HomeMy WebLinkAboutContract 26916 COMMUNITY FACILITIES AGREEMENT
THE STATE OF TEXAS § City Secretary
COUNTY OF TARRANT § Contract No._ 5gq&
WHEREAS, Riverbend Investments II, Ltd., hereinafter called "Developer",
desires to make certain improvements Precinct Line Road 16" Water Line for
Lakes of River Trails South Phase 1, 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 RBE Investment
Corporation, its general partner, acting herein by and through Kenneth Newell, its
duly authorized 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:
0MCCI L PROD
SECTION ONE
COMMUNITY FACILITIES AGREEMENT
to install
WATER AND SEWER SERVICES
for
LAKES OF RIVER TRAILS SOUTH PH 1 OFFSITE 16" WATER IN PRECINCT
LINE ROAD
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 $ 0. 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 One Hundred and Nine
Thousand, Eight Hundred Forty-Four Dollars ($109,844*) .
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 $ 0. 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
No Dollars ($0).
*Includes $17,088 contributed by adjacent developer.
I-I
PROJECT NAME: LAKES OF RIVER TRAILS SOUTH PH 1 OFFSITE 16"
WATER IN PRECINCT LINE ROAD
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%) 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-B 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: LAKES OF RIVER TRAILS SOUTH PH 1 OFFSITE 16"
WATER IN PRECINCT LINE ROAD
(1) WATER FACILITIES :
Estimated **
Developer Estimated Total
Cost City Cost Cost
(a) Mains, Within
Development $ 21,523 $ 23,994 $ 45,517
Approach $ -0- $ 47,239 $ 47,239
(b) Easements* $ -0- $ -0- $ -0-
(c) Additional Contribution
River Trails Land & Cattle Co. $ -0- $ 17,088 $ 17,088
(d)Park Participation $ -0- $ -0- $ -0-
Sub-Totals, Water $ 21,523 $ 88,321 $ 109,844
(2) SANITARY SEWER FACILITIES:
(a) Development $ -0- $ -0- $ -0-
Approach $ -0- $ -0- $ -0-
(b) Easements * $ -0- $ -0- $ -0-
(c) Services ( 240 -4") $ -0- $ -0- $ -0-
(d)Park Participation $ -0- $ -0- $ -0-
Sub-Totals, Sewer $ -0- $ -0- $ -0-
(3) TOTAL
CONSTRUCTION COST: $ 21,523 $ 88,321 $ 109,844
(4) CONSTRUCTION
INSPECTION FEE : $ 430 $ 1,766 $ 2,196
Lump sum $17,088 paid by River Trails Land & Cattle Inc. River Trails Ph III Sec
6 Blk 21,30-34 as part of payment in return for service from this line.
*to be dedicated by the developer.
** see Page 1-4 for City Cost
I-3
** CITY PARTICIPATION BREAK-DOWN FOR:
PROJECT NAME: LAKES OF RIVER TRAILS SOUTH PH 1 OFFSITE 16"
WATER IN PRECINCT LINE ROAD
OVERSIZED WATER MAIN
(Onsite: Developer pays up to 8" water line; City pays the difference between
16"/8" water line, gate valve and fittings)
Onsite:
16"/8" Water Line ($43-$21)
512 L.F. x $22 = $ 11,264
16"/8" Gate Valve ($11,500-1,400)
1 Each x $ 11,500-1,400 = $ 10,100
16"/12" Fittings ($500/TON)
.6 Ton x $500 = $ 300
16" Reaction Stop Ring
1 Each x $1,700 = $ 1,700
16" Pipe Testing
.63 LS x $1,000 = 630
Subtotal $ 23,994
(Offsite: Tim Fleet paid $17,088 at the time River Trails Ph III Section 6 was
contracted for 16" line to be laid at later date; City pays the difference
between Fleet payment and remainder for water line, gate valve and
fittings.)
Offsite:
16" Water Line ($43)
1189 L.F. x $43 = $ 51,127
16" Gate Valve ($11,500)
1 Each x $ 11,500= $ 11,500
1" Air Release Valve
1 Each x $1,200 = $ 1,200
16" Fittings ($500/TON)
1 Ton x $500 = $ 500
Subtotal $ 64,327
Minus prepayment by Fleet developer- $ 17,088
River Trails Land and Cattle Co.
$ 47,239
TOTAL CITY PARTICIPATION FOR WATER DEPARTMENT
_ $ 23,994+ $ 47,239 = $71,233
I-4
PROJECT NAME: LAKES OF RIVER TRAILS SOUTH PH 1 OFFSITE 16"
WATER IN PRECINCT LINE ROAD
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 March 2001. 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
the current Fort Worth City Code, (said payment to be calculated as in 1-
G above), based on actual quantities as reflected in the final estimate paid
to the Contractor by the Developer and on the actual records of cost kept
by the City as a part of its customary procedures. In the event the
difference in the deposit and the actual costs exceeds $25, Developer
agrees to pay to the City and underpayment which said adjustment might
indicate as being due, and the City agrees to pay to Developer any
overpayment.
I-5
PROJECT NAME: LAKES OF RIVER TRAILS SOUTH PH 1 OFFSITE 16"
WATER IN PRECINCT LINE ROAD
K. 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 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. In the event
water and/or sanitary sewer facilities work is not completed within the (2)
year period, City may, at its election, complete such work at Developer's
expense.
L. It is further agreed and understood that any additional payment required
of Developer is to cover only such additional work and/or materials as
may be made necessary by conditions encountered during construction,
and shall not include any change in scope of the project.
RECOMMENDED:
h
ale A. Fisseler, P.E.
ater Director
-S
Date
I-6
3
� uilli �. D
ILLUIlmm
' I N
3
I D
PROPOSED 2
16" WATER LINE
n
o
n
1 I
I� Luuwul I I I Io A
LLWm
\ f!
LAKES OF RIVER TRAILS SOUTH-PHASE I\�.
OFFSITE 16" WATER LINE IMPROVEMENTS
LOCATION MAP
W
3
D
A
i i I
� N
I
i 7 �
m
i
I
i � 3
1 .-1 ._.
- !'�T 1Js AAtD E
M
W
N
OD
A
LAA
A
ID
r�,dro�c r�ra MIBff 'A'
O ■gra LMWATER DISTRIBUTION SYSTEM FOR
LAKES OF RIVER TRAILS SOUTH PHASE I
A
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. 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 16 prints and 6 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.
C. 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.
D. 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.
E. 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 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
1
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.
F. PERFORMANCE AND PAYMENT GUARANTEES
1 . 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
eposited, 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.
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:
2
a. Developer. Bonds: Are required for the construction of water
and/or sewer, the following terms and conditions shall apply:
(1 ) The bonds will be standard developer 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 bond shall be payable to the City and shall guarantee
performance of the water and sewer construction
contemplated under this contract and shall guarantee
payment for all labor, materials and equipment furnished in
connection with the water and sewer construction
contemplated under this contract.
(4) 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 and such deposit shall be made to the City of Fort
Worth. The City of Fort Worth will not pay interest on any such
cash deposit.
(1) 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.
C. Escrow Pledges
d. Pledge Agreements
e. Letters of Credit
f. Completion Agreements
5. Purpose, Term and Renewal of Guarantees:
a. Developer 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 developer 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 developer bonds or cash for 100 percent of the estimated total construction
cost of the improvements [plus ten percent (25%) 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:
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
4
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
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
5
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 performance and payment guarantee in accordance with the provisions
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
6
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 of any nature
whatsoever brought for, or on account of any injuries or damages 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.
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).
7
I
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 March 20,2001 in M&C G-13181 , 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.
Developer and City agree that this Agreement represents the complete and
exclusive statement of the mutual understandings of the parties and that this
Agreement supersedes and cancels all previous written and oral agreements
and communications related to the subject matter of this Agreement.
8
r
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 '-day of ZtL 20 e/.
APPROVED AS TO FORM AND RECOMMENDED:
LEGALITY:
Gary J. einberger Dale A. Fisse e , P.E.
Assistant City Attorney Director, Water
Department
ATTEST: CITY OF FORT WTH, TEXAS
By:
Gloria Pear 6n 7/5 d/ Mike Groomer
City Secretary Assistant City Manager
Developer:
Contract Authorization By:
Developer
-199
City of Fort Worth, Texas
"agar And Council communicalflon
DATE REFERENCE NUMBER I LOG NAME
PAGE
6/19/01 C-18635 60PRECINCT 1 of 2
SUBJECT APPROVAL OF COMMUNITY FACILITIES AGREEMENT WITH RIVERBEND
INVESTMENTS II, LTD. FOR THE INSTALLATION OF COMMUNITY FACILITIES FOR
CONSTRUCTION OF A 16-INCH WATER LINE TO SERVE DEVELOPMENTS ALONG
PRECINCT LINE ROAD AND LAKES OF RIVER TRAILS SOUTH, PHASE 1
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute a Community Facilities
Agreement with Riverbend Investments II, Ltd. for the installation of a 16-inch water line to serve
developments along Precinct Line Road and Lakes of River Trails South, Phase 1.
DISCUSSION:
Riverbend Investments II, Ltd., the developer of Lakes of River Trails South, Phase 1, has executed a
proposed contract for community facilities including the installation of a 16-inch water line to serve a
single-family development located in east Fort Worth, south of Trinity Boulevard and west of Precinct
Line Road (see attached map).
This development is located in COUNCIL DISTRICT 5.
Additional developments in this area are expected to be spurred by availability of this large water line.
Total cost for approach water improvements for this development is $109,844. There will be City
participation in pipe oversizing to increase pipe capacity based on the Water and Wastewater
Installation Policy. The developer and the City estimated costs for water improvements and inspection
are shown below.
River Trails Land & Cattle, Inc., a developer adjacent to the site, has contributed $17,088.
ESTIMATED COST-
Project Cost Developers city Total
Water $21,523 $71,233 $ 92,756
RTL&C Contribution $17,088" -0- $ 17,088
Inspection 430 1,766 2,196
TOTAL $39,041 $72,999 $112,040
*$17,088 is a lump sum amount.
IF
City of Fort Worth, Texas
qvayor and cou""'I Communication
DATE REFERENCE NUMBER I LOG NAMEGE
6/19/01 C-18635 60PRECINCT 2 of 2
PA
SUBJECT APPROVAL OF COMMUNITY FACILITIES AGREEMENT WITH RIVERBEND
INVESTMENTS II, LTD. FOR THE INSTALLATION OF COMMUNITY FACILITIES FOR
CONSTRUCTION OF A 16-INCH WATER LINE TO SERVE DEVELOPMENTS ALONG
PRECINCT LINE ROAD AND LAKES OF RIVER TRAILS SOUTH, PHASE 1
FISCAL INFORMATION/CERTIFICATION:
The Finance Director certifies that funds are available in the current capital budget, as appropriated, of
the Water Capital Projects Fund.
MG:k
Submitted for City Manager's FUND I ACCOUNT CENTER AMOUNT CITY SECRETARY
Office by: (to)
Mike Groomer 6140 APPROVED
Originating Department Head: CITY COUNCIL
Dale Fisseler 8207 (from) JUN 19 Y001
P160 539140 060160151560 $71,233.00
Additional Information Contact: �► ,-
City Semler,of the
Dale Fisseler 8207 City of Pnrt WoOk Texas