HomeMy WebLinkAboutContract 34489 COMMUNITY FACILITIES AGREEMENT
THE STATE OF TEXAS § City Secretary
COUNTY OF TARRANT § Contract No
WHEREAS,fl,Q. �n Xa5,L , hereinafter called "Developer' desires to
make certain improvements to Drainage Improvements to Serve the Dead End of
Anderson Bvld in Blake Meadows Phase II, 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:
1. 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 11, 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.
1 Off Mr 1RRAUY
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 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.
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
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).
AV
2 Cha CG°? � 1�
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, Bl, 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 $4,770.00.
3
SUMMARY OF
COST
Anderson Blvd. Drainage Improvements
Item Developer City Cost Total Cost
Cost
A. Construction $ -
1. Streets $0.00 $ -
2. Storm Drainage $4,500.00 4,500.00
3. Street Lights $0.00 $ -
4. Street Name Signs $0.00 $ -
B. Engineering Design $
C. Construction Engineering
and Management by DOE $ $
4% 180.00 180.00
D. Materials Testing by DOE $ $
2% 90.00 90.00
TOTALS 4,770.00 $ - 4,770.00
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.
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, ancL said Dgvelop Developh
executed this instrument in triplicate, at Fort Worth, Texas this the d y of
52006.
RECEIVED
Approval Recommended: NOVO 2 20
Transportation and Public Works
Department
Robert Goode, P. E.
Director
F7o W L N"
�--- Marc Ott
NO M&C larQ ,TIRED Assistant City Manager
A TTEST:
Mafty Hendrix
City Secretary
Approved a Form:
As 'stant C' A rney
ATTEST: DEVELOPER: T�XUS,LVd.
By-
Corporate Secretary
Me VX
OFFICUL BOB
5 CITY M11-1HUff
PART B—PROPOSAL
DEVELOPER AWARDED CONTRACTS
This proposal must not be removed from this book of Contract Documents.
TO: D.R. Horton DFW West Division
6751 North Freeway Building A
Fort Worth,Texas 76131
PROPOSAL FOR: PROJECT NAME_DRAINAGE IMPROVEMENTS TO
SERVE THE DEAD END OF ANDERSON BVLD.IN BLAKE MEADOWS
ADDITION—PHASE 11
FILE NO. SD-0155
Includes the furnishing of all materials, except materials specified to be furnished by the
City, equipment and labor for the installation of an inlet and all necessary appurtenances
and incidental work to provide a complete and serviceable project designated as:
DRAINAGE IMPROVEMENTS TO SERVE THE DEAD END OF
ANDERSON BVLD. IN BLAKE MEADOWS ADDITION—PHASE 11
(project name)
Pursuant to the foregoing Notice to Bidders', the undersigned Bidder, having thoroughly
examined the Contract Documents, including plans, special contract documents, aad the
General Contract Documents and General Specifications for Water Department Projects,
the General Contract Documents and General specifications for Transportation and Public
works Projects, 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 except as specified to be furnished by the City, 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 Director of the Department of
Engineering 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:
B-1 vTY M l"'�? IM
Update 0
i
i -
i
i UNIT III: STORM DRAIN
ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL
NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT
(Furnish and install,including all appurtenant work,complete in place,the following
items)
Item Approx. Unit Item Description Unit Price Total
No. Quantity Measure "D"Item reference Amount
ment
$ $
1. 23 L.F. 21"Class III R.C.P.;
Per Linear Foot:
$
Dollars
and Cents
2. 1 EA. Standard 4' Drop Inlet with
4;' Concrete Apron.per Detail
S-SD 5; ,..
_ Pe $ z0oz? $ ZL •�
d Is
ollars
and
/✓y Cents
3. 1. EA Connect to Existing 60"Class
III RCP;
i Per Each:
Dollars $ ZED
i and
.40W9 Cents
TOTAL AMOUNT BID STORM DRAIN $ �S�y
TOTAL AMOUNT BID STORM DRAIN $ ��
J �
F
GRAND TOTAL AMOUNT BID $ �•�y
B-2
Updated 05/16/2005
PART B -PROPOSAL(Cont.)
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 attached bid security, if
required is to become the property of the Developer.
The undersigned bidder certified that he has obtained at least one set of the General
Contract Documents and General Specifications for Water Department Projects dated
January 1, 1978, and that he has read and thoroughly understands all the requirements and
conditions of those General Documents and the specific Contract Documents and
appurtenant plans.
The successful bidder shall be required to perform the work in accord with the
following publications, both of which are incorporated herein and made a part
hereof for all purposes:
1. The General Contract Documents and General Specifications for
Water Department Projects dated January 1, 1978,which may be purchased
from the Water Department.
2. The Standard Specifications for Street and Storm Drain Construction
which may be purchased from the Department of Transportation & Public
Works.
The undersigned assures that its employees and applicants for employment and those of
any labor organization, subcontractors, or employment agency in either furnishing or
referring employee applicants to the undersigned are not discriminated against as
prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No.
7400.
The Bidder agrees to begin construction within/J-calendar days after issue of the work
order, and to complete the contract within 4�working days after beginning construction
as set forth in the written work order to be furnished by the Owner.
(Complete A or B below,as applicable:)
A. The principal place of business of our company is in the State of
Nonresident bidders in the State of , our principal
place of business,are required to be percent lower than resident bidders
by state law. A copy of the statute is attached.
Non resident bidders in the State of our principal
0-FRI-,liA ROD
B-3 d.46RA . NV U
'�''ryEvlf:
!
place of business,are not required to underbid resident bidders.
i B.The principal place of business of our company or our parent company or
majority owner is in the State of Texas.
I
l
1
i
,
i
I
I
i
i
i
i
i
1
I
i
I
!
i
I
i.
` B-4 Updat
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,
By:
Title �•�
Addre s
,��
w T-A, :;7e�� g
Telephone: $l7 s3 y-/7 Y:>
(Seal)
Date:
B-5
Updated 05/16/2005
ro
m Mai r
CO 3a O .o
� �3 A� 0Ld
Qo m �
� i -oima �.-_ ' 4� S Adm ip
1. r`" amsZ�cg�E�G=n
Hi L ,9L'YBF Yl,gaoos t .96'6 �! lY. w Oma o m m O^ '°s
�
y°ryry�'r O� Rin° f Q.a \� _ I as �P `_i
06.4
.Kp� W w h'QBa•2y, ��� M�S`p / C� / ._ I' I " Fa <
001'0!
�,9Y,8LmON
pi
� I ^ �" ' �/ �°`•°`tel' I I$ 'I �
W
J
O
3
MdLLJ
O°�ag " I 1 d
v
Q PA %
z O n II �PP fll 00 `o999 Sri
xQ'
91
" p091t i.96°g1 I.LZ7L I �~
rO• - sl:I I I F—N
V)1
wo
a(� H
Zft
a 1
e
O'0Of`. •99F. �8 .. �.
��z �.
.)/y\M��<rs se�sry �� BB� �..
gill $k ffi�i
qac a � .-
Cd
i
KUBAN
ARBOR PARK
White w
Cemetery m
ARBOR HILL
JOHN T WHITE 3
FOX RIVER
N w 7
a zF w
J g
J_
3 o a
z
o BLUE dP'
Ln
cr
cr
0
30�
EDERVILLE
MEADOWLANE
w
z MERRY z o 0
0
3 GREEN A S
cr
ACRES o oo Y w
a ¢ Q o 0 LAURIE O
_ °' �
LAURIE o �
VANESSA w
VICINI TY MAP EI VE
NOT TO SCALE
DRAINAGE IMPROVEMENTS TO
THE DEAD END OF
ANDERSON BOULEVARD IN
BLAKE MEADOSW PHASE 11
PATE ENGINEERS
6000 WESTERN PLACE II,SUrM 730
FORT WORTH,TEXAS 76107
a (817)698-0001 FAX(817)698-0320
SHEET 1 OF 2
C14
Lai Lai
3k
C4
CL LL.
CN (Z) C,4
0 ZQ
cl
Lr) CL )�K
LL- Cl)
Q C)
Q Lai
CLot:
LLI Q) LLI Q (X. 00
Liu co Q-
zzn
Lj
oc
Q)
CL 3Q WjOJ
Cc cd cr- cc
co
LLI
k
c
LLI
Lil Q)
ct�
Q)
CC'N
14
-10
cr- Or
JI
Lo
GJO Vs
Li
CL CL
C)
� oc
l'fCL CL
C)
rt r
'T