Loading...
HomeMy WebLinkAboutContract 25858 Vol SECTION ONE . CITY SECRETARY5�,5S COMMUNITY FACILITIES AGREEMENfONTRACT NO, to install WATER AND SEWER SERVICES for COVENTRY HILLS, PHASE I, A. The City agrees to permit the Developer to let a contract for, in accordance with its accepted practices, ordinances, regulations, and the provisions of the City Charter, and subject to the requirements of the City's Charter, and subject to the requirements of the City's Policies and Regulations for Installation of Community Facilities, all as current at the time of installation: WATER FACILITIES serve the lots as shown on the attached Exhibit A , and SANITARY SEWER FACILITIES to serve the lots as shown on the attached Exhibit A-1 all in accordance with plans and specifications to be prepared by private engineers employed by the Developer and approved by the Water Department. B. The City agrees to allow the Developer to install, at his expense, at the time all other water mains in this addition are installed, a service line for each lot as shown on the attached Exhibit A . The estimated cost of these service lines is $ 51,700. The City agrees to record the location of each said service line in respect to the corner of the lot served, and to retain said records in its possession. C. The construction cost of the water facilities herein concerned, exclusive of service lines and engineering is estimated to be Three Hundred Thirty- Four Thousand, One Hundred Dollars $334,100) . D. The City agrees to allow the Developer to install, at his expense, at the time all other sanitary sewer mains in this addition are installed, a service line for each lot as shown on the attached Exhibit A-1 . The estimated cost of these service lines is $ 32,900. The City agrees to record the location of each said service line in respect to the corner of the lot served, and to retain said records in its possession. E. The construction cost of the sanitary sewer facilities to be installed hereunder, exclusive of service lines and engineering, is estimated to be Three Hundred Sixty-Four Thousand, Seven Hundred Seventy Dollars ($364,770). OX-RCC PAI IPPCOLM mho 4%W PROJECT NAME: COVENTRY HILLS, PHASE I F. Prior to allowance of the construction contract by Developer, the Developer agrees to provide acceptable financial guarantee to the city for 100 percent of the construction of the construction costs along with payment of any Ordinance costs and fees that are applicable. Prior to the award of the construction contract by the City or the commencing of any work by the City or its contractors, the Developer agrees to pay to the City: (1) (a) One Hundred percent (100%) of the Developer's cost of all water and sanitary sewer facilities within the development, exclusive of engineering and service costs, sized to provide water and sanitary sewer service within the development. (b)One hundred percent (100%) of the Developer's cost of all approach water and sanitary sewer facilities outside the limits of the development sized to provide water and sanitary sewer service to the development. (c)One hundred percent (100%) of the Developer's cost of any approach water main facility or water facility within the development that is 8-inches in size for non-industrial development and 12-inches in size for industrial development. (d)One hundred percent (100°/x) of the Developer's cost of any approach sanitary sewer main facility or sanitary sewer facility within the development that is 8-inches in size. (2) An additional ten percent (10%) of the total of the Developers cost of these water and sanitary sewer facilities, exclusive of cost of service lines, is required for design engineering if such engineering is performed by the City at the Developer's request. (3) One hundred percent (100%) of the Developer's cost of all service lines, estimated under 1-13 and 1-D above, in accordance with the provisions of the current Fort Worth City Code. (4) A construction Inspection Fee equal to two (2%) of the Developer's actual cost share of the construction cost (including all services) of the water and/or sanitary sewer facilities. G. The distribution of estimated construction cost between the City and the Developer, as per paragraph 1-F above, for all water and sanitary sewer facilities to be constructed hereunder is estimated as follows: I-2 PROJECT NAME: COVENTRY HILLS, PHASE I (1) WATER FACILITIES : Estimated ** Developer Estimated Total Cost City Cost Cost (a) Mains, Within Development $ 334,100 $ -0- $ 334,100 Approach $ -0- $ -0- $ -0- (b) Easements* $ -0- $ -0- $ -0- (c) Services 240 - single 1") $ 51,700 $ -0- $ 51,700 (d)Park Participation $ -0- $ -0- $ -0- Sub-Totals, Water $ 385,800 $ -0- $ 385,800 (2) SANITARY SEWER FACILITIES: (a) Development $ 225,600 $ -0- $ 225,600 Approach $ 96,413 $ 42,757 $ 139,170 (b) Easements * $ -0- $ -0- $ -0- (c) Services ( 188 -4") $ 32,900 $ -0- $ 32,900 (d)Park Participation $ -0- $ -0- $ -0- Sub-Totals, Sewer $ 354,913 $ 42,757 $ 397,670 (3) TOTAL CONSTRUCTION COST: $ 740,713 $ 42,757 $ 783,470 (4) CONSTRUCTION INSPECTION FEE : $ 14,814 $ 855 $ 15,669 *to be dedicated by the developer. ** see Page 1-4 for City Cost I-3 ** CITY PARTICIPATION BREAK-DOWN FOR: PROJECT NAME: COVENTRY HILLS, PHASE I OVERSIZED SEWER MAIN (Developer pays up to 8" sewer line; City pays the difference between 8"/21" sewer line. 21"SDR-35/8" SDR-35 Sewer Line ($64-$42) 1,040 L.F. x $22 = $ 22,880 20"DIP-26/8" DIP-26 Sewer Line ($78-$55) 215 L.F. x $23 = $ 4,945 Bore for 20" vs Bore for 8" ($210-$190) 215 L.F. x $20 = $ 4,300 TOTAL CITY PARTICIPATION FOR WATER DEPARTMENT _ $ 22,880 + $ 4,945 + $ 4,300 = $ 42,757 I-4 PROJECT NAME: COVENTRY HILLS, PHASE I H. The above charges do not include any front foot charges for connection to existing or proposed water and/or sanitary sewer mains constructed or to be constructed under the provisions of the "APPROACH MAIN OPTION" as described in Section III of the Policy for the "INSTALLATION OF COMMUNITY FACILITIES" adopted in September, 1992. These additional charges are as follows: 1. Applicable to this Contract in the amount of $ N/A. by Contract No. N/A dated N/A Applicable CFA Name N/A Date: N/A Number N/A I. When water facilities are installed by contract, installation of water services will be included as part of the contract. Installation of meter boxes on those services may be done by the City, after completion of construction of all relative curb and gutter work on the water facilities project site, at a cost of$70/$135 per contract-installed charge to be due and payable prior to issuance of a Work Order on the water facilities installation contract. The above charges do not apply if the Developer elects to include meter box installation as part of the contract. However, meter boxes must conform City standards. J. Within a reasonable time after completion of the above referenced facilities to be constructed by contract awarded by the Developer, provided all conditions for City participation have been met, the City agrees to pay the Developer the "Estimated City Cost" set out in 1-G above; provided, however, that said payment shall be calculated using the actual construction costs and actual service costs under the provisions of I-5 : Aw FoF,TWoP,TH COMMUNITY FACILITIES AGREEMENT to install STREET, STORM DRAIN, STREET LIGHT AND STREET NAME SIGN IMPROVEMENTS For Coventry Hills, Blocks 1-7, Addition 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 and other community facilities shown as "future improvements" on the attached Exhibits B, B-1, C. 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 $1,014.626. In accordance with the City's current Policy for Installation of Community Facilities as shown in the Cost Summary on page 3, The Developer shall contribute Dollars $956,299 of the total amount. The City shall contribute Dollars $58,327 of the total amount. 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 TRANSPORTATION AND PUBLIC WORKS DEPARTMENT THE CITY OF FORT WORTH * 1000 THROCKMORTON STREET * FORT WORTH, TEXAS 76102 (817) 871-7800 * FAX (817) 871-8092 0 Printed on recycled paper s � Coventry Hills, Blocks 1-7, Addition 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 MW : Coventry Hills, Blocks 1-7, Addition Summary of Cost Estimated Estimated Developer for Developer for Estimated Item Current Cost Future Cost City Cost Total Cost Improvements Improvements A. Construction $638,413 $50,094 $20,493 $709,000 1. Streets $190,740 $-0- $-0- $190,740 2. Storm Drainage $55,000 $-0- $-0- $55,000 3. Street Lights $-0- $-0- $-0- $-0- 4. Traffic Control Devices $960 $-0- $-0- $960 5. Street Name Signs B. Engineering Design $-0- $3,006 $1,230 $4,236 6% C. Construction Engineering $16,583 $1,002 $36,399 $53,984 (@ 6 %) and Management by DOE D. TPW Administration $-0- $501 $205 $706 1% TOTALS $901,696 $54,603 $58,327 $1,014,626 NOTES: 1. Forty-two (42) feet and wider street include sidewalk cost. 2. Construction items (1-4) cost includes 10% contingencies for Developer and City. 3. Developer's column for Item C represents two percent (2%) costs for construction inspection and materials testing. 4. City not preparing plans and specifications. 5. Park Department participation for streets adjacent to City Park is $-0-. aqo Sq CFA CODE 99075 Date: November 12, 1999 Case No. FS99025 Prepared LRC Checked r►yl' 3 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 ly,,-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 $3, 625.20 COVENTRY HILLS BLOCKS, 1-7 Fort Worth, Texas March 29, 2000 qqmw III- 2 INTERSECTIONS STETSON DR & CAMPFIRE CT------------------- 1 LIGHT STETSON DR & WESTERN MEADOWS DR------------ 1 LIGHT WESTERN MEADOWS DR & WESTERN MEADOWS CT---- 1 LIGHT WESTERN MEADOWS DR & BRIDAL PATH WAY------- 1 LIGHT WESTERN MEADOWS DR & EAGLE TRACE DR-------- 1 LIGHT STETSON DR & EAGLE TRACE DR---------------- 2 LIGHTS STETSON DR & BRIDAL PATH WAY--------------- 1 LIGHT WESTERN MEADOWS & CORRAL CIR--------------- 1 LIGHT TOTAL--- 9 LIGHTS MID- BLOCK RESIDENTIAL STETSON DR------------ 2 LIGHTS CAMPFIRE CT----------- 1 LIGHT EAGLE TRACE DR-------- 2 LIGHTS BRIDAL PATH WAY------- 1 LIGHT WESTERN MEADOWS DR---- 1 LIGHT TOTAL---- 7 LIGHTS CHANGE OF DIRECTION RESIDENTIAL CAMPFIRE CT---------- 1 LIGHT WESTERN MEADOWS CT--- 1 LIGHT EAGLE TRACE DR------- 1 LIGHT STETSON DR----------- 2 LIGHTS TOTAL---- S LIGHTS MID- BLOCK COLLECTOR NORTH TARRANT PKWY--- 4 LIGHTS TOTAL---- 4 LIGHTS COVENTRY HILLS BLOCKS, 1-7 + E. STREET LIGHTS: 1. STREET LIGHT COST ESTIMATE QUANTITY UNIT COST TOTAL COST INTERSECTIONS 9 EA $ 2, 000 $18, 000 . 00 MID-BLOCK RESIDENTIAL 7 EA $ 2, 000 $14, 000 . 00 CHANGE OF DIRECTION RESIDENTIAL 5 EA $ 2 , 000 $10, 000 .00 MID-BLOCK COLLECTOR 4 EA $ 2, 000 $8, 000 .00 MID-BLOCK ARTERIAL PARKWAY 0 EA $ 2, 000 $ --0— MID-BLOCK ARTERIAL MEDIAN 0 EA $ 2, 200 $ __0__ RELOCATE EXISTING LIGHT 0 EA $ 1500 $ --0-- 4 (200 watt lights) x $7 . 05 (per light) x 24 months = $676 .80 21 (100 watt lights) x $5 .85 (per light) x 24 months = $2 , 948 .40 Total : $3 , 625 .20 STREET LIGHTS WILL BE INSTALLED BY TRI- COUNTY ELECTRIC THE DEVELOPER COST FOR THE INITIAL 24 MONTH POWER CHARGE WILL BE $3, 625 .20 COVENTRY HILLS BLOCKS, 1-7 Fort Worth, Texas March 29, 2000 s. AW .ow ' IV STREET NAME SIGNS 1 . The Developer agrees to pay for the street name sign installations required by this development to the extent of $80 . 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 twelve (12) intersections at a cost to the Developer of $960. 00: Eagle Trace Drive and Western Meadows Drive Eagle Trace Drive and Stetson Drive (west intersection) Stetson Drive and Stetson Drive (south intersection) Eagle Trace Drive and Stetson Drive (east intersection) Bridle Path Way and Stetson Drive Bridle Path Way and Western Meadows Drive Corral Circle and Western Meadows Drive Western Meadows Court and Western Meadows Drive Stetson Drive and Western Meadows Drive Campfire Court and Stetson Drive Stetson Drive and Stetson Drive (north intersection) North Tarrant Parkway and Western Meadows Drive 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. COVENTRY HILLS PHASE I Fort Worth, Texas October 11 , 1999 IV-1 - LandCon Inc. engineers Surveyors Planners Opinion of Probable Cost Project: Coventry Hills Project No.: 98013 Phase I Owner: Southfork Development Prepared By: EAC Subject: Paving Facilities Date: 6/2/98 Item Description Quantity Unit Unit price Amount 1 Subgrade Manipulation 23,300.00 SY 2.50 58,250 2 Lime (30#/SY) 350.00 TN 95.00 33,250 3 5" Concrete Pavement 20,650.00 SY 18.00 371,700 4 6" Concrete Pavement 800.00 SY 21.00 16,800 5 7" Concrete Curb 13,100.00 LF 2.00 26,200 6 Silicon Joint Sealant 27,900.00 LF 2.00 55,800 �✓ 7 Concrete Pavement.Header 100.00 LF 15.00 1,500 8 6" HMAC Transition Pavement 225.00 TN 75.00 16,875 Sub-Total $ 580,375--, _58 not Contingencies - Engineering Ski 61-700 Other* Total $ --638;400-- LQG Page 4 of 8 P.O.Box 100247 Fort Worth,Texas 76185-0247 (817)335-5065 2501 Parkview Dr.,Suite 610 Fort Worth,Texas 76102-5803 FAX (817)335-5067 .., AW LandCon Inc. -- Engineers Surveyors Planners Opinion of Probable Cost Project: Coventry Hills Project No.: 98013 Phase Owner: Southfork Development Prepared By: EAC Subject: North Tarrant Parkway Date: 6/2/98 Paving Assessment Item Description Quantity Unit Unit Price Amount 1 T' Concrete Pavement 1,035.00 LF -5b-99-- —56;9215 62, ao � 70 L Z_ �-4 /7G Sub-Total $ -5E;925— Contingencies --676-75 Engineering /a 417 Other* Total $ --67698-- ,er 70/ L'RC Page 5 of 8 P.O.Box 100247 Fort Worth,Texas 76185-0247 (817)335-5065 2501 Parkview Dr.,Suite 610 Fort Worth,Texas 76102-5803 FAX (817)335-5067 LandCon Inc. ` Engineers Surveyors Planners 1 I Opinion of Probable Cost Project: Coventry Hills Project No.: 98013 Phase I Owner: Southfork Development Prepared By: EAC Subject: Storm Drain Facilities Date: 6/2/98 Item Description Quantity Unit Unit Price Amount 1 Trench Excavation 1,300.00 CY 5.00 6,500 ✓ 2 21" RCP 175.00 LF 35.00 ✓ 6,125 3 27" RCP 40.00 LF 40.00 `� 1,600 4 30" RCP 290.00 LF 45.00 ✓ 13,050 5 36" RCP 650.00 LF 55.00 ✓ 35,750 6 48" RCP 115.00 LF 75.00 8,625 ✓ 7 48" Concrete Headwall 1.00 EA 2,500.00 2,500 8 10' Curb Inlet 8.00 EA 2,500.00 20,000 9 12" Rock Rip Rap 1,800.00 SF 35.00 63,000 �✓ 10'• Channel Excavation 500.00 CY 5.00 2,500 11 18" CMP Culvert with Safety End Headwalls 70.00 LF 25.00 1,750 12 4' Square Manhole 4.00 EA 3,000.00 12,000 ✓ Sub-Total $ 173,400 Contingencies �fi990- Engineering /7 3 40 Other' Total $ 498;'-0— . /9a74d Page 3 of 8 P.O.Box 100247 Fort Worth,Texas 76185-0247 (817)335-5065 2501 Parkview Dr.,Suite 610 Fort Worth,Texas 76102-5803 FAX (817)335-5067 RAY WHITE I , Z SUBJECT 0 Z PROPERTYLd a . = i—,F,,,, a 3 a � SHIVER env a IN35 > a RAY WHITE Li TH❑MPS❑N 3 SUMMERFIELDS N 9 L U I 2 rn rn EXHIBIT r� 0 LOCATION MAP COVENTRY HILLS \ BLOCKS 1-7 ! LandCon Inc. AUGUST 1999 Engineers-Surveyors- Planners 2501 Pvkvbw Dr,BuRe 810,Fort Worth,Texas,78102-6903 r7 P.O.Box 100247,Fort Worth,Texas,78195-0247 (917)335-5085 FAX (917)335-5087 000 rn Copyright © 1999 LandCon, Inc. � ® 4 RAY WHITE Z SUBJECT 0 PROPERTY = _ A 3 J }. O Q Ct cirr SHIVER Q 35 > Q RAY WHITE W THOMPSON 3 SUMMERFIELDS L N 9 Q U I 2 X w a: I EXHIBIT ro LOCATION MAP Li COVENTRY HILLS M BLOCKS 1-7 ® L.andCon Inc. AucusT 1999 Engineers Surveyors Planners 30 31 3213 ©34 \ '° \ MI 21134 2737 24 2] 2{ 2S 22 35 IIO— —17 16 16 20 21 .L7 40 4t \\ 42 .�t 1 I o 1° 50N 13 8" WATER 20 CIO. 12 °j1L 3 I 16 I 2A 27 �j 1 ,♦ zD I 121 22 23 26 11 2{ 16 L _ — f0 13 C� --�' — 26 Is F 31 >D 32 6 \ i 17 I I� 36 35 34 7 t It ;a plER raj 10 6 1 to I 377." I 10 fi--16 I'III µ 16 44 ° ° 6 I 36 42 43 Ll 14 I I 41 / 6 �y s 13 40- - - — ' / 2 1 4 — { 3 3 \ e 13 , r 6 ° y 6 110 6 6 7 I 2 1, SER 4 I ° 8 WATER 30 19` 31 C 3 { 27 ?a GRC1£ 2e 3 111 20 21 31 23 24 26 32 7 i 2 — 10 ° Cps 6 34 10 17 10 le 1{ 13 12 11 L 36` � 4 [AQU 111AO1:ON 7 35 \ 3 1 22 ° \ 37 it 12 13 14 10 16 17 16 2 21 16 ° 36 2 20 - - ® 1 � 3 2 1 2 19 10 6 e 7 6 6 { 3 2 3 \ 1° 8 WATER 4 O STETSON DRIVE 17 e l O 16 16 '14 13 12 11 10 6 6 7 6 4 3 2 � EXHIBIT AU NORTH TARRANT PARKWAY WATER EYCH 1 P) FT ® LandCon Inc. COVENTRY HILLS Engne:-ra•Sur e orf3' a m o BLOCKS 1-7 .. v y Fl r 2501 Parkview Dr,8ulte 610,Fort Worth,Texas,76102-5803 r. P.O.Box 100247,Fort Worth Texas, 76185-0247 AUGUST 1999 (817)335-5M FAX (8T7).335-5W c SHRIVER ROAD EXIST. 12" WATER o, Ull c f z Q U EXHIBIT A,r.l X w 10 OFFSITE WATER COVENTRY HILLS BLOCKS 1-7 0 AUGUST 1999 \ NORTH TARRANT PARKWAY U M \ La■M■dCon Inc. '3 Engineers•Surveyors• Planners � 2451'.;ParkYlaw CT,SW3 81.0,Fort WortN Toxaa,76102-5:43 � P.O.Box 100247,Fort Worth,Texas,76185-0247 0 (817)335-5085 FAX (817)335-5067 rn ..._ ..,.�,��. ..__r�,.=-n-a.,r„�..-,�.....�..�_.,_•:-����,.-.�.,.,..a• -�_s.,_�,.�,-. «�.:��r .tet NOW I 29 30 31 32 33 34 3e \ on 20 CAMPFIRE C . 3e 2V 37 y \ 26 25 24 u !n 3e I 40 4+ Is Is 20 21 rn 14 8" SAN. SEWER r1426n20 121 u23 24 L 26I 10 _ = 30 2° 1s 11 31 1730 3433 7 SPN. SEWER ' N to ° I 1° II $ 7 37 10 I 16III ,4 4e 46 � ° \ e e I I 43 42 �. 14 I I 41 e 3e 40 O U1 }� 132— — 1 � 4 F 4 ;o L 12 a ,4 ° 110 e e 7 " I N• SEWER 29 1 �' : SA , 4 ° BRIDLE PATH WAY �' ]o A 4 2e %� 31 3 27 LA GRGE u 3 1° 20 21 22 23 24 25 32 7 2 2 — — 10 ° \� + , 1e 17 le to 14 13 12 11 e \ , 34 e O\ \ ]° w 4 ea ucu,xAa OR EAGLE TRACE DRIVE 7 e, \ 36 \ ] n ° 1 \ 37 2 11 it IS 14 13tio 17 to " to tP ° x — 1 0 2 20 - - © - - 4 = + ] 2 1 x 19 10 ° 0 7 e 6 4 3 2 w 1° STETSON DRIVE . SEWER SEWER 17 a O 1 „ e I ID le 74IT312 II 10 e e 7 • 4 ] 2 O o IL EXHIBIT A-4 NORTH TARRANT PARKWAY \ SANITARY SEWER LO LandCon Inc. COVENTRY HILLS Enginers e • Surveyors• Planner3 � L rti'R .1 r :v '' �L.� c~~ j 2501 Psrkvbw Dr,Butte 610,Fort Wor111,Texas,76102-5803 r� P.O.Box 100247,Fort Worlt Texas,76185-0247 AUGUST 1999 (817)335-5M— RAX (817)%&0-5067 000 . . ..... �r_-._.T. �. i+.s,emer s.:_,.....-aric-: — P..:.sd...r::cn sa-te�s..r•a� � 5" CONC. PVMT. F — — — — — \ 28' RDWY. 70 m = 33 34 J5 \ 5" HMAC PVMT. ON a A P R C 3• 27 \ n sd � 3s N \\ I © 17 1• 1• 20 31 30 40 u 14 pR� U 13 �t ~ L ' 16 r 29 f1 20 24 14 121 22 y K i 11 i 1. L13 ,. F >, 301 12 w 34 O17 I I� 36 >, T ° O`e 5 7 I1 10 ° 1° A II 7 ' 10 16 II 46 N • 43 CI. 14 I 31 I h 42 i 6 6 30 p Q 13 - - — �- 2 1 • ° I 7 • F 3 3 6 12 I I • 0 • I Ifo • s 7 n 2 • ° RI P-ATH Y J0 1 3 • n s p\1 31 RRN- 03 10 20 21 22 y 24 i 32 •— 7 2 2 — — 10 • J3 \ • 1 1 1° 17 14 16 14 13 12 H 6 `\\ 34 6 O` \ 3e 0,413 lfua o11 A A MVEf 7 • 35 22 • 3 1 37 11 13 13 1• 16 1• 17 fs \\ 2 I 21it ° 36 - - - - —_- - —� 1 U 10 • • 7 ® 6 • 3 2 3 3 1 X t• W 3 e� I O ,e R / 2 a I 17 ° O1 O 2 1 O! 6 I 1 1• 16 1• 13 12 11 f0 • 6 7 • • 3 Q EXHIBIT 8 NORTH TARRANT PARKWAY PAVING Lem LandCon Inc. 72 COVENTRY HILLS Engineers•Surveyors• Planer BLOCKS 1-7 M ParkvWw Dr,Suite 610,Fort Worth,Texas,76102-3903 M P.O.Box 100247,Fort Worth,Texas,76185-0247 AUGUST 1999 (817)335-5065 FAX (SM 335-3067 0000 Cf Copyright © 1999 �ondCon, Inc. AND 28 ao >t I CAMPRRE C . ae 37 2e 25 38 OI © M 4217 +• 1e 20 21 ie \\ 11 pRNE I 1° 5 ,a 28 13 40-1 � Cyt I 50 2D R7 \ ,• I I m 22 23 21 75 to 11% \ ,e L —1— 0 10 13 — — 2e is 31 30 4 12 17 I I® 36 34 33 32 e \` 38 10 IsO 7 ++ r M tl M ro; 0 a7 � '° � 16 IIS � \ rn 14 I 1 38 I a 42 43 ® i O a i13 b _ $ _ e I I + r ° 7 7 • a 0. \ ° I , I Ito • e „ _ a • I ° BRIDLE PATH WAY ao + J • 2e 27 2e m\ 31EtN- � GRd� Q a 10 d :, 22 n 24 2e i 32 — _ • u 1 1 10 17 Is 16 14 13 12 11 a \\\ 34 a�\ >d PAS ttua ON EAGLE TRACE DRIVE 7 • 38 11 12713114 16 is 17 is \\ 2 I zt u ° 37 ae - - - - 1 U — ® 1 a 2 1 X ,f 10 0 e 7 e 0 • a 2 W a \ 2 ( 1° 10,STETSON DRIVE INLET` • RCA O 77 e e I 1 1, It 11 1a 12 11 10 e e 7 •. • a 2 Q I 0 EXHIBIT B-1 cA NORTH TARRANT PARKWAY STORM DRAIN LeLandCon Inc. 00 COVENTRY HILLS Engineers•Surveyors• Planners BLOCKS 1-7 2 I PwtAm or,:SII,W.Fort WOM Texas,70102-SM M P.O.Box 100247 3r_ , 5 Fort Worh Texas,701!35-0247 AUGUST 1999 (SM r FAX M 00 01 Copyright © 1999 LandCon, Inc. 20 30 >t 34 A 34 Q� ,e N I CAMPFIRE CT. se 27 sr 1 20 25 s• z, 30 ® STREET NAME SIGN u 'I Q 17 10 10 =0 m 38 +o « 14 STREET LIGHT DRIVE t° 5� 1s , rt,i0s. I 16 n s° 1= 11051. 20 m 14 11=t u z, u � 11 10 1• r 13 s= m 30 20 1 • 1 1 17 I IQ x 35 x 33 _f,� •©A 7 ,1 5 —� — N FIs 10 • 1• T7 1 10 sr 16 I I( µ r'6 N �• • • ° 130 u ��. y 1t 1 t1 u ' i 6 I 39 40 M4 U F 4 3 1^ tt = 4 ° le BRIDLE PATH WAY J0 1 28 m` 31 CORR� s 27 GRC1f ©3 to =0 m __ n u ffi i 3= 7 = — — — 10 • Is 34e 1 s• aa=TM"s ON EAGLE TRACE DRIVE 7 4 1 11 12 tl3j 10 1• t• 17 t• `` _ 1 st to ° 37 se — t 1• t0 • • 7 • • ♦ s = ' 3 = 1 W s IN, 1 1° STETSON DRIVE ♦ (� -- 17 b t o = i O 14 1• 1t 13 1= 11 10 • • 7 • • 7 n ° � O EXHIBIT CNORTH TARRANT PARKWAY it STREET LIGHTS/SIGNS LandCon Inc. COVENTRY HILLSEngineers•Surveyors• Planners BLOCKS 1-7 2501 PWtA@w Dr,sults 610,Fort Worth Texas,76102-5900 M P.O.Box 100247,Fort Worth Texas,76185-0247 AUGUST 1999 (80 335_5M FAX (6T7)335-55W7 co rn Copyright © 1999 LandCon, Inc. s MW 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 of 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 qW 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 4W qW 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 14W 4W 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. Types 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 1W MW such deposit shall be made in the Treasury of the City of Fort Worth. The City of Fort Worth will not pay interest on any such cash deposit. (1 ) At such time that the contract is bid for projects other than assessment projects, the cash deposit shall be adjusted to one hundred twenty five percent (125%) of the actual bid price. No contract shall be awarded and no work order shall be issued until such adjustment is made. (2) When a cash deposit is made, the additional twenty-five percent (25%) beyond the one hundred percent (100%) of the estimated developer's share represents additional funds for change orders during the course of the project. This twenty five percent (25%) shall be considered the developer's change order fund. (3) If the developer makes a cash deposit with the City, the developer may make timely withdrawals from the cash funds in order to pay the contractor and/or subcontractor based on amount of construction work completed as approved and verified by the City Engineer or authorized representative. For projects whose actual total contract cost is $400,000 or greater, such release of security shall equal the percentage of work completed for that period multiplied by ninety-five percent (95%). This percentage shall be applied to the actual current total contract cost to determine the amount that may be reduced upon request of developer. For projects whose actual total contract cost is less than $400,000, such release of security shall equal the percentage of work completed for that period multiplied by ninety percent (90%). This percentage shall then be applied to the actual current total contract cost to determine the amount of security that may be reduced upon request of developer. The remaining security, five percent (5%) for projects of $400,000 or greater and ten percent (10%) for A-5 � s 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 low 1W 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 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 4. 1W 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 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 4UW �W 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 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: 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 4W low qW 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 Developer has executed this instrument in quadruplicate, at Fort Worth, Texas this the f ''day of APPROVED AS TO FORM AND RECOMMENDED: LEGALITY: Gary J. Stemberger Hugo Malanga, P.E. psw is/L5(" Assistant City Attorney Director, Transportation and Public Works ATTEST: CITY OF FORT WORTH, TEXAS l BY: loria Pear on ,sem--f(p- 0� ike Groomer City Secretary Assistant City Manager DEVELOPER: South Fork Development, L. P. Jac bavi , Vice President A-12 THE AMERICAN INSTITUTE OF APCHITECTS 4MW law 40 Premium Amount Based on Final Contract Amount Bond No. 140498 AIA Document A312 Performance Bond Any singular reference to Contractor,Surety,owner or other party shall be considered plural where applicable CONTRACTOR (Name and Address): SURETY (Name and Principle Place of Business): SOUTHFORK DEVELOPMENT, LTD. FRONTIER INSURANCE COMPANY 6009 BELTLINE RD., STE. 100 187 GRAYLYNN DRIVE DALLAS,TX 75240 NASHVILLE,TN 37214 OWNER (Name and Address): CITY OF FORT WORTH, (TARRANT COUNTY) 1000 Throckmorton FT.WORTH,TX 76102 CONSTRUCTION CONTRACT Date: 512511999 Amount: $ 1,721,200.00 Description (Name and Location): COVENTRY HILLS (WATER, STORM 8r SANITARY SEWER, EXCAVATION, PAVING, GAS AND ELECTRICAL) BOND Date (Not earlier than Construction Contract Date): 5/25/1999 Amount: $ 1,721,200.00 Modifications to this Bond: [X] None [j See Page 3 CONTRACTOR AS PRINCIPAL SURETY COMPANY: (Corporate Sea[) COMPANY: (Corporate Sea!) SOUTHFORK DEVE OPMENT, LTD. FRONTIER INSURANCE COMPANY Q 4A Signature: G � �' Signature: Name and Tit l .j 4CJA v/ S , Name and Title: UiG� r��s�vrN Alice Rhoads , Attorney-in-Fact (Any additional signatures appear on page 3) FOR INFORMATION ONLY-Name, Address and Telephone OWNER'S REPRESENTATIVE (Architect, AGENT OR BROKER: or Engineer or other party): SCHEER'S INC. 1023 West 55th Street Countryside, IL 60525 AIA DOCUMENT A312 PERFORMANCE BOND AND PAYMENT BOND DECEMBER 1984 ED.,AIA o A 312-1984 1 THE AMERICAN INSTITUTE OF ARCHITECTS,1735 NEW YORK AVE.,N.W.,WASHINGTON D.C.20006 THIRD PRINTING•MARCH 1987 1 The Contractor and the ' >ty,jointly and sever- 4.4 Waive ' ght to perform and complete, ally, bind themselves their HM, executors, admini- arrange for i!Mpletion, or obtain a new contract- strators, successors and assigns to the Owner for for and with reasonable promptness under the performance of the Construction Contract,which the circumstances: is incorporated herein by reference. .1 After investigation,determine the amount for 2 If the Contractor performs the Construction Con- which it may be liable to the Owner and, as tract, the Surety and the Contractor shall have no as practicable after the amount is determined, obligation under this Bond, except to participate in tender payment therefore to the Owner; or conferences as provided in Subparagraph 3.1. .2 Deny liability in whole or in part and notify the 3 If there is no Owner Default,the Surety's obligation Owner citing reasons therefor. under this Bond shall arise after. 5 If the Surety does not proceed as provided in Para- 3.1 The Owner has notified the Contractor and the graph 4 with reasonable promptness, the Surery shall Surety at Its address described in Paragraph 10 be deemed to be in default on this Bond fifteen days below that the Owner is considering declaring a after receipt of an additional written notice from the Contractor default and has requested and attemp- Owner to the Surety demanding that the Surety per- ted to arrange a conference with the Contractor and form its obligations under this Bond, and the Owne the Surety to be held not later than fifteen days after shall be entitled to enforce any remedy available to receipt of such notice to discuss methods of per- the Owner. If the Surety proceeds as provided in Sub forming the Construction Contract. If the Owner, the paragraph 4.4, and the Owner refuses the payment Contractor and the Surety agree, the Contractor shall tendered or the Surety has denied liability, in whole or be allowed a reasonable time to perform the Con- in part,without further notice the Owner shall be en- struction Contract, but such an agreement shall not titled to enforce any remedy available to the Owner. waive the Owner's right, if any, subsequently to declare Contractor Default; and 6 After the Owner has terminated the Contractor's right to complete the Construction Contract, and if 3.2 The Owner has declared a Contractor Default and the Surety elects to act under Subparagraph 4.1, formally terminated the Contractor's right to complete 4.2, or 4.3 above then the responsibilities of the the contract. Such Contractor Default shall not be de- Surety to the Owner shall not be greater than those clared earlier than twenty days after the Contractor and of the Contractor under the Construction Contract, the Surety have received notice as provided in Subpara- and the responsibilities of the Owner to the Surety graph 3.1; and shall not be greater than those of the Owner under the Construction Contract. To the limit of the 3.3 The Owner has agreed to pay the Balance of the amount of this Bond, but subject to commitment Contract Price to the Surety In accordance with the terms by the owner of the Balance of the Contract Price of the Construction Contract or to a contractor selected to to mitigation of costs and damages on the Con- perform the Construction Contract in accordance with struction Contract, the Surety is obligated without the terms of the contract with the Owner. duplication for: 4 When the Owner has satisfied the conditions of Para- 6.1 The responsibilities of the Contractor for cor- graph 3,the Surety shall promptly and at the Surety's ex- rection of defective work and completion of the pense take one of the following actions: Construction Contract; 4.1 Arrange for the Contractor,with consent of the 6.2 Additional legal,design professional and delay Owner, to perform and complete the Construction Con- costs resulting from the Contractor's Default, and tract; or resulting from the actions or failure to act of the Surety under Paragraph 4; and 4.2 Undertake to perform and complete the Construc- tion Contract itself, through its agents or through 6.3 Liquidated damages, or if no liquidated dam- independent contractors;or ages are specified in the Construction Contract, actual damages caused by delayed performance 4.3 Obtain bids or negotiated proposals from quali- or non-performance of the Contractor. fied contractors acceptable to the Owner for a con- tract for performance and completion of the Con- 7 The Surety shall not be liable to the Owner or struction Contract, arrange for a contract to be pre- others for obligations of the Contractor that are un- pared for execution by the Owner and the contractor related to the Construction Contract, and the Balance selected with the Owner's concurrence,to be secured of the Contract Price shall not be reduced or set off with performance and payment bonds executed by a on account of any such unrelated obligations.No right qualified surety equivalent to the bonds issued on the of action shall accrue on this Bond to any person or Construction Contract, and pay to the Owner the entity other than the Owner or its heirs, executors, amount of damages as described in Paragraph 6 in administrators or successors. excess of the Balance of the Contract Price Incurred by the Owner resulting from the Contractor's default; or AIA DOCUMENT A312 PERFORMANCE BOND AND PAYMENT BOND DECEMBER 1964 ED.,AIAO A312-1984 2 THE AMERICAN INSTITUTE OF ARCHITECTS.1735 NEW YORK AVE.,N.W.,WASHINGTON,D.C. 20006 8 The Surety hereby waive Mice of any change, in- 12 DEFINITI' i cluding changes of time, to MrConstruction Contractor f to related subcontracts, purchase orders and other obli- 12.1 Balance of the Contract Price: The total gations. amount payable by the Owner to the Contrac- tor under the Construction Contract after all proper adjustment have been made, including 9 Any proceeding, legal or equitable, under this Bond allowance to the Contractor of any amounts may be instituted in any court of competent jurisdiction received or to be received by the Owner in in the location in which the work or part of the work is settlement of Insurance or other claims for dam- located and shall be instituted within two years after ages to which the Contractor is entitled, reduced Contractor Default or within two years after the Contrac- by all valid and proper payments made to or on for ceased working or within two years after the Surety behalf of the Contractor under the Construction refuses or fails to perform its obligations under this Contract. Bond,whichever occurs first. It the provisions of this Paragraph are void or prohibited by law, the minimum 12.2 Construction Contract:The agreement be- period of limitation available to sureties AS a defense tween the Owner and the Contractor identified on In the jurisdiction of the suit shall be applicable. the signature page including all Contract Docu- ments and changes thereto. 10 Notice to the Surety the Owner or the Contractor shall be mailed or delivered to the address shown on 12.3 Contractor Default: Failure of the Contractor the signature page. which has neither been remedied nor waived to perform or otherwise to comply with the terms of 11 When this Bond has been furnished to comply with the Construction Contract. a statutory or other legal requirement in the location where the construction was to be performed any provi- 12.4 Owner Default: Failure of the Owner which sion in this Bond conflicting with said statutory or legal has neither been remedied nor waived to pay the requirement shall be deemed deleted herefrom and Contractor as required by the Construction Contract provisions conforming to such statutory or other legal or to perform and complete or comply with the requirement shall be deemed incorporated herein. other terms thereof. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Signature: Name and Title: Name and Title: Address: Address: AIA DOCUMENT A312 PERFORMANE BOND AN PAYMENT BOND DECEMBER 1984 3D.,AIA 0 A312-1984 3 THE AMERICAN INSTITUTE OF ARCHITECTS,1735 NEW YORK AVE.,N.W.,WASHINGTON,D.C. 20006 THIRD PRINTING•MARCH 1987 THE AMERICAN INSTITUTE OF ARCHITECTS qw ib 140498 AIA Document A312 Payment Bond Any singular reference to Contractor,Surety,Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): SURETY (Name and Principle Place of Business): SOUTHFORK DEVELOPMENT, LTD. FRONTIER INSURANCE COMPANY 6009 BELTLINE RD., STE. 100 187 GRAYLYNN DRIVE DALLAS, TX 75240 NASHVILLE,TN 37214 OWNER(Name and Address): CITY OF FORT WORTH, (TARRANT COUNTY) 1000 Throckmorton FT.WORTH,TX 76102 CONSTRUCTION CONTRACT Date: 5/25/1999 Amount: $ 1,721,200.00 Description (Name and Location): COVENTRY HILLS (WATER, STORM&SANITARY SEWER, EXCAVATION, PAVING, GAS AND ELECTRICAL) BOND Date (Not earlier than Construction Contract Date): 5/25/1999 Amount: $ 1,721,200.00 Modifications to this Bond: [X] None [ ]See Page 6 CONTRACTOR AS PRINCIPAL SURETY COMPANY: (Corporate Seal) COMPANY: (Corporate Seal) SOUTHFORK DEVELOPMENT, LT FRONTIER INSURANCE COMPANY Signature: Signature: alzGe." Name and Tit ': J,c}.LK [E!% ISA vI S Name and Title: UiC' P 9�/ Alice Rhoads,Attorney-in-Fact (Any additional signatures appear on page 6) FOR INFORMATION ONLY-Name,Address and Telephone OWNER'S REPRESENTATIVE (Architect, AGENT OR BROKER: Engineer or other party): SCHEER'S INC. 1023 West 55th Street Countryside, IL 60525 AIA DOCUMENT A312 PERFORMANCE BOND AND PAYMENT BOND DECEMBER 1984 ED.,AIAO THE AMERICAN INSTITUTE OF ARCHITECTS,1735 NEW YORK AVE.,N.W.,WASHINGTON,D.C.20006 A312-1984 4 THIRD PRINTING-MARCH 1987 1 The Contractor and the StPty,jointly and severally, 5 If a notice'Wquired by Paragraph 4 i`s given by bind themselves their heirs, executors, administrators, the Owner to the Contractor or the the Surety, successors and assigns to the Owner to pay for labor, that is sufficient compliance. materials and equipment furnished for use in the per- formance of the Construction Contract, which is incor- 6 When the Claimant has satisfied the condit- porated herein by reference. ions of Paragraph 4, the Surety shall promptly and at the Surety's expense take the following 2. With respect to the Owner,this obligation shall be actions: null and void if the Contractor: 2.1 Promptly makes payment, directly or indirectly, 6.1 Send an answer to the Claimant,with a for all sums due Claimants, and copy to the Owner, within 45 days after re- ceipt of the claim, stating the amounts that 2.2 Defends, indemnifies and holds harmless the are undisputed and the basis for challenging Owner from claims,demands,liens or suits by any any amounts that are disputed. person or entity whose claim, demand, lien or suit is for the payment for labor, materials or equipment fur- 6.2 Pay or arrange for payment of any undis- and tendered defense of such claims, demands, liens puted amounts. or suits to the Contractor and the Surety, and provided there is no Owner Default. 7. The Surety's total obligation shall not exceed the amount of this Bond, and the amount of this 3 With respect to Claimants, this obligation shall be null Bond shall be credited for any payments made in and void if the Contractor promptly makes payment,dir- good faith by the Surety. ectly or indirectly,for all sums due. 8. Amounts owed by the Owner to the Contrac- 4 The Surety shall have no obligation to Claimants un- for under the Construction Contract shall be der this Bond until: used for the performance of the Construction Contract and to satisfy claims, if any, under any 4.1 Claimants who are employed by or have a direct Construction Performance Bond. By the Con- contract with the Contractor have given notice to the tractor furnishing and the Owner accepting this Surety (at the address described in Paragraph 12)and Bond, they agree that all funds earned by the sent a copy, or notice thereof, to the Owner, stating that Contractor in the performance of the Construc- a claim is being made under this Bond and,with sub- tion Contract are didicated to satisfy obligations stantial accuracy,the amount of the claim. of the Contractor and the Surety under this Bond, subject to the Owner's priority to use the funds 4.2 Claimants who do not have a direct contract with for the completion of the work. the Contractor: .1 Have furnished written notice to the Contractor 9. The Surety shall not be liable to the Owner, and sent a copy, or notice thereof, to the Owner, Claimants or others for obligations of the Con- within 90 days after having last performed labor tractor that are unrelated to the Construction or last furnished materials or equipment includ- Contract. The Owner shall not be liable for pay- ed in the claim stating,with substantial accur- ment of any costs or expenses of any Claimant acy,the amount of the claim and the name of under this Bond, and shall have under this Bond the party to whom the materials were furnished no obligations to make payments to,give notices or supplied or for whom the labor was done or on behalf of, or otherwise have obligations to performed; and Claimants under this Bond. .2 Have either received a rejection in whole or in 10. The Surety hereby waives notice of any change, part from the Contractor, or not received within including changes of time,to the Construction Con- 30 days of furnishing the above notice any com- tract or to related subcontracts, purchase orders and munication from the Contractor by which the other obligations. Contractor has indicated the claim will be paid directly or indirectly; and 11. No suit or action shall be commenced by a Claimant under this Bond other than in a court of .3 Not having been paid within the above 30 days, competent jurisdiction in the location in which the have sent a written notice to the Surety (at the work or part of the work is located or after the expir- address described in Paragraph 12)and sent a ation of one year from the date (1)on which the copy, or notice thereof,to the Owner,stating that Claimant gave the notice required by Subparagraph a claim is being made under this Bond and en- 4.1 or clause 4.2.3, or(2)on which the last labor or closing a copy of the previous written notice fur- service was performed by anyone or the last labor nished to the Contractor, materials or equipment were furnished by anyone under the Construction Contract,which ever of(1) AIA DOCUMENT A312 PERFORMANCE BOND AND PAYMENT BOND DECEMBER 1984 ED.,AIAO A312-1984 5 THE AMERICAN INSTITUTE OF ARCHITECTS,1735 NEW YORK AVE.,N.W.,WASHINGTON,D.C. 20006 THIRD PRINTING-MARCH 1987 or(2)first occurs, if the pro ins of this Paragraph 15. DEFINITIC are void or prohibited by la%"he minimum period or limitation available to sureties as a defense in the 15.1 Claimant:An individual or entity having a direct jurisdiction of the suit shall be applicable. contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or ment for use in the performance of the Contract. 12 Notice to the Surety, the Owner or the Contractor shall intent of the Bond shall be to include without limita- be mailed or delivered to the address shown on the sig- tion in the terms"labor, materials or equipment"that nature page. Actual receipt of notice by Surety,the Owner part of water,gas, power, light, heat,oil,gasoline, or the Contractor, however accomplished, shall be suf- telephone service or rental equipment used in the ficient compliance as of the date received at the address Construction Contract, architectural and engineering shown on the signature page. services required for performance of the work of the Contractor and the Contractor's subcontractors, and 13 When this Bond has been furnished to comply with a all other items for which a mechanic's lien may be statutory or other legal requirement in the location where asserted in the jurisdiction where the labor, mater- the construction was to be performed, any provision in ials or equipment were furnished. this Bond conflicting with said statutory or legal require- ment shall be deemed deleted herefrom and provisions 15.2 Construction Contract:The agreement between conforming to such statutory or other legal requirement the Owner and the Contractor identified on the sig- shall be deemed incorporated herein. The intent is that nature page, including all Contract Documents and this Bond shall be construed as a statutory bond and not changes thereto. as a common law bond. 15.3 Owner Default: Failure of the Owner,which has 14 Upon request by any person or entity appearing to be neither been remedied nor waived, to pay the Cont- a potential beneficiary of this Bond, the Contractor shall ractor as required by the Construction Contract or to promptly furnish a copy of this Bond or shall permit a copy perform and complete or comply with the other to be made. terms thereof. MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: (Space is provided below for additional signatures of added parties,other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Signature: Name and Title: Name and Title: Address: Address: AIA DOCUMENT A312 PERFORMANCE BOND AND PAYMENT BOND DECEMBER 1984 ED.AIAO A312.1984 6 THE AMERICAN INSTITUTE OF ARCHITECTS,1735 NEW YORK AVE.,N.W.,WASHINGTON,D.C. 20006 THIRD PRINTING•MARCH 1987 t -roAnn INSURANCE COMPANY Rock Hill.New York 12775 (A Stock Company) POWER OF ATTORNEY lttuult all Riot Llu These .1rc5et1t'A: That FRONTIER INSURANCE COMPANY, a New York Corporation. having its principal office :n Rock Hill, New York.pursuant to the following resolution,adopted by the Board of Directors of the Corporation on the 4th day of November, 1985: "RESOLVED,that the Chairman of the Board,the President,or any Vice President be,and hereby isauthorized to appoint Attorneys-in- Fact to represent and act for and on behalf of the Company to execute bonds,undertakings,recogn zances and other contracts of indemnity and writings obligatory in the nature thereof,and to attach thereto the corporate seal of the Company,in the transaction of its surety business, "RESOLVED,that the signatures and attestations of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so atli xed with respect to any bond,undertaking,recognizance or other contract of indemnity or writing obligatory in the nature thereof, "RESOLVED,that any such Attorney-in-Fact delivering a secretarial certification that the foregoing resolutions still be in effect may insert in such certification the date thereof, said date to be not later than the date of delivery thereof by such Attorney-in-Fact." This Power of Attorney is signed and sealed in facsimile under and by the authority of the above Resolution DOES HEREBY MAKE,CONSTITUTE AND APPOINT. Lewis James Scheer, Michael J. Scheer, James I. Moore Alice Rhoads, Bonnie Kruse, Stephen T. Kazmer, Dawn L. Morgan of Countryside ,in the State of Illinois is true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred in its name, place and stead to sign,execute,acknowledge and deliver in its behalf,and as its act and deed, without power of redelegation,as follows Bonds guaranteeing the fidelity of persons holding places of public or private trust.guaranteeing the performance of contracts other than insurance policies;and executing or guaranteeing bonds and undertakings required or permitted in all actions or proceedings or by law allowed;IN AN AMOUNT NOT TO EXCEED THREE MILLION FIVE HUNDRED THOUSAND($3,500,000.00)DOLLARS;and to bind FRONTIER INSURANCE COMPANY thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of FRONTIER INSURANCE COMPANY,and all the acts of said Attorney(s)-in-Fact pursuant to the authority herein given are hereby ratified and confirmed. _1IttflitttceeN' itcrV0f,FRONTIERINSURANCECOMPANYofRockHill.NewYork,hascausedthisPowerofAttorneytobesignedbyitsPres:dent and its Corporate seat to be affixed this 29th day of April 19 97 FRONTIER INSURANCE COMPANY ..........C. ... i WP po0q� O': O a s o SEAQ State of New York `4,,> BY: -- County of Sullivan ss.: HARRY W. RHULEN,President On this 29th day of April 19 97 ,before the subscriber,a Notary Public of the State of New York in and for the County of Sullivan,duly commissioned and qualified,came HARRY W.RHULEN of FRONTIER INSURANCE COMPANY to me personally known to be the individual and officer described herein, and who executed the preceding instrument, and acknowledged the execution of the same,and being by me duly sworn,deposed and said,that he is the officer of the Company aforesaid,and that the seal affixed to the preceding instrument is the Corporate Seal of the Company,and the Corporate Seal and signature as an officer were duly affixed and subscribed to the said instrument by the authority and direction of the Corporation,and that the resolution of the Company,referred to in the preceding instrument, is now in force. _1Itt irestitluntLi 111hercuf,I have hereunto set my hand,and affixed my official seal at Rock Hill,New York,the day and year above written. koTAgy DUBLt�' NANCY V.PIERRO •,f or Xe�X01; Notary Public State of New York Sullivan County Clerk's No.2395 Commission Expires July 8,2000 CERTIFICATION I,JOSEPH P.LOUGHLIN,Secretary of FRONTIER INSURANCE COMPANY of Rock Hill,New York,do hereby certify that the foregoing Resolution adopted by the Board of Directors of this Corporation and the Powers of Attorney issued pursuant thereto.are true and correct,and that both the Resolution and the Powers of Attorney are in full force and effect. 7111 Ulitticee WItereof, I have hereunto set my hand and affixed the facsimile seal of the corporation this 25th day of May ...........•.. ri vi fo 'SEAL �M r0r JOSEPH P.LOUGHLIN,Secretary State of Illinois County of Cook }s.s. On 5/25/1999 , before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Alice Rhoads known to me to be Attorney-in- Fact of FRONTIER INSURANCE COMPANY the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above. " OFFICIAL SEAL " BONNIE KRUSE My Commission Expires NOTARY PUBLIC, STATE OF ILLIN0ISEXPIRES 3/ 1 Notary Public City of Fort Worth, Texas 4velvor And Council communication DATE REFERENCE NUMBERLOG NAME PAGE 5/2/00 C-17995 2000VENTRY 1 of 3 SUBJECT COMMUNITY FACILITIES AGREEMENT WITH SOUTH FORK DEVELOPMENT, L.P. FOR THE INSTALLATION OF COMMUNITY FACILITIES FOR COVENTRY HILLS ADDITION, PHASE I RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a Community Facilities Agreement with South Fork Development, L.P. for the installation of community facilities for Coventry Hills Addition, Phase I. DISCUSSION: South Fork Development, L.P., the developer of Coventry Hills Addition, Phase 1, has executed a proposed contract for community facilities to serve a single-family (188 lots) development located in north Fort Worth, south of Shiver Road between Alta Vista and Ray White Road (see attached map). The proposed Community Facilities Agreement is in compliance with standard City policy. There are eight internal streets for this development and one border street, North Tarrant Parkway. The developer will pay for the construction of all internal streets. The City will share in the cost of constructing North Tarrant Parkway as a major arterial roadway in the future. The City has a design contract to construct North Tarrant Parkway as a 4-lane divided roadway from US 377 to IH 35W. The final design plans are anticipated to be completed in November, 2000. Construction is estimated to begin in March, 2001 and to be completed in February, 2002. The developer's share for internal streets is $638,413, plus $12,768 for construction inspection fees. City participation on North Tarrant Parkway along residential zoning will include 1,035 feet of roadway. The developer's participation for North Tarrant Parkway is $54,603, and the City's participation will be $58,327 at the time of development. The developer's estimated cost for water and sewer is $740,713, plus $14,814 for construction inspection fees, and the Water Department's participation is $42,757, plus $855 for construction inspection fees, which is currently available. The developer's estimated cost for storm drains is $190,740, plus $3,815 for construction inspection fees. There is no City participation for storm drains. Nine street lights will be installed at a cost to the developer of $18,000, at the following intersections: • Stetson Drive and Campfire Court; and • Stetson Drive and Western Meadows Drive; and • Western Meadows Court and Western Meadows Drive; and • Western Meadows Drive and Bridal Path Way; and • Western Meadows Drive and Eagle Trace Drive; and • Stetson Drive and Eagle Trace Drive (2 lights); and • Stetson Drive and Bridal Path Way; and • Western Meadows Drive and Corral Circle. City of Fort Worth, Texas 4velsor and coun"R Communication DATE REFERENCE NUMBER LOG NAME PAGE 5/2/00 C-17995 1 2000VENTRY 2 of 3 SUBJECT COMMUNITY FACILITIES AGREEMENT WITH SOUTH FORK DEVELOPMENT, L.P. FOR THE INSTALLATION OF COMMUNITY FACILITIES FOR COVENTRY HILLS ADDITION, PHASE I Seven additional street lights will be installed by the developer at a cost of $14,000 at the following mid- block locations: Stetson Drive (2 lights); Campfire Court; Eagle Trace Drive (2 lights); Bridal Path Way and Western Meadows Drive. Five "change of direction" residential lights will be installed by the developer at a cost of $10,000 at the following locations: Campfire Court;Western Meadows Court; Eagle Trace Drive and Stetson Drive(2 lights). Four mid-block collectors will be installed by the developer on North Tarrant Parkway at a cost of$8,000. There will be twelve intersections where street signs and stop signs will be installed at a cost to the developer of $960. These locations include: • Eagle Trace Drive and Western Meadows Drive; and • Eagle Trace Drive and Stetson Drive (west intersection); and • Stetson Drive and Stetson Drive (south intersection); and • Eagle Trace Drive and Stetson Drive (east intersection); and • Bridle Path Way and Stetson Drive; and • Bridle Path Way and Western Meadows Drive; and • Corral Circle and Western Meadows Drive; and • Western Meadows Court and Western Meadows Drive; and • Stetson Drive and Western Meadows Drive; and • Campfire Court and Stetson Drive; and • Stetson Drive and Stetson Drive (north intersection); and • North Tarrant Parkway and Western Meadows Drive. The total project cost for this development is $1,813,765. The developer's participation is $1,711,826, and the total City participation is $101,939. This development is located in COUNCIL DISTRICT 4. PLAN COMMISSION APPROVAL On ,dune 18,'1998, the Plan Commission approved Preliminary Plat (PP 98046). The final plat has been submitted to staff fo`i''r6view. r: City of Fort Worth, Texas "noor and cou""R Communication DATE REFERENCE NUMBER LOG NAMEPAGE 5/2/00 C-17995 2000VENTRY 3 of 3 SUBJECT COMMUNITY FACILITIES AGREEMENT WITH SOUTH FORK DEVELOPMENT, L.P. FOR THE INSTALLATION OF COMMUNITY FACILITIES FOR COVENTRY HILLS ADDITION, PHASE I FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budgets, as appropriated, of the Street Improvements Fund and the Commercial Paper-Sewer Fund. MG J Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) APPROVED Mike Groomer 6140 CITY COUNCIL Originating Department Head: Hugo Malanga 7801 (from) MAY 2 2000 C115 541200 020115136297 $20,493.00 O�..Additional Information Contact: C115 531200 020115136297 $ 1,230.00 �i C115 541200 020115095216 $36,604.00 , city secrGou?of the Hugo Malanga 7801 PS46 539140 070460140220 $42,757.00 City of Fort Wort'kTeam