 9 10 ?7 ti \ I 26 30 38 39 4 I 11 29A• 2s 2 28 ` 3 17flCSEC SEND COURT 12 24 I 27 20 13 23 39 4 26 25 24 23 22 21 19 q 38 5 l4 14 22 I18 15 21 37 l7 I36 6 7 8 9 /0 ll 12 13 14 l5 UU 16 t,1 16 17 18 19 10 `1 14 35 34 SPOTTED OWL DRIVE 33 l 32 31 3029 7H 27 76 75 ?4 23 212' L'q 17 153 179 p0 STREET LIGHTS LEGEND EXHIBIT 'C' 'ROP. SINGLE STREET LIGHT • THE VILLAGES OF X I ST. SINGLE STREET LIGHTWOODLAND SPRINGS WEST PHA ON STEEL POLE WITH STREET lrN� ) ND STOP SIGNS ATTACHED) '• SV - SECITON 4 E ROP. STREET SIGN 1���'�� �� �' "'�{ Canter Burgess ��gg rtrn-• R X I ST. STREET SIGN Q l9 ` •'� � u � CARTER & BURGESS,INC. 777 AWN STREET IMITS OF PROJECT - - - - - FORT WORTH, T"76102 (817)73560M PROJECT NO. 013197.010.1.0001 =a-\]ab\ 013197\cly\ 1971cfc.don PAGE 6 OF 6