Loading...
HomeMy WebLinkAboutContract 26434 COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, Lumbermen's investment Corporation, hereinafter called "Developer", desires to make certain improvements to South Hulen Street to serve Summer Creek Ranch Addition, 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 Charles D. Hudson, its duly authorized Vice President and the City, acting herein by and through Mike Groomer, its duly authorized Assistant City Manager, for and in consideration of the covenants and conditions contained herein, do hereby agree as follows: CNN SCE[ M � COMMUNITY FACILITIES AGREEMENT to install STREET, STORM DRAIN, STREET LIGHT AND STREET NAME SIGN IMPROVEMENTS FOR SOUTH HULEN STREET — SUMMER CREEK RANCH A. The Developer agrees 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, C. B. The Developer agrees to comply with all city accepted practices, ordinances, regulations, as well as provisions of the City Charter, the City Subdivision Ordinance, City Design Standards and the current Policy for Installation of Community Facilities in the design, contracting and installation of required "current improvements". C. The Developer agrees to comply with the General Requirements contained herein (Attachment A). D. As shown on the attached "Summary of Cost", the Developer agrees to fund his share of "current improvements" and to pay the City for his share of the cost of street, storm drainage, street lighting, street name sign as shown on the attached Exhibits B, B-1, C and other community facilities shown as "future improvements" on the attached Exhibits for B and B-1 for W. Cleburne Road. Payment is due at the time this agreement is executed by the City and the Developer. E. The estimated total cost of current improvements and related support services specified in this agreement, including design, construction and inspection is estimated to be $690,176.00 In accordance with the City's current Policy for Installation of Community Facilities as shown in the Cost Summary on page 3. The Developers shall contribute Dollars $541,473.00 of the total amount. The City shall contribute Dollars $148,703.00. F. Developer agrees to provide, at his expense, all necessary rights of way and easements required to construct current and future improvements provided for in this agreement. 1 AIMA90k G. Developer agrees to relieve the City of any responsibilities for any inadequacies in the preliminary plans, specifications and cost estimates supplied for the purpose of this contract. H. Developer also agrees to install or adjust all of the required utilities to serve the development or to construct the improvements required herein. I. 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 until improvements required herein have been constructed (Article 104.100, Ordinance 7234). K. Developer agrees to complete the improvements covered by this agreement within 90 calendar days after having been instructed to do so, in writing, by the Director of Transportation and Public works. It is understood that the developer will initiate the construction of all improvements to conform with his own schedule, except for those improvements which the Transportation and Public Works Director deems necessary for the proper and orderly development of the area. In the event Developer fails to carry out any such instructions within the 90-day period, the Developer gives the City the right to design and award a contract, and inspect the improvements in question, and agrees to pay to the City prior to the award of the contract, the amount of the low bid. L. City participation in "current improvements" shall not exceed 125% of cost shown in Summary of Cost. , 2 SUMMARY OF COST SOUTH HULEN STREET- SUMMER CREEK RANCH Item Developer City Cost Total Cost Cost A. Construction 1. Streets $ 325,516.00 $ 106,260.00 $ 431,776.00 2. Storm Drainage $ 133,907.00 $ - $ 133,907.00 3. Street Lights $ 26,620.00 $ - $ 26,620.00 4. Traffic Control Devices $ - $ - $ - 5. Street Name Signs $ 300.00 $ - $ 300.00 B. Engineering Desi n6% $ 45,942.00 $ 6,376.00 $ 52,318.00 C. Construction Engineering and Management, 8% $ 9,188.00 $ 36,067.00 $ 45,255.00 TOTALS $ 541,473.00 $ 1481703.00 $ 690,176.00 NOTES: 1.Sidewalks are required on all streets for plats that were approved after July 11, 2000. 2. Construction items (1-4) cost includes 10% contingencies for Developer and City. 3. City's column for Item "B" represents 6% of City participation for design engineering. 4. Developer's column for Item "B" represents two percent (2%) costs for construction inspection and materials testing. City's participation is approximately 6%. 5. City not preparing plans and specifications. CFA CODE: 20040 PP99069; approved 12/22/99. Future Improvements - W. Cleburne Road from S. Hulen Street to McPherson Boulevard is to be constructed as a 41-foot wide street. Estimated cost is $447,772.50. Developer's share is for one-half of the roadway adjacent to their development. The estimated costs for storm drain improvements is $180,645.00. The developer will be responsible for fifty percent (50%) of the cost. The City will pay for its share of roadway and storm drain improvements at the time of construction. Street Lights on West Cleburne Road- Developer will be responsible for half of the cost of the street lights ($18,700), a check for this amount will be required together with the Development Bond. The adjacent developer will be responsible for installing and payment of the other half of street lights on West Cleburne Road. 3 Aw"011k E. STREET LIGHTS: 1. STREET LIGHT COST ESTIMATE QUANTITY UNIT COST TOTAL COST INTERSECTIONS 0 EA $ 2, 000 $ --0-- MID-BLOCK RESIDENTIAL 0 EA $ 2 , 000 $ __0__ CHANGE OF DIRECTION RESIDENTIAL 0 EA $ 2 , 000 $ --0-- MID-BLOCK COLLECTOR 0 EA $ 2 , 000 $ --0-- MID-BLOCK ARTERIAL PARKWAY 0 EA $ 2 , 000 $ --0— MID-BLOCK ARTERIAL MEDIAN 11 EA $ 2, 200 $24, 200 . 00 RELOCATE EXISTING LIGHT 0 EA $ 1500 $ __0__ Subtotal $24 , 200 .00 City' s Cost $ ---0--- Developer' s Subtotal $24 , 200 .00 e. 10% Contingencies $2, 420 .00 Project Total $26, 620 . 00 Adjacent Developer' s Cost $ __0__ Developer' s Cost $26, 620 .00 2% Inspection Fee $ 000 . 00 SUMMER CREEK RANCH SOUTH HULEN ST. Fort Worth, Texas June 14, 2000 a� .—Ask III- 1 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 streetlight Engineer. 3 . Streetlights on arterial streets shall be installed with underground conduit and conductors . 4 . The Developer shall provide for the installation of a 11/,-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 1%-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 a two percent (2%) fee of the construction cost for construction engineering and inspection of the street light installation. 8 . Before the city install the streetlights, the developer shall pay the total amount shown below to the city at the time of execution of the community facilities agreement . 9 . 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. TOTAL DEVELOPER'S COST $26, 620 . 00 SUMMER CREEK RANCH, SOUTH HULEN ST. Fort Worth, Texas June 14, 2000 III- 2 MID-BLOCK ARTERIAL MEDIAN SOUTH HULEN STREET------- 22 ,. SUMMER CREEK RANCH, SOUTH HULEN STREET IV STREET NAME SIGNS 1. The Developer agrees to pay for the street name sign installations required by 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. 2. This development creates the following three (3) intersections at a cost to the Developer of $300.00: Chesapeake Bay Drive and South Hulen Street West Cleburne Road and South' Hulen Street Nightingale Drive and South Hulen Street 3. The Developer may either deposit cash funds with the City equal to the above amount at the time of Community Facilities Agreement approval or wait until the street name signs are to be installed. If the Developer elects to wait, the cost of street name signs will be at the rate prevailing when the Developer deposits funds with the City. 4 . The City 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. SUMMER CREEK RANCH South Hulen Street Fort Worth, Texas June 16, 2000 iV-1 ATTACHMENT A GENERAL REQUIREMENTS A. It is agreed and understood by the parties hereto that the developer shall employ a civil engineer, licensed to practice in the State of Texas, for the design and preparation of plans and specifications for the construction of all current improvements covered by this contract, subject to Paragraph B. B. For any project estimated to cost less than $10,000 or for any project designed to serve a single lot or tract, the developer may at his option request the City to provide the design engineering, and if such request is granted, the developer shall pay to the City an amount equal to 10 percent of the final construction cost of such project for such engineering services. C. In the event the developer employs his own engineer to prepare plans and specifications for any or all current improvements, the plans and specifications so prepared shall be subject to approval by the department having jurisdiction. One (1 ) reproducible set of plans with 15 prints and 35 specifications for each facility shall be furnished the department having jurisdiction. It is agreed and understood that in the event of any disagreement on the plans and specifications, the decision gf the Transportation/Public Works Department Director, and/or Water Department Director will be final. D. It is further agreed and understood by the parties hereto that upon acceptance by the City, title to all facilities and improvements mentioned hereinabove shall be vested at all times in the City of Fort Worth, and developer hereby relinquishes any right, title, or interest in and to said facilities or any part hereof. E. It is further agreed that the decision of the City to not collect funds for "future improvements" required in previous CFA agreements does not constitute an obligation on the part of the City to construct such "future improvements" at its expense. A-1 a Amk F F. Work hereunder shall be completed within two (2) years from date hereof, and it is understood that any obligation on the part of the City to make any refunds with respect to water and/or sanitary sewer facilities or street, storm drain, street light and street name sign shall cease upon the expiration of two (2) years from date hereof, except for refunds due from "front foot charges" on water and sanitary sewer mains, which refunds may continue to be made for a period of ten (10) years commencing on the date that approach mains are accepted by the Director. If less than 70% of the eligible collections due to the developer has been collected, the Developer may request in writing an extension of up to an additional 10 years for collection of front charges. If the construction under the Community Facilities Contract shall have started within the two-year period, the life of the Community Facilities Contract shall be extended for an additional one-year period. Community Facility Contracts not completed within the time periods stated above will require renewal of the contract with all updated agreements being in compliance with the policies in effect at the time of such renewal. Developers must recognize that City funds may not be available to pay all or a portion of the normal City share for renewal contracts. It must be understood by all parties to the Community Facilities Contract that any of the facilities or requirements included in the contract that are to be performed by the developer, but not performed by the developer within the time periods stated above, may be completed by the City at the developer's expense. The City of Fort Worth shall not be obligated to make any refunds due to the developer on any facilities constructed under this agreement until all provisions of the agreement are fulfilled. G. PERFORMANCE AND PAYMENT GUARANTEES 1 . For Street Storm Drain Street Light and Street Name Sign Improvements to be Constructed by the Developer or City on Behalf of the Developer: Performance and Payment bonds or cash deposits acceptable to the City are required to be furnished by the developer for the installation of streets, storm drains, street lights, and street name signs, on a non- assessment basis, and must be furnished to the City prior to execution A-2 r of this contract. The performance and payment bonds shall be in the amount of one hundred percent (100%) of the developer's estimated share of the cost of the streets, storm drains, street lights, and street name signs. If the deposit is in the form of cash, the deposit shall be in the amount of one hundred twenty five percent (125%) of the developer's estimated cost of the streets, storm drains, street lights, street name signs, and change orders (during the course of the project). 2. For Future Improvement: Performance and payment bonds or cash deposits, acceptable to the City are required to be furnished by the developer for one hundred percent (100%) of the developer's estimated cost resulting from the paving, drainage, lighting and name signage of border streets on an assessment paving basis. (Reference Section VI, Item 3, Development Procedures Manual.) Said performance and payment bonds or cash deposits must be furnished to the City prior to execution of this contract. Where the City lets the contract, performance and payment bonds shall be deposited, in the amount of one hundred percent (100%) of the estimated cost of construction as stated in the construction contract, is required prior to issuance of a work order by the City. 3. For Water and Sanitary Sewer Facilities: Performance and payment bonds, or cash deposits, acceptable to the City are required to be furnished by the developer for the installation of water and sanitary sewer facilities. a. Where the developer lets the construction contract for water and sanitary sewer facilities, performance and payment bonds shall be deposited, in the amount of one hundred percent (100%) of the estimated cost of construction, cash deposited shall be in the amount of one hundred twenty-five percent (125%), as stated in the construction contract, is required to be furnished simultaneous with execution of the construction contract. A-3 b. Where the City lets the contract, performance and payment bonds shall be deposited, in the amount of one hundred percent (100%) of the estimated cost of construction as stated in the construction contract, is required prior to issuance of a work order by the City. 4. Tvoes of Guarantees: a. Performance and Payment Bonds: Are required for the construction of streets, storm drains, street lights, and street, name signs, the following terms and conditions shall apply: (1) The bonds will be standard performance and payment bonds provided by a licensed surety company on forms furnished by that surety company. (2) The bonds will be subject to the review and approval by the City Attorney. (3) The performance bond shall be payable to the City and shall guarantee performance of the street, storm drain, street light, and street name sign construction contemplated under this contract. (4) The Payment Bond shall guarantee payment for all labor, materials and equipment furnished in connection with the street, storm drain, street light, and street name sign construction contemplated under this contract. (5) In order for a surety company to be acceptable, the name of the surety shall be included on the current U.S. Treasury list of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. b. Cash Deposits: A cash deposit shall be acceptable with verification that an attempt to secure a bond has been denied, A-4 -Wb^ projects less than $400,000 together with the remaining funds from the Developer's Change Order Fund, if any, will be released to the developer after the project has been accepted by the City. Partial release of funds shall be limited to once per month. There shall be no partial release of funds for projects of less than $25,000. Proof that the developer has paid the contractor shall be required for partial releases. 5. Purpose, Term and Renewal of Guarantees: a. Performance and payment bonds, and cash deposits furnished hereunder shall be for the purposes of guaranteeing satisfactory compliance by the developer with all requirements, terms and conditions of this agreement, including, but not limited to, the satisfactory completion of the improvements prescribed herein, and the making of payments to any person, firm, corporation or other entity with whom the developer has a direct contractual relationship for the performance of work hereunder. b. Developer shall keep said performance and payment bonds, and/or cash deposits in full force and effect until such time as developer has fully complied with the terms and conditions of this agreement, and failure to keep same in force and effect shall constitute a default and breach of this agreement. H. The City shall assume its share of the cost of the improvements covered by this agreement along with the engineering fee only if funds are available for such participation. In the event that no funds are available for City participation, the developer shall award the contract and deposit with the City a performance and payment bonds or cash for 100 percent of the estimated • total construction cost of the improvements [plus ten percent (10%) for engineering and miscellaneous costs if the City prepares the plans]. I. On all facilities included in this agreement for which the developer awards its own construction contract, the developer agrees to follow the following procedures: A-6 AMMOn► AM-dak 1 . If the City participates in the cost of the facilities, the construction contract must be advertised, bid and awarded in accordance with State statutes prescribing the requirements for the letting of contracts for the construction of public work. This includes advertising in a local newspaper at least twice in one or more newspapers of general circulation in the county or counties in which the work is to be performed. The second publication must be on or before the tenth (10th) day before the first date bids may be submitted. The bids must be opened by an officer or employee of the City at or in an office of the City. 2. To employ a construction contractor, who is approved by the Director of the Department having jurisdiction over the facility to be so constructed, said contractor to meet City's requirements for being insured, licensed and bonded to do work in public right of way. 3. To require the contractor to furnish to the City payment, performance and maintenance bonds in the names of the City and the developer for one hundred percent (100%) of the contract price of the facility, said bonds to be furnished before work is commence. Developer further shall require the contractor to provide public liability insurance in the amounts required by the City's specifications covering that particular s. work. 4. To give 48 hours notice to the department having jurisdiction of intent to commence construction of the facility so that City inspection personnel will be available; and to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces, and not to install any paving, sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. 5. To secure approval by the Director of the Department having jurisdiction A-7 A-A... A-'Mlk of any and all partial and final payments to the contractor. Said approval shall be subject to and in accordance with requirements of this agreement, and is not to constitute approval of the quantities of which payment is based. 6. To delay connections of buildings to service lines of sewer and water mains constructed under this contract until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. 7. It is expressly understood by and between the developer and the City of Fort Worth, that in the event the developer elects to award one single construction contract for storm drainage and pavement, said contract shall be separated in the bidding and City participation, if any, shall be limited to the lowest possible combination of bids as if each of the above were awarded as separate contracts. J. Anything to the contrary herein notwithstanding, for and in consideration of the promises and the covenants herein made by the City, the developer covenants and agrees as follows: 1 . The developer shall make separate elections with regard to water and/or a sanitary sewer facilities, storm drainage, street improvements and street lights as to whether the work prescribed herein shall be performed by the City, or by its contractor, or by the developer, through its contractor. Each separate election shall be made in writing and delivered to City no later than six (6) months prior to the expiration of this agreement. In the event any of such separate elections has not been made and delivered to City by such date, it shall be conclusively presumed that the developer has elected that such work be performed by the City in accordance with all of the terms of this agreement, and in particular Paragraph V-F hereof. 2. Irrespective of any such election and whether the work is to be performed by the City, or by its contractor or by the developer through its contractor, the developer covenants and agrees to deliver to the City A-8 a performance and payment guarantee in accordance with the provisions of Paragraph V-F of this agreement. 3. In addition to the guarantee required in the preceding paragraph, in the event developer elects that the work be performed by the City, or by the City's contractor, or such election is presumed as provided above, the developer covenants and agrees to pay to the City the developer's share of the estimated construction costs. The amount of such estimated payment shall be computed as set out in Sections « 5» hereof, based upon the lowest responsive bid for such work, as determined by City, or upon a cost estimated to be performed by City forces prepared by the City, as appropriate, and shall be subject to adjustment to actual costs upon final completion of the subject work. Such estimated payment shall be made promptly upon demand by City, it being understood that such payment will be made after the receipt of bids for work, but in every case prior to the award of any construction contract, unless otherwise specifically set out herein. 4. 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 and against any and all claims, suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from, or in any way connected with, this agreement or the construction of the improvements or facilities described herein, whether or not caused, in whole or in part, by the negligence of officers, agents, or employees of the City. In addition the developer covenants to indemnify, hold harmless and defend the City, its officers, agents and employees from and against all claims, suits, or causes or action or any nature whatsoever brought for, or on account of any injuries or damages to persons or property, including death, resulting from any failure to properly safeguard the work or an account of any act, intentional or otherwise, neglect or misconduct of the developer, its contractors, subcontractors, agents or employees, whether or not caused in whole or in part, by the negligence of officers, agents, or employees of the City. A-9 ...s• 5. Developer covenants and agrees that it discriminates against no individual involving employment as prohibited by the terms of Ordinance No. 7278 (as amended by Ordinance No. 7400), an ordinance prohibiting discrimination in employment practice because of race, creed, color, religion, national origin (except for illegal aliens), sex or age, unless sex or age is a bonafide occupational qualification, subcontractor or employment agency, either furnishing or referring applicants to such developer, nor any agent of developer is discriminating against any individual involving employment as prohibited by the terms of such Ordinance No. 7278 (as amended by Ordinance No. 7400). K. Venue of any action brought hereunder shall be in Fort Worth, Tarrant County, Texas. L. The City's Policy for the Installation of Community Facilities, as adopted by the City Council on September 1992, is hereby incorporated herein by reference, and Developer covenants and agrees to comply with said Policy as a condition of this contract and as a condition to the platting of the subject property. M. The following descriptions of work apply, as appropriate, to the areas included in the Community Facilities Agreement: e. 1. STREETS Streets as shown in Exhibit B will be in accordance with plans and specifications prepared by the Owner's engineer and approved by the Director of Engineering. 2. STORM DRAINAGE Storm drain as shown in Exhibit B — 1 will be in accordance with plans and specifications prepared by the Owner's engineer and approved by the Director of Engineering. A-10 ,••wffAk 3. STREET LIGHTING a. The Developer shall provide for the installation of streetlights by the City forces 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. b. Streetlights on residential and / or collector streets can be installed using overhead or underground conductors with the approval of the streetlight Engineer. c. Streetlights on arterial streets shall be installed with underground conduit and conductors. d. The Developer shall provide for the installation of a 1'/4 inch schedule 40 PVC conduit at the depth not less than 30 inches and at least 18 inch behind the curb, "clear from all other utilities". e. The Developer shall provide for the installation of a 1'/4 inch schedule 40 PVC conduit between streetlights proposed for installation and the power source to become operational. f. A 3 inch schedule 80 PVC conduit is required when crossing streets at depth not less than 30 inches, unless indicated otherwise on the plans. Concrete pull boxes shall be provided at the crossing points. g. Luminaire ballast shall berated for multitap operation and each luminaire shall have it's own photocell. 4. TRAFFIC CONTROL DEVICES a. The Developer agrees to pay for the street name sign installations required by this development to the extent of $80.00 per inspection. This unit cost will be revised annually by the Department of Transportation and Public Works to reflect prevailing costs of materials and labor. b. This development creates the following number intersections at a total cost as shown to the Developer. c. The Developer may either deposit cash funds with the City equal to the following amount at the time of Community Facilities Agreement approval or wait until the street name signs are to be installed. If the Developer elects to wait, the cost of street name signs will be at the rate prevailing when the Developer deposits funds with the City. A-11 AA..I d. The City 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. 5. OTHER WORKS In the event that other works is required it will be included as specific requirements to Community Facilities Agreement. 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 City Manager, attested by its City Secretary, with the corporate seal of the City affixed, and said Deveio er has exe ted this instrument in quadruplicate, at Fort Worth, Texas this the 2K`�day of APPROVED AS TO FORM AND RECOMMENDED: LEGALITY: Gary J. inberger 9Hugo Malanga, P.E. Assistant City Attorney Director, Transportation and Public Works AT ST: - CI Y OF FO T ORT,H, TEXAS loria Pear n Mike Groomer City Secretary Assistant City Manager DEVELOPER: LUMBERMEN'S INV STMENT CO ORATION By: Chuck Hudson, Vice President contract Authorization / — A-12 "'ate i COLUMBUS J � = m W E ppW U S�pNE MSF � S RISINGER N pP�CNppL NZ�N NORTH S I T CROWLEY z CLEBURNE L0 QT m Li J U D J O 1,0 CA TION MAP N.T.S. SOU717h 00000 STREET LOCATED IH CHT Y OF FORT V V 0RTH9 ` XAS 1��'�����1j��T�'��j��/,(����"y+OWNEDIDEVELOPED BY: (CORP. PREPARED BY: L�1./•V11 BE.L�11�E V 9S 1Li V VES iL1VMNT(C 5439 Boldine Roel,Suite 223 GOODWINI Deltas,Te=75240 1M�LL 1 (972)702-8699 aw B G649M-KAMM-a man JUNE 20M Vro A+7).a-un 0I/tit;?000 15:08 44631 L` CiCAJUWiN ENGINEER'S OPINION OF PROBABLE COST Date:6/7/00 Project:Summer Creek Ranch,South Huten Street Cblent:Lumbermen's Job No:9945-08 Location:Ft.Worth,Texas Page: 1 of 3 ITEM LM TOTAL No. DESCRIPTION UNIT QUANTITY PRICE COST On-Site Paving Facilities I. •7"Concrete Pavement S.Y. 10,950 $21.00 ✓ $229,950.00 2. 6"HMAC(4"Type"B", S.Y. 1,134 20.00 /S IV $22,680.00 2"Type'!Y) 3. *8"Little Treated Subgrade S.Y. 12,9903 3S $40,918.50 4. Construct 7"Add sat Curb L.F. 490 V$ OO ' $2,450.00 5, Connect to:Exist.Concrete L.F. 85 $5.00✓ S425.00 Header 6. Construct Concrete Header L.F. 92 $300_0 ✓ $2,760.00 7. Remove and Dispose of E4 S.Y. 4,794 )7.5 $47,940.00 Aspbalt Pavement 8. Sawcut&Remove Ex.Curb LY 139 S1A1£0 t'� $1,390.00 Cot>rrect to Ex.Pavaramt 9. Barrier Free Ramps Ea. 4 5650.00 ✓ $2,6W.00 10. 4'Sidewalk L.F. 2,799 S14.65 541,005.35 11. Barricades L.F. 27 515.00 ✓ $405.00 Paving Subtotal $397,523.85 *City Cost PardciP46a- $22,600.00-8"Lime Treated Subgrade y� $84,004.00-7"Concrete Pavement City Participation is batted on the city providing funds for wvcn feet(7)of the total width of twenty-serer feet(Z7) of eseb aide of South Hulett Stmt. The City cost participation is broken town as follows: 7"Concrete Paz eluent; 21,191 aq.ft.(7'Width)4.14,306 eq.ft.(Turn Lanes)-35,997 sq.fL(TO'T'AL) 35,997 sq-ft-/9 sq.f1JS.Y.=4,000 S.Y. 4,000 S.Y.x 521.00/S.Y._$84,000.00 8"Limine Stabilized Subgrade:Sime as above 4,000 S.Y.x 53.151 S Y.-S12,600.00 This Engineer's opinion of probable consttuctioa cost is made on the basis of the Euguica's experience and best judgement as a design professional. It must be recognized that any evaluation of work to be performed to eomtruct this project moat by necessity be speculative in natm until completion of its actttal detailed design. In addition the engiam has no control over the cost of labor noterial or services to be furssished by others or over twarket conditions. Accordingly Goodwin&Marshall,Inc.can not guarantee that actual costs will not vary from the opinions expressed herein. 20 e, 7z,- y3,5.37. 5 V .p Ia N i � S W E R $B 0 o HUNE MATCQL (3"ZZ� C) QL C�: zc WFr..� ..� oil 0. — t �/7y�1 b�•y c R S o } a s � � MATCHLINE 77 1 I' 1 } 1 zvu J M 1 N y Z u a � Q u � � 6 MATCHLI'NE d2j I`i � � Yf X3-1 �1 � •�•; I � I •, E� � a`t I 1 � � 1 ZIf i IAI _1 r ENGINEER'S OPINION OF PROBABLE COST Date: 8/16/00 Project: Summer Creek Ranch, W. Cleburne Rd. Client: Lumbermen's Job 1`:0: 9945=08 Location: Ft. Worth, Texas Page: 1 of 3 ITEM UNIT TOTAL No. DESCRIPTION UNIT QUANTITY PRICE COST On-Site Paving Facilities 1. �.E�' Concrete Pavement S.Y. 15,650 $i-3.15 $249;962'50 2. 6" HMAC(4" Type "B", S.Y. 225 $20.00 , $4,500.00 2" Type "D") 3. 6" Lime Treated Subgrade S.Y. 16,425 $2.65 $43,526.25 4. Connect to Exist. Concrete L.F. 115 $5.00 , $575.00 Header 5. Construct Concrete Header L.F. 27 $30.00 $810.00 6. Remove and Dispose of Exis S.Y. 8,850 $4.25 , $37,612.50 Asphalt Pavement Paving Subtotal $3�6�95 . 01 i Olv(v�35 t 1070 (IoAir,*'1cx-- yp, ryG,�S X4,1 5Q Developer's Cost for V2 of Road Construction - $198,429.38 This Engineer's opinion of probable construction cost is made on the basis of the Engineer's experience and best judgement as a design professional. It must be recognized that any evaluation of work to be performed to construct this project must by necessity be speculative in nature until completion of its actual detailed design. In addition the engineer has no control over the cost of labor material or services to be furnished by others or over market conditions. Accordingly Goodwin& Marshall, Inc. can not guarantee that actual costs will not vary from the opinions expressed herein. ENGINEER'S OPINION OF PROBABLE COST Date: 8/16/00 Project: Summer Creek Ranch, W. Cleburne Rd. Client: Lumbermen's Job No: 9945-08 Location: Ft. Worth, Texas Page: 2 of 3 ITEM UNIT TOTAL No. DESCRIPTION UNIT QUANTITY PRICE COST Storm Drain Facilities 1. 10' Recessed Curb Inlets Ea. 6 $2,600.00 . $15,600.00 2. 21" Class III R.C.P. L.F. 150 $36.00 . $5,400.00 3. 24" Class III R.C.P. L.F. 275 $39.00 . $10,725.00 4. 36" Class III R.C.P. L.F. 90 $45.00 , $4,050.00 5. 39" Class III R.C.P. L.F. 185 $67.00 . $12,395.00 6. 48" Class III R.C.P. L.F. 285 $88.00 . $25,080.00 7. 54" Class III R.C.P. L.F. 250 $109.00 . $27,250.00 8. 60" Class III R.C.P. L.F. 220 $134.00 . $29,480.00 9. 66" Class III R.C.P. L.F. 60 $165.00 . $9,900.00 10. Junction Box Ea. 5 $3,800.00 . $19,000.00 11. 66" Type "B" Headwall Ea. 2 $4,750.00 . $9,500.00 12. Remove &Dispose of Ex. L.S. 1 $7,500.00 , $7,500.00 Storm Drain 13. Connect to Existing S.D. Ea. 5 $650.00 $3,250.00 14. Trench Safety L.F. 1,515 $1.00 . $1,515.00 Storm Drain Subtotal $180,645.00 Developer's Cost for %i of Storm Drain Construction - $90,322.50 This Engineer's opinion of probable construction cost is made on the basis of the Engineer's experience and best judgement as a design professional. It must be recognized that any evaluation of work to be performed to construct this project must by necessity be speculative in nature until completion of its actual detailed design. In addition the engineer has no control over the cost of labor material or services to be furnished by others or over market conditions. Accordingly Goodwin& Marshall, Inc.can not guarantee that actual costs will not vary from the opinions expressed herein. ENGINEER'S OPINION OF PROBABLE COST Date: 8/16/00 Project: Summer Creek Ranch, W. Cleburne Rd. Client: Lumbermen's Job No: 9945-08 Location: Ft. Worth, Texas Page: 3 of 3 ITEM UNIT TOTAL No. DESCR_TPTION UNIT QUANTITY PRICE COST City Fees 1. Street Signs Ea. 3 $80.00 $240.00 2. Street Lights Ea. 17 $2,200.00 $37,400.00 City Fees Subtotal $37,640.00 Developer's Cost for %2 of Street Light and Street Sign Construction - $18,820 This Engineer's opinion of probable construction cost is made on the basis of the Engineer's experience and best judgement as a design professional. It must be recognized that any evaluation of work to be perforated to construct this project must by necessity be speculative in nature until completion of its actual detailed design. In addition the engineer has no control over the cost of labor material or services to be furnished by others or over market conditions. Accordingly Goodwin&Marshall, Inc. can not guarantee that actual costs will not vary from the opinions expressed herein. r ; Zt N , i W�E 51 S u v �-C-) ca Q Z Zo J J J J J - - LO F4 _ 1 _ --- Z#3N17Ha1 vpv e CX JJI 4 _ o co r1 y� C�r O � � y � ,d�J � � i .00'I0 i N se 'b N I, sY 7iV I i aa aN¢ aOO f ~ .sPi Lna¢ =a J 1 N ! J> �r $ G v w z> LO _ p4 n >� Lo N N M � � _.� 3 fid: •� �- --� b � � ��•� ® 1 - CP J a I a B-S W a y> J d ` N I N I ': — LO N—i -- N ol LV N —, dao a mccl a e N > r i r$ p N P2f IMOWD (X r) ~ �a~ .....-....._.__� cz M ( o ac.0 'LL �#3NI7H01VPV Z#3NI7H,91d{N L Jli C� Lai CQL CC, 1#3N17HDIVn DO e#.gNnHoi vpv r4o) k a) C/o i r4o) x 02 Lf—j V mi OGS Cc) cr N cu cr aoCL 44"Itt..f+I 9 Q� cull I N OC l 3u X3 > CP T) cr > NLC) NN wo 2) N C� IT CL cull ry) N N )o C, N ILu O o 'N .... ...... r C\j co 02 M T fo 10 C\j mr XWWD --T I(OlAiao cc)�7 C', in 0 cv,� : aUll LO Zv¢ D w > .0....s 3 .. ............ (L (D Ix —N N Jho M RNnHoj vpv e#.9N17HOIVn 3EF + E i baa I 3N17l-1,9.L vpv Z#3N17l4D1Vn IF 0 0 N it se P. cm coC\j A I CL a) cc log cp I co if N Cj II dtJ 'fid to ""0 Oe Nwo (D Ln 0 Ln C\j CL U CIA r C4 L U N it u> )0 C\j if dip to00 if I goi a II _j tC\-, {{ N 1 co C\I co C\j CL 17 Ply-Iwnm (D co ki (D=om0 t ro 'a to p > ro if 1#3N17l4D1VPV e#.9N1714D.LVPV DEVELOPMENT BOND GUARANTEEING PERFORMANCE AND PAYMENT OF IMPROVEMENTS Bond No. S5-07-00- KNOW ALL MEN BY THESE PRESENTS,that we, Lumbermen's Investment Corporation , as Principal,and Travelers Casualty and Surety Company of America . a corporation organized and existing under the laws of the State of Connecticut and fully authorized to transact business in the State of Texas,as surety, are held and firmly bound unto CITY OF FORT WORTH,TEXAS,Transportation& Public Works Department, 1000 Throckmorton Street, Fort Worth,Texas, 76102, as Obligee, in the penal sum of Four Hundred Fifty Nine Thousand.Four Hundred Twenty Three and 0/100 Dollars ($459,423.00) in lawful money of the United States of America, for the payment of which well and truly to be made, we bind ourselves,our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, Lumbermen's Investment Corporation has agreed to construct in Summer Creek Rancb-S.Hulen Street in the CITY OF FORT WORTH,TEXAS the following improvements: Proposed community facilities including streets,storm drainage,street lights and street signs WHEREAS, in the event of bankruptcy,default, or other nonperformance by Principal,claims against Principal or the development, Obligee may be left without adequate satisfaction. NOW,THEREFORE,THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall construct,or have constructed, the improvements herein described,and shall pay for the cost of all labor, materials and equipment furnished in connection with the construction of said improvements, and shall save the Obligee harmless from any loss, cost or damage by reason of its failure to complete the construction of said improvements or by reason of its failure to pay for the cost of same, then this obligation shall be null and void, otherwise to remain in full force and effect; and upon receipt of a resolution adopted by the City Council of the City of Fort Worth indicating that the construction of said improvements has not been completed, or that the costs for same have not been paid, the Surety shall complete construction of said improvements, and will pay all costs for construction of said improvements, or will pay to the City of Fort Worth such amount up to the amount of this bond which will allow the City of Fort Worth to complete construction of said improvements and to pay for the costs of same. PROVIDED FURTHER, that this bond shall automatically be increased by the amount of any change order, supplemental agreement or amendment which increase the price of the aforementioned contract. PROVIDED FURTHER, that if any legal action be filed on this bond, the laws of the State of Texas shall apply and that venue shall lie exclusively in Tarrant County, Texas. AND PROVIDED FURTHER, that the said surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of any contract for the public affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of such contract. This bond is given pursuant to the provisions of Section 212.073 of the Texas Local Government Code, as such may amended from time to time. Signed, sealed and dated this 25th day of July , 2000 LUMBERMENS INVESTMENT CORPORATION Principal By: TRAVELERS CAS & SURETY CO OF AMERICA Surety By: ( {Jn wil L) Attorney-i -Fact DEVELOPMENT BOND GUARANTEEING PERFORMANCE AND PAYMENT OF IMPROVEMENTS Bond No. 55-09-00-11 KNOW ALL MEN BY THESE PRESENTS,that we, Lumbermen's Investment Corporation , as Principal, and Travelers Casualty and Surely Company of America, a corporation organized and existing under the laws of the State of Connecticut , and fully authorized to transact business in the State of Texas,as surety,are held and firmly bound unto CITY OF FORT WORTH,TEXAS,Transportation&Public Works Department, 1000 Throckmorton Street, Fort Worth,Texas, 76102, as Obligee, in the penal sum of Three Hundred Fourteen Thousand,Two Hundred Nine and 0/100 Dollars ($314,209.00)in lawful money of the United States of America, for the payment of which well and truly to be made,we bind ourselves, our heirs, executors,administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, Lumbermen's Investment Corpora on has agreed to construct in Summer Creek Ranch-Hulen Street(Addition to include West Cleburne Road) in the CITY OF FORT WORTH,TEXAS the following improvements: Proposed community facilities including streets,storm drainage,street lights and street signs WHEREAS, in the event of bankruptcy,default, or other nonperformance by Principal,claims against Principal or the development, Obligee may be left without adequate satisfaction. NOW,THEREFORE,THE CONDITION OF THIS OBLIGATION IS SUCH,that if the said Principal shall construct, or have constructed,the improvements herein described,and shall pay for the cost of all labor, materials and equipment furnished in connection with the construction 4.. of said improvements, and shall save the Obligee harmless from any loss, cost or damage by reason of its failure to complete the construction of said improvements or by reason of its failure to pay for the cost of same, then this obligation shall be null and void, otherwise to remain in full force and effect; and upon receipt of a resolution adopted by the City Council of the City of Fort Worth indicating that the construction of said improvements has not been completed, or that the costs for same have not been paid, the Surety shall complete construction of said improvements, and will pay all costs for construction of said improvements, or will pay to the City of Fort Worth such amount up to the amount of this bond which will allow the City of Fort Worth to complete construction of said improvements and to pay for the costs of same. PROVIDED FURTHER, that this bond shall automatically be increased by the amount of any change order, supplemental agreement or amendment which increase the price of the aforementioned contract. PROVIDED FURTHER, that if any legal action be filed on this bond, the laws of the State of Texas shall apply and that venue shall lie exclusively in Tarrant County, Texas. AND PROVIDED FURTHER, that the said surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of any contract for the public affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of such contract. ar "A° 40� An This bond is given pursuant to the provisions of Section 212.073 of the Texas Local Government Code, as such may amended from time to time. Signed, sealed and dated this 13th day of September , 2000 LUMBERMENS INVESTMENT CORPORATION Principal By: Gar'� TRAVELERS CAS & SURETY CO OF AMERICA Surety By: Attorney-in-FaJt TRAVELERS~SUALTY AND SURETY COMPANY OF AN"'CA T900'-rhj ERS CASUALTY AND SURETY COMP,i'- ' FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS Naperville, Illinois 60563-8458 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, a corporation duly organized under the laws of the State of Illinois, and having its principal office in the City of Naperville, County of DuPage, State of Illinois, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Harold L. Shults, Jr., Pat Bridgwater, Carol A. Scharschmidt, Charity J. Kneifel or Cherryle Richey * x of Austin, TX, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge,at any place within the United States, or, if the following line be filled in,within the area there designated the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance,or conditional undertaking and any and all consents incident thereto and to bind the Companies,thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman,the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal, if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed ir,his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS,which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. (8-97) IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS have caused this instrument to be signed by their Senior Vice President, and their corporate seals to be hereto affixed this 20th day of November, 1999. STATE OF CONNEcncuT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY }SS.Hartford FARMINGTON CASUALTY COMPANY COUNTY OF HARTFORD TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS swtr,� �3"Oy AN°@ r,1.SU4 !�PO >y 76 � �FoaRa. O ZS� R y ' ; George W. Thompson p ''�, ��� `"1 +'° `y • �`' Senior Vice President On this 20th day of November, 1999 before me personally came GEORGE W. THOMPSON to me known,who,being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. �t My commission expires June 30, 2001 NotaryPublic Marie C.Tetreault CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,stock corporations of the State of Connecticut, and TRAVELERS CASUAL'T'Y AND SURETY COMPANY OF ILLINOIS, stock corporation of the State of Illinois,DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority,are now in force. Signed and Sealed at the Home Office of the Company,in the City of Hartford, State of Connecticut. Dated this 13th day of September , 2000 „p SWII, J"Oy AN°a GASU,44 ` S�. � y7fZ O � ce"N. Kori M. Johanson ���, . .�`� `61 �•�° �y • �`' � " Assistant Secretary, Bond City of Fort Worth, Texas 4rallor and council Communication DATE REFERENCE NUMBER LOG NAME PAGE 9/26/00 C-18256 20LUMBER 1 of 2 SUBJECT COMMUNITY FACILITIES AGREEMENT WITH LUMBERMEN'S INVESTMENT CORPORATION FOR THE INSTALLATION OF COMMUNITY FACILITIES FOR CONSTRUCTION OF SOUTH HULEN STREET TO SERVE SUMMER CREEK RANCH RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a Community Facilities Agreement with Lumbermen's Investment Corporation for the installation of community facilities for improvements to South Hulen Street to serve Summer Creek Ranch. DISCUSSION: Lumbermen's Investment Corporation, the developer of Summer Creek Ranch, has executed a proposed contract for community facilities to serve a single-family (726 lots) development located in south Fort Worth, south of Columbus Trail between Old Granbury Road and McCart Avenue (see attached map). This development is located in COUNCIL DISTRICT 6. The proposed Community Facilities Agreement is in compliance with standard City policy. The City will share in the cost of constructing South Hulen Street. South Hulen Street is proposed to be constructed as a double 27-foot roadway on a 120 foot right-of- way. Sidewalks will be constructed along both sides of South Hulen Street. Participation on arterial streets along residential zoning for a double 27-foot width divided roadway is based on the developer being responsible for 20-feet and the City being responsible for 7-feet. The developer's share for the roadway is $325,516 plus $6,510 for construction inspection fees. The Citys estimated participation for 7-feet on both sides of the street is $106,260 plus $6,376 for engineering fees. The total developer cost for storm drain improvements is $133,907 plus $2,678. There is no City participation for storm drains. Eleven (11) street lights will be installed along South Hulen Street at a cost to the developer of$26,620. Three (3) street name signs will be installed at the intersections of Chesapeak Bay Drive and South Hulen Street, West Clebume Road and South Hulen Street, and Nightingale Drive and South Hulen Street, for a cost to the developer of$300. The total project cost for construction of South Hulen Street is estimated to be $608,167. The developer's participation is $495,531, and the total City participation is $112,636. FUTURE IMPROVEMENTS - West Cleburne Road, from South Hulen Street to McPherson Boulevard, will be constructed in the future. The City s participation will be determined at the time that a contract is awarded. The developer's participation is for one-half of the roadway. The City will participate for oversized storm drains (60 inches). City of Fort Worth, Texas 4vayow and coun"K Communication DATE REFERENCE NUMBER LOG NAME PAGE 9/26/00 C-18256 20LUMBER 2 of 2 SUBJECT COMMUNITY FACILITIES AGREEMENT WITH LUMBERMEN'S INVESTMENT CORPORATION FOR THE INSTALLATION OF COMMUNITY FACILITIES FOR CONSTRUCTION OF SOUTH HULEN STREET TO SERVE SUMMER CREEK RANCH PLAN COMMISSION APPROVAL - On December 22, 1999, the Plan Commission approved preliminary plat (PP9069). The final plat has been submitted to staff for review. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Street Improvements Fund. MG:k Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) Mike Groomer 6140 APPROVED Originating Department Head: CITY COUNCIL Hugo Malanga 7801 (from) SEP 26 M 0115 541200 020115136309 $106,260.00 Additional Information Contact: C115 531200 020115136309 $ 6,376.00 .:.it3+Secretary of the Hugo Malanga 7801 1 City of Fort Worth,Texas