Loading...
HomeMy WebLinkAboutContract 28567r t �� i r c -��1V�"lN�l�[IT'Y ��4�I�ITIE� A�REE��N'i 'Yb� SiAi� OF i�XAS S . Cifiy S�cre�ary. COUI�iY O� i��R/�Mi S �ontrac� �lo. ����� WHFREAS, Cent�x Homes, a Nevada Ceneral Partnership, hereinafter ca[led "De�eloper", desires to Make cer�ain improvemen�Es to Harrief Creek F�anch, Phas� li, an addition io fhe City of �or� WortE�, Texas; and WHEREAS, the said Developer has requested th� City of Fort Worth, a Municipaf corporation of Tarrant and Denton Counties, Texas, her�inafter called "City", to da certain�wor�C in cortnection wiii� said improvements, NO1N, THEREF'QRE, KNOW ALL ME�I BY THESE PRESENTS: That said Dev�lope�', acting f�erein by and it�rough Centex Real Estate Corporation, a Nevada Corporation, ifs Managing General Partner, and by RoberE J. Romo, its dufy auihorized Vice Presidenfi; and the City, Acting herein by and through Mike Groomer, its duly authorized Assistant Ciiy Manager, for and in consideration of the covenanf and agree as folfows, to-wit: � ry N ^ �_ �'���ul��� �i�'u��u t ��� �� ������ �r'''',n ��'�, ��e� ��_ �,�: �: � e r t sECT�o�v oNE C4MMUNITY FACILITIES AGREEMENT to instail 1NATER AND SEWER SERVICES for bARRIFT CR��K F�I�CH �HA�C � �. , �' A. The City agrees #o permit the Developer to let a contrac� for, in accordance with ifs accepted practices, ordinances, regulations, and the provisions of the City Charter, and subjecf to the requiremenfs of the City's Charter, and subject to the requiremenfs of the Cify's Policies and Regulations for Insiallation of Community Facilities, all as current at the time of insta[lation: 1�dA��� �ACI�ITI�S serve th� fots as shown on the attached Exhibit A, and S�f�IT'�RY S�lf'��� ��►CI�IT'i�S to serve the lois as shown on the attached Exhibit ��1 all in accordance with plans and specificatians to be prepared by }�rivate engineers emplayed by the Developer and appro�ed by the Wa#er Department. B. The City agrees to allow ihe De�eloper to �nstaN, at his expense, at the time ail other water mains in this addition are installed, a service line for each Iot as shown on fhe aftached Exhibit ,e► . The estimated cost of fihese service lines is $'[23.20D. The Ci�y agrees fo record the location af eac� said service lin� in respect fo the corner of the lot served, and to retain said records in its possession. C. The construcfiion cosi of the water fiacilities herein concerned, exc[usive of service lines and engineering is estimated to be iwo Hundred �wentv- F�our Thousand, Three F;undred �'hiriv��ix Dollars �$2�4,336) . D. The City agrees to allow fihe Developer to install, at his expense, at the time all other sanitary sewer mains m ihis addition are installed, a service line for each lot as shown on the attached Exhibi# ��1 . The estimated cost of these service lines is $ 11�,v00. The City agress ta record the �ocation of each said service line in respect to t�e corner of t�e lot served, and to retain said records in its possession. E. The construction cos� af the sanitary sewer facilities to be installed hereunder, exclusiv� of service lines and engineerir�g, is estimated to be �hr�e bundred �iqh�een ihousand, �our bundred iwen��v�P�ine Dollars ($318,429). z-� V�i�YJ'vl��!� �i�VCJ�N� '����r �������� ��, :�t����,��1�, ���t .__ � r r S r 1 P�9J�GT RlA�lIE: b�►��i�i �R��� �PJCk Pk1AS� 2 , � 1 i 1 � , F. Prior ta aflowance of the construction confract by Developer, the Developer agrees to pravide acceptable fiinancial guaranfee ta the city for � DO percent of the consfructiar� costs along wifh paymen# of any Ordinance costs and fees that are applica�le. Prior to �he award ot the construciian cantract 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 {� 00%) of the Developer's cost of all water and sanitary sewer facili#ies within the development, exclusive of engineering and service costs, sized to pro�ide water and sanitary sewer service within fhe developmen#. (b)One hundred pereent approach water and sanitary developmen# sized to provide de�elopment. E�aa°/n) of the Develaper's cost of all sewer fiacilities outside tF�e limits of the water and sanitary sewer service to the (c) Or�e hundred percent t'i 00%} of the Developer's cost of any approach water main facility or water facility within the developmeni thaf is 8-inches in size for non-industria! development and � 2-incF�es in size for ind�strial de�elopment. (d)One hundred percent (100°l0} ofi the Developer's cost of any approach sanitary sewer main facility or sanitary sewer facility within #he de�elopment that is 8-inches in size. (2) An addi#ional t�n percent (10%) of the fotal o�f th� Develop�rs cost of #hese water and sanifary sewer facilities, exclusive ofi cost of service Eines, is required far design engineering if such engineering is performed by the City at the Developer's request. (3) One hundred percent (10(l°l0) of the Develaper's cost of all service lines, estimateci under 1-B and �-D above, in ac�ordance with the pravisions of the current Fort Worth City Code. (4) A canstruction lnspection F�e equal to two (2%) of the Develaper's actual cos# share of the construction cost (including all services) of the water andlor sanitary sewer facilities. G. Tf�e distribu#ion af estimated constructian cost between the City and #he De�eioper, as per paragraph 1-F above, for aIl wafer and sanitary sewer faciiit�es #o be constructed hereunder is estimated as foilows: z-z , � ���� ' '����� n ...' '�# � ,, , r i f � r , �ROJ�Ci N,�M�: H��RI�i ����K RANCH PFi,�S� 2 (1) Vil�►T�� �AGILIiI�S : Estimated **' � � � �i � 1 f Developer Estimated Total Cost City Cost Cost (a} Mains, Within Developmen# $ 223,978 $ -0- $ 223,'178 Approach $ -p_ � _p_ � _Q_ {b} Easements� � -a- � -a- � -o- (c) Services 308 - single 1") $ � 23,200 (d)Park Participation $ -0- Sub-Totals, Water $ 346,378 {�} SARlIiAF�Y S�1IV�� FACILITI�S: (a) De�elopment $ 30D,956 Approac� $ -0- (b) Easements * $ -0- (c} Services { 3p8-4") $ 915,50Q {d)Park Participation $ -0- Sub-Totafs, Sewer $ 41�,456 (3) �O7�4L GORlS�'RUCT'IOIV C05�.. $ 762,834 (41 CONSTRUC f IOR liVS��C�'I�f� F�� : $ 15,257 *to be dedicated by th� develope�. ** see Page I-4 for Cify Cost I-3 � -a- $ '�,158 $ 1,158 $ 15,851 $ -0- $ -fl- $ -0- $ 1,622 $ 17,473 $ 123rGQ� $ � ,'! 58 $ 34�,536 $ 316,807 � -a- � _p_ $ 115,500 $ � , 622 $ 433�,929 $ 18,631 $ 781,46a $ 372 $ 15,629 ! �r,�'�];;1;A��1 � �� ' �. ; ��t���,��.� � ���, ���� r f � i �`* CI�Y PA�`�'ICiPATION BR�AK`�OWN FO�: ��o��c�r n�,���: a,����r�� ����� ��c� �a�s� a WATER FRONT FOOTAGE CALCUL.�4T1�NS OPTION A: (Per[meter of Subdi�ision Adjacent to Park)16 Total Front �ootage = 30,737.54L.F./6 = 5,122.93 I�.F. i ! �� 1 �� OPTIDN B: {Linear Feet of Water Line Adjacen� to Park) Total Front Footage = 529.43 L.F. Front Foofiage Calculafion use Eesser of Option A a�d �ption B= 529.43 L.F. WATER FRONT F�OT CHARGE : 529.43 L.F. X $$.75 = $ 4,632.5114 � $1,'i5� SEWER FRONT FOOTAGE CALCULATIONS OPTI�N A: {Perimeter of Subdivision Adjacent to Park) ! fi Total Front Footage = 3Q,737.54L.F.16 � 5,122.93 L,.F. OPTION B: (Linear Feef of Sewer Line Adjacent fio Park) Total Frant Footage = 529.43 L.F. Front Footage Calculatian use lesser of Option A and Option B= 529.43 L.F. SEWER FRONT FOOT CHARGE : 529.43 L.F. X $12.25 = $ 6,48614 = $1,622 SEWER LINE COS7 SHARE (Developer pays far 8" & 10" sewer line costs and the City pays for upgrade to 18" sewer line. �S"I8" sewer line ($38-$25) 383 L.F. x $13 = 18°110" sewer line ($38-$26) 9D6 L.F. x $12 = �ub�o�al $ �,979 $_ 1 D.��� $ 'i �,��1 The cost difference is based on estimate only. Actual refund ta Develaper sha11 be based on Water and Sewe:r City Participation CFA Unzt Prices atiached herewith on page I-5. cify participatioR is limited to those elerrEents of materials contained in Ordinance No. 14552 and the arr�ount of participation shall be based upon the actual quantities as measured in the field multiplied by the applicable cost contained in said ordinanc�." T07r4� Cf�Y ��RTICIPAif01V F�OR 1N�i�� ����fiTfNEIdT � $ 1�,851 + $1,6�� � $1,1�� = 1�,631 z-� u����l'�� ������� ��V�� ���'����� � � 9. �'��. r s � , � ir , s i l � i�f ��� . y WAiER Pay Item 9 2 3 �4 5 6 7 8 9 10 71 12 S�W�R Pay Item 9 2 3 4 5 6 7 8 9 10 ld4l��er and Sev�+er Cify �articipafi�on ��A Unit Prices Unit Description L� 6" Waier Pipe LF 8" Water Pipe �F 10" Water Pipe LF 12" Water Pipe LF 16" Water Pipe EA 8" Gate Valve wlCast Iron box & Lid EA 1 �" Gate Valve wlCast Iron box &�.id EA 12" Gate Valve wlCast Iron box & L.id �A 16" Gate Valve wlCast Iran box & L.id TN Cast IronlDuctile Iron Fittings Install 1" Air & Vacuum Release Va�ve EA wNa�ft Install 4" blow-Off w14" Gat� Valve & EA Sump Manhale Unit Description LF 6" 5anitary S�wer Pipe LF 8" Sanitary Sewer Pipe L� 10" Sanitary Sewer Pipe LF 12" Sanitary Sewer Pipe LF 15" Sanitary 5ewer Pipe LF 18" Sanitary 5ewer Pipe LF 21" Sanitary 5ewer Pipe LF 24�" Sanitary 5ewer Pipe EA Standard 4' Diameter Manhole EA Standard 5' Diameter Manhole Unit Price irom Developer's Projects $ 15.00 $ 17.00 $ 24.00 $ 26.00 $ 4�.00 $ 676.00 $ 1,182.00 $ 1,223.OQ $ 6,587.00 $ 2,969AQ $ 3,53�.00 $ 3,624.00 Unit Price from Developer's Projects $ 24.00 � 2�.oa $ 26.00 $ 27.D0 $ 28.00 $ 38.00 $ 45A0 $ 48.OQ $ 1,293.00 $ 3,125.Q0 � � ���d��d'i:.�lrti� i�Se:rLIU:� , �,. ������ ,� � �' � 1 �G�. Y� . _ , � , �� ,' 1 r ' r � PROJ��T Fdr41�Y�: H�FtI�T' Cl���f� RAIdCH �bAS� 2_ H, The above charges do not include any �€ront foot charges for connection to existing or proposed water andlor sani�ary sewer mains constructed or to be constructed under the pro�isions of fhe "APPROACH MA1N OPTI�N" as described in Section lll of the Policy for fihe "INSTALLATION OF COMMUNITY FACILITIES" adopfed in April 2001. T�ese additional � charges are as follows: 1. Applicab{e to this Contract in the amount of � by Contract No. NIA Applicab�e CFA Name Date: NIA dated NIA Number NIA. NIA NIA I. When water facilities are installed by contraci, installation af water services will be included as part of the contract. Installation of ineter boxes on those services may be done by the City, a�ter comple�ion of canstruction of all re{ati�e curb and gutter work on the water facil�ties project site, at a the cu�rrent cost per contract-installed charge to be due and payable priar to issuance of a Work Order on the wafier facilities installation contract. The abo�e charges do nat apply if the Developer elects to include meter box installation as part of the contract. However, meter boxes mus# confarm City standards. J. Within a reasonable time after completion of fhe above referenced facilities to be constructed by contract awarded by #he Developer, pro�ided a11 conditions for City partici�ation have been met, the City agrees to pay tF�e Developer the "Estimated City Cosf" s�t out in 1-G above; pro�ided, however, that said payment shall be calculafed using the actual construc�ion costs and actual service costs under the provis�ons of the current Fort Worth City Code, (said payment fio be calculated as in 1- G abo�e), based on actual quantities as re�lected in the final estimate paid to the Confractor by the Developer and on the actual records of cos� kept by the Cify as a part of its custamary procedures. In the e�ent the difference in the deposit and the actual costs exceeds $25, Developer agrees fo pay to the City and underpaymenf which said adjusiment might indicate as being due, and the City a�rees to pay to Deuefoper any overpayment. _ I-6 I .�f��ti:�1��,11. riSVV��J � "�"I���i;1� If l� g�' ° � .... {l� .� [ 1 i y � �r , 1 � �' �. G�hll�IIUNIYY FACI�IiI�S �l,C��EI�I�Ni �o ins4�li �iF��l�i, �i0��1 DF�AIi�, �i���� �,ICbi �htb �iR�Gi Nl��IY� SIGR� if�l�€t�l�I�i1��R�T� �+01� b�F�Fti�Y �Ft��K Ft�;,Rl�F� — �R1i4SE I! A. The Developer (owner) agrees to install or to cause to have instaNed, the street, storm drainage, street lighting, street name sign and other community faciliti�s improvements shown as °current improvements" on �he attached Exhibits _�, �31, �, and D. ' B. The De�eloper agrees to comply with all city accepted practices, ordinances, regulations, as well as provisions of the City Charter, the Gi#y Subdivision Orciinance, City Design Startdards and the currenf Palicy for lnstallation of Cammunity Facilities in the design, contracting and instalfation of required "current improvements". C. The Developer agrees #o comply wifh the General Requirements contained herein �Attachment A). D. As shown on the attached "Summary of Cost", the Developer agrees to fund his share vf "current improv�ments" and to pay fhe City for h�s share of the cast of s�reet, s#orm drainage, street lighting, street name signs as shown on the attached Exhibits �3, �1, C, and �. E. Payment is due at the time this agreement is executed by the City and the Developer. F. The estimatecf total cosi ofi current improvemenfs and refated support services specified in this agreemeni, including design, construction and inspec#ion is esfimated to :61,�33,a1�. In accordance with the City's current Policy for Installation of Community Facilities as shown in the Cost Summary an page 3. The Dev�laper shalf contribute �oflars S1,4a7,42�._of the total amount. The City (PACS} shaN contribute Doll�rs $112,0�4. G. De�eloper agrees to provide, at his expens�, ali necessary rights of way and easements required to construct current and future improvements provided for in this agreement. 1 v�'�i'v1.ti� �.: �����r �����, 1 Y i�+,':�� �� 4 Y tl� � t ..' �. �� , �' ', , � H. Developer agrees to the preliminary plans, �his contract. , , ,r' ,+ �elie�e the Ciiy of any responsibilities for any inadequacies in specifications and cost estima�es supplied for the purpose of I. De�eloper alsa agrees ta instaN or adjust all af the required utifities to serve the development or to construct the impro�ements required herein. J. Developer agrees that no street construction or storm drainage will begin prior to City Counci! appro�al of this Communilry Facilities agreement. {Article 104.100, Ordinance 7234}. K. De�eloper agrees that no lot shall be occupied until impro�ements required }�erein ha�e been constructed (Article 104.100, Ordinance 7234). L. De�eloper agrees to comple�e the im�rovemenfs co�er�d by this agreement wit�in 90 calendar days after ha�ing been instructed to do so, in writing, by the Director of Transpnrkation and Public works. lt is �anderstood that the de�eloper will initiate the construction ofi all improvements to conform with his own schedule, except for those impro�ements which the Transportation and Public Works Direc�or deems necessary for the �roper and orderly de�elopment of the area. In the event De�eloper fails to carry out any such insiructions within the 90-day period, the De�efoper gives the City the right to design and award a contract, and inspect the im{�rovements in question, and agrees io pay �o the City prior to th� award of the contract, the amount of fihe low bid. M. City participation in "current improvements" shall nvt exceed 125% of cast shown in Summary of Cost. 2 >��:� ����� P6f Y���. [ 1 . � � � �� , j � � ' `� ` � SU1V�I�ARY O� C��� F�ARRI�i GR��iC RL��.a'CH � I�bAS� II � Ifem A. Construction 1. Streets 2. Siorm Drainaqe 3. Street Lights 4. 5treet Name Signs B. Engin�ering Design C. Consiruction Engineering and Management by DOE (2%} iQTALS �eveloper Cost $ $ $ $ $ 1,157,2$0.00 $ 255,885.OQ $ _ � _ � - $ $ 1� 8,263.00 , $ 1,421,428.00 � $ �i�y Cosi {�aCs) 37,853.00 $ 19,637.fl0 $ 46,500.00 $ 1,300.00 $ 3,136.OQ $ 3,658,00 $ � 12,084.40 , $ I�fOT� 1. All Preliminary Plats filed after July 11, 2000 will require sidewalks on all streets. Forty-two (42) feet and wider street include sidewalk cost. Sidewalk are to be installe� and paid for by tha developer. 2. Construction items (1-2} cost includes 10% coniingencies for Developer and City. 3. Developer's column far Item C re�resents two percant (2%) costs �or construction inspection and materials testing_ (*} Represents City participation for construction fees. 4. City nflf preparing plans and specifications. %gal Cost 1,195,133.00 275,522.OQ 46,500.00 1,300.00 3,136.00 11,921.00 �,533,�1z.ao City par�ici�ation is for PACS and Water Department. T�ere is no Ciiy participation for TPW. CFA co��:aooal s PPQDOQS; APPROVED 31�212000 3 �� i ,.1�`�l '���� � r� _ � ,,,,:,� � �'�'�l. � , �. u� U156�� � � � �� � I E. STREET LTGHTS: 1. STRFET i,IGHT COS'P ESTTMAI'E INTERSECTIONS MID-BLOCK RESIDEN'T�AT.� CHANGE OF DIRECTION RESTDENTIAL MID-BLOCK COLLECTOR MID--BLOCK ART�RSAL PARKWAY MID-BLOCK ARTERTAI� MEDIAN RELOCATE Ex�STING LIGHT 0 EA $ 1500 ` ' r � �'` ,tl' TOTAT� COST $24.OQ0.00 $32,000.40 $6,000.00 $--0-- $--0-- �--0-- $--0-- Subtotal city�s cost Developer's Subtotal 10% Contingenci�s Project Total Adjacent Developer's Cost Daveloper's Cost 2°s Inspection Fee Develaper's Responsibility See PG IIZ-�.� nLine %r� HARRIET CRE�K RANCH, FHASE II February 5, 2402 Fort Wor�h, Texas QUANZ'�TY UNIT C�ST 7.2 EA $ 2, 000 16 �A � 2,04Q 3 EA � 2,000 0 EA $ 2,Q00 0 EA $ 2,800 0 �A $ 2,200 $62,QQ0.00 $�6,soo.00 $0,000.00 $D,OOO.DO $62.0�0.00 $0.400.00 �o,000.oa $0,00.00 February 5, 20� ' � I ryV .�. �� __L-�W'YV� ��7 •i`�'1:/I LL�� Y Y Y � Y l7 4� I � n �l I III- 1 2. 3TREET LIGHTS WORK DE3CRIPTiON: -,� i i' , �' T 1. The Developex shall pravide for the installation of street�.a.ghts at the approximate locations showri in Exhibit "C", immeda.ately after fin.al acc�ptance of the s�reet construction, in accordance witih engineera.zzg plans and specificata.ons approved by the Transportation and Public Works Department. 2. Streetlights on residential and /or collector stree�s can be installed using overhead or undexg�'aund conductaxs with the approval of tihe Dire:ctor o� Transportation and Public Works. 3. Stree�liqhts on ar�erial streets shall be installed with underground eoz�duit and conductors. 4. The De�veloper sha11 provide for th� ins�allation o� a 2--inch schedule 40 L�VC conduit at a depth no� Iess than 30 inches and at least 18-inch b�hind the curb, "c�ear from all o�her utilities". 5. The Deve�.oper shall px'ovide for the installatian of a 2-inCh schedule 40 PVC canduit between streetlights proposed tar installation and the power source to become operatianal. 6. A 3-inch schedule 80 PVC conduit is required when cxossing streets at a dep�h not less tihan 30 inches, unless ind�.ca�.ed otherwise an. the p].ans concrete pull boxe� shall be pravided at the crossing points. 7. Street light conduit and footings shall be instal].ed by the develpper's contraator as par� of and at �he �ime of straet construction. The city w'ill obtain e].ectric servica and comple�e the street light cons�ruction in accordance with approved plans. 8. The de:veloper or their contractor sha11 contact City's street light division 48 hours prior to sta�'ting any installation of conduit an.d/ar streetlights at (817) 871-8100 to iz�.sure proper inspection of work. 9. The pracedure for irxstal].ing conduit and footings wi17. be with �he inspeator on the �ob si�e or you can reque�t a copy by oa].ling 8�.7- 87y-6546. HARRIET CREEIC TiANCH, PHASAE xI February 5, 20D2 `�;'��1'�,�;��'� '�i�V�J��i � , 4 - 5 f��?�� I _ , p���� � i ,t 1 "STREET %IGHTS" INTERSECTIdN3 IIY— � CREEK CROSSxNC DR & COWBQY 'TRL SILVER CITY WAY & COWBOY TRL RED RIVER L�N & CREEK CRQSSING DR RED RIV�R LN & SII,VER CT'Z'Y WAY R�D RIVER LN & RIVER CHASE T,N RED RIVER LN & R�DA TRL RFD RIVER, LN & MATANY DR R�DA TRL & CbWBOY TR� RIV�RCHASE LN & ABILENE DR RAMADA I'RL & ABILENE DR R�MADA TRL & RUSTLERS TnTAY RUSTLERS WAY Sc LARIAT DR MID — BLOCK CREEK CROS52NG DR 3 SILVFsR CITY WAY 3 RIVERCHASE LN 2 RAMADA TRL 2 COWBOY TRZ 2 LARIAT DR 4 CHANGE OF DITtSCTIONS RED RTVER LN 1 RIVERCHASE LN 1 T,ARTAT DR 1 HARRIET CRE�K RANCH, PHASE TT 1 1 1 � Z 1 1 1 1 1 I 1 � ' r � � � r .. ^. '1 'y�J'In�� ) :! J�i i� �_ � '�'`��°�� j ��� ���, , ' , ' � 1 '� ,q'� IiT STREET NAME SIGNS l. The Cit� will install the street narne signs upon final approva� of the str�et canstruct�.an. The street name signs wi1X remain the px'operty of, and will be maintained by, the City. 2. The City will pay for the street name sigr�. ins�allat�ons required �or this development to the e�ten� af $100.00 per intersection. This unit co�t wi11 be revised annually by the Department of Transportation and Pu]�lic Works to x'e�lect prevailing costs o� materials and labor. 3. This developm�nt creates the following thirteen (13) �.ntersections at a cost ta the Ci�y of $ 1,300.00: Ramada Tx'ai.l and Cowboy Trail Cowboy Trail and Silver Ci�y Way Cowbay Trail and Creek Crossing Drive Rustlers Way and Lariat D�i've Rustlers Way and Ramada Trail Lariat Drive and Red River Lane Ramada '��-ail and Aba.lene Drive Abilene D�'�.ve and Riverchase Lane Ramada Trail and Red River L,an.e Riverehas� Lane and Red River Lane Silver Ci�y Way and Red Riv�r Lane Cx'eek Crossing Drive and Red River Lane Red Riv�r Lane ax�d Matany Drive HARRIET C:REEIC RANGH PHASE 2 �'or� Worth, Texas February 4_,. 2002 � j i� , .' IV-1 ( '�'�� - ��, �G'.: r n���r� ►� ` ' i , � � The following constiiutes an Addendum �o be read and construed with and as a part of that certain Community Facilities Agreement, hereiofore entered into by and betweez� the developer Cen#ex Homes. Robert Rom�, Developer and the City of Fart �Vorth, a municipal corporation in Tarrant County, Texas daied _ , and d.esignated as Contract No. ,in the office of the City Secreta�ry of the City of Fort Worth, Texas. (1) The developers and the Ciiy hereby agree as follows: A. The developer is deeding public park land to ihe City and is required to construct paxk sireet frontage along Covwboy Trail. # � ��_ � J �. �vVl41V�liil � r� ���'l.i� �i� Ji[IGI"`%YTiRr'�Q� � reiml��nent for city participation on park related in�tructure improvements`'t�iat it will be necessary for tl���n�ractor to be selected by the seal�d �i�ethod aft�—�tavertisernent in a local nawspaper. Ths public sealed bjti� �be opened in the presence of a representative of th�y in the City Ma��al Build'mg. T�ie developer alsq�aCiaiowledges that tk�ey will abide � ayl of the applic� �r�gulations cantained in the City's Policy for t1� �nstallation of Commun�ty Facilities. C, Developer agrees to have ar t� cause to have the said ai�ove descz7ibed area, which is sa with plans and specifications as approved by the City Parks and Commuruty Services Department. D. Develaper agrees to provide a minimum of six {6") iz�ches of topsoil over areas of cut or fill within the designated park areas. The topsoil shall be relatively free of rock and other debris. E. Develaper agrees to seed areas of cut or ft1F wi.th suitable �rass as determined by the City Parks and Community Se�-vices Department. F. Developer agrees to ha�e or io cause fo have suitable clean-up of the park areas as c�eternuned by the City Parks and Community Services Department prior ta deeding of said areas to the City. This would include, but not be limiied to, removal of trash and can�tructian debris depasited on the said parl� areas. G. Developer agrees that there shal� be no transfer of interest in said parl� area, either e�cpress or implied, priar to deeding, of said areas to the City wiihout the cansent of the City Manager, City of Fort Warth� �:1CPAslCFA PACSb PARTTCIAP710NlliARR1ET CREBK RANCtRFIAARI4+k' CRH6KRANCH PHA562 A�UENUllM.dac .. �Vldi,i4 ��L�TVI�N� ��� �������� ��� s�;����� ���� f ' r � � � � �' � � ' � H. The Developer will, at the time of dedication of the park, pravid� the Parks and Community Services Depariment with final plat drawings o� the park �hat will be submitted and iiled by the Parks and Cornmunity Services Deparhnent. The drawings wi11 be provided �t the expense of the Developer. I. The Cifiy Parks and Community Services Department's participatzon in this contract as to land ac.quisition, development and maintenance is subject to City Council approval and adequa#e funding of �he proj ect. Recommended: ���_���- � 1 _, � 'chard Zavala, Director arks and Community Services Departrnent V _:,,_..—�— � -. N ^ ^ `, ���'° � �� ������ � n:lCPAs1CFAPACS➢ PAft710EAPT[Otd1HARR18iCR8&KRANCHSHARR�BTCRfl�KRANCH PHA5E2 A�UBMOIlM.dac �j( !—k i'Uo ���:'c���:�YY� ��G � 1 1 � � � � � � , ��' , r� f , PAVING FACILITIES ATTRiBUTABLE TO PARK DEVELOPMENT A. One hali of Iinear foot charges of park paving, including design, engineering, administraiion and inspection contingencies attribu�able to the Parks and Community Sarvices Depariment at an estimated cost of $42,326.76 B. The City's share af park paving costs to the proposed park will be due and payable to the develaper upon: 1. Completion o�' par� pa�irig and associated constzuchon and grading; and 2. Delivery of title ta the park praperiy to the City. Whichever event occurs last. Recornmendec�, � �� , - Richard Zavala, Director �i Parks and Cornrnunity Services Depaz-tment D�1CPAsICFAYACSA PARTiCIAPTfOMHARRfETCRB�KRANC}ISHARR«'f' CREBKRANCNPRASEI APPHNPUF1.doc �:; r'r y l .�i ��� i���!.� ' �I��y�� �q, R�J����, i ;f .�� � � r , � ' � � � � � I I '' ' '' WATER ANDIOR SANTTARY SEWER FACILITIES ATTItIBUTABLE TO PARK DEPARTMENT A. One half of the front �oot chaxges of the water facilities herein concerned exclusive o�' service line a�.d engineering attributable to the Parks and Camrnunity Services Department is estimated to be $1,158.13 B. One half of the front foat cha�rges vf the saxutary sewer facilities herein conc�rned exclusive of serv�ice line and engineering attributable to the Parks and Community Services Depa.rtment is estimated to be $1,b21.38 C. The City's �har�s ofwater and sanitary sewer costs �or services io the proposed park will be due and payable to the developer upon; 1. Completioa� of ihe related water and saniiary sewer facilities. 2. Delivery of required park construction documents related to the park property to the Parks and Community Services Departrnent. Whichever even# occurs Iast. Recommended _ . � � `�� , l . t _ �� - - ,� � � . Richard Zavaia, Director Parks and Community Services Department � '�����)b`��'� �� � ' ���E�� ����� � D:ICFekslCPAPACS�PAATICIRP71aNM1}EAttR[ETCREHKRAtSCkfSHARAlE7'CL��F!.KRATdCNPHA5E2AU66N�[1M.doc ' � ' ���hn�' � ay, �� p - : �� j�, � •� � � � ' , � I ` r� �� STORM DRAINAGE FACILITIES ATTR�BUT.ABLE TO PARK DEVELOPMENT A. One half of linear fbot charg�s of storm drarnage e�tensions and irnpr�vexz�ents, including design, engineering, administration and inspection contingencies at�ihutable to the Parks and Community Sarvices Department at an estimated cost of $21,957.96 B. The City's share of park paving costs to the proposed park will be due and payable to the developer upon: 1. Completion af starm drainage improvements, restoration of turf and vegetation on the disturbed areas due to the associated cQnsiruction and grading; and 2. Defivery af title ta tk�e pa.�rk property to the City. Wk�i.chever event occurs last. Recommended, ,�{ ; � � . f � , __ , . � Richard Zavala, Directox Parks and Cammu�ity Services Department "������V����'l � ��U'�� ���tir ���I�� �''��1�' D:1CFAn5CFAPACSDPARTlC�70alIFlARrild'1'CR��KRANCHS}EARRS9TCREliKRANCHPHPS82MU8NU�M.doc �(y' `�,,'�r��n7^' ����' a u' V iu � — -- - . � � '�� � � �. ,r' 1�����:����� l�l C�N��.AG FdI��lJl�tEll�Y�R4T� A. It is agreed and understood by the parkies hereto that the de�elop�r shail employ a ci�il engineer, licensed fo practice in the State vf Texas, for the design and prep�ratian of plans and specifications for the constru�fion of al{ current impra�ements covered by triis contract, subject to Paragraph B. B. For any project estimated to cost fess than $10,Q00 or for any projEct designed to senre a single lot or tract, the developer may at his aption 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 af the final constr�cfiion cost of such pro�ect for such engineering services. C. In the everit the developer employs his own engineer ta pre�are plans and specifiications for a�y or al{ current improvements, the plans and specifications so prepared shall be subject to approval by the department having jurisdiction. 4ne (1) reproducible set of p{ans with 15 prints and 35 specifications fo� each facility shalf be fumished t�e department having jurisdiction. lt is agreed and understood that in tF�e event of any disagreement on the plans and specifications, the d�cision of the Trans�ort�tionlPublic Works Depar�ment Director, andlor Water Department Direc#or wil! be final. D. lt is furt�er agreed and understood by the par#ies hereto that upon acceptance by the City, title ta all facilities and improvements mentioned hereinabove shall be vested afi all times in the Ciiy of Fort Worth, and developer her�by relinquishes ar�y right, fitle, or interest in and to said faciiities or any part hereaf. E. lt is fur�her agreed that the decision of the City to not collect funds for "fufiure improvements" requir�d in previous GFA agreements does not cor�stitute an obligation on the part of the City to construct such "future impravements" at its expense. A-1 � ����y r���� � ��� �� �����; ��, ���a:uaot . / Y� � � ', i � I I � t, I `� i F. Work i�ereuncier shall be camp�et�d within two (2) y�ars from date hereaf, and it is understood that any obligation on #he part of t�e City to make any refur�ds with respect to water andlor sanitary sewer facilities or street, storm drain, street light an� street name s�gn shall ceas� upon the expiration of two {2) years from date hereaf, exc�pt for refunds t�ue from "front faot charges" on water and sanitary sewer mains, which refunds may continue #o be madE for a period of ten (10) years commencing vn the date that approach mains are accepfed by tF�e Director. If less ihan 70% of the eligible collections due �o the develaper has b�en collected, the Dev�loper may requesf in wrifiir�g an extension of up to an additianaf �0 years for coNectian of front charges. If the construction under the Community Facilities Contract shall have �tarted wifihi� the twa-year period, the life vf the Community Facifities Contract shall be extended for an additional one-year period. Community Facility Cantracts nofi comp�eted within the time periods stated abo�e will require renewal of the cantract with all updated agreements being in campliance with the policies in effect at the time of such renewal. Developers must recognize that City funds may not be a�ailabfe to pay all or a portion of the r�ormal City shar� for renewal contrac#s. ft must be undersiood by a11 parties to the Community Facilities Contract that any of the facilities or requ�rements include� in the contract that are to �e perforrr�ed by the developer, but not performed by the developer witfi�in the time p�riods stated abo�e, may be completed by the City at t�e de�eloper's expense. The City af Fo�t Worki� �haN not be obligated to make any refunds c#ue to the devefoper or� any facili#ies constr�cted under this agreement until all provisians of the agreement are fulfilled. G. PERFORMANCE AND PAYMENT GUARANTEES 1. �or Sfiree�, _ S�orm _ Drain, Siree� Liaht _and _�treei Rlame Siun improvemenis fo b� Construcfed bv fhe �eveloper or Cit� on Behalf of �he Developer: Performance and Payment bonds or cash deposits acceptabfe to the Cify are required #o be furnished by the de�eloper for the instaflation of streefs, storrn drains, street lights, and street name signs, on a non-assessment basis, and must be furnished io the City prior to execution of this contract. A-2 . � i o��,�n., , �f .l �•'.�UL�'ii��U ���'� ���;�� iu,��� ��_'�����'��, ����� �� � �1 , . � h ' ' ' I I � < < r The performance and payment bonds shaN be in the amount of or�e �undred percent (10�°l'0) of the de�eloper's estimated share of the cost of the s�reets, storm drains, street lights, and street name signs, if the deposit is in the form of cash, the deposit �shali be in the amount of one I�undred fwenty �ve percent (� 25°fo) of the develope�'s estimated cost of the streets, storm drains, s#ree� lights, street name signs, and change orders (during the course of the praject). 2. For �uture Improvement: PerFarmance and payment bonds or cash deposits, acceptable #o the City are requir�d to be furnished by the developer for one huridred percent ('l00%) of the de�eloper's estimafed cost resulting from fhe paving, drainage, lighting and name signage af border streets on an assessment paving basis. {Reference Sectran VI, ltem 3, Development Pracedures Manuai.) Said perfarmance and paym�ni 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 bands shall be deposited, in the amvunt af one hundred pe�cent {100%) o� the estimated cost of constructian as stated in the construction contract, is required prior �o issuance of a work order by the City. 3. For V�da�er and Sartiiary Sewer Facili�ies: Performance and payment bonds, ar cash deposifis, acceptable to the City are requir�d to be furnished by #he de�ekoper for the installation of water and sanitary sewer facil�ties. a. Where the develaper lei� the construction contract for water an� sanitary sewer facilit�es, performance and payment bonds shall be deposited, in the amount of one hundred percent (100°/a) of the �stimated cost of construction, cash d�posited shall be in the amount of one hun�red iwenty-five percent (125%), as stated in the construction contract, is required to be furnished simultaneous with executian of the construction contract. A-3 . -- - .. ,:;''��`d�.;l�'� ���'�V�s�U .. rs�� �, ,�� '�, 8��, �, �. • , . � � � ,: � ' f � ' ' "' b. Where the Gity lets the contract, performance and payment bonds shall be deposited, in the amount of one hundred percent (1 �4%} of the estimated cost of canstruction as stated in the cvnstruction contract, is required prior to issuance af a wor� order by the City. 4. Types o� �uaran�ees: a. PerFormance and Pavment Bonds: Are required for the co�s#ruction .of streets, storm �rains, street lights, and stree# name signs, the following terms and conditions shall apply: (1) The k�on�ds will be star�dard perFormance and payment bonds provided by a licer�sed surety company on forms furnished by that surEty company. (2) The bonds r�vill be subject to the review and apprv�al by the City Aitarney. (3) i'he performance bond shall be payable to the City ar�d shall guarantee performance of the street, storm drain, street ligMt, and street name s�gn construction contemplated under this contract. (4) The Payment Qond shall guarantee payment for all labor, materials and equipment furnished in con�ection wi#h the stre�t, storm drain, street light, and sfireet name sign construction con#�mplated under tt�is contract, {5) In order for a sureiy company to be acceptable, the name of the surety shall t�e incfuded on the current U.S. Treas�ry list of acceptable sureties, and the amount of bond writter� by any one accepta�le company sha{I not exceed the amount showr� o� the Treasury list fior that company. � b. Cash De�aosi#s: A cash deposit shall be acceptable with �erification that an attempt to secure a bond has been denied, such deposit shall be made in fhe Treasury of the City of Fort Worth. The City of Fort Worth will nat pay interest on any such cash deposit. _`� A�� � _ . _ � � �Gti� �.�u���`�,� ����� ���r+��A���' �, `� � ��, '+ �, ' f' � ` � , (�} At such time that the .cantract is hid far projecis other than assessment projects, the cash deposit shall be adjusted to one hundred twenty fi�e percent {125%) of #he ac#ual bid price. No contract shaCl be awarded and no wor� order shal! be issued until suc� adjusfinent is mad�. {2) When a cash deposit is made, the additional twenty-five percent (25%) beyond the one hundred percent (�00%} of �he estimated develvper's share repr�sents additivnal funds for change orders during the course of the project. This twenfy five p�rcenf {25%} sha11 be considered fhe developer's change ord�r fur�d. {3} !f the developer makes a cash deposit with the City, the deve{aper may make time{y wit�drawals from the cash funds in order to pay the contracfior andlor subcor�trac#or based on amount of construction work completed as approved and verified by the City Engineer or authorized representative. For projects whose actual totai contract cost is $400,000 or greater, such release of security shafl equal the perc�ntage vf work eompleted for that period multiptied by ninety-��e percent {95%). This percentage shal! be applred to #f�e actual curr�nt � total cantract cost ta determine the amount that . m�y be reduced upon request of developer. For projects whos� actual total contract cost is less than $400,000, such release of security shall equa! tF�e percentage afi worl� completed for that period multip�ied by nin�#y percent (9a%}. This perceniage shall tF�en be applied to #he actual curren# total contract cost to de#ermine the amount of security that may be reduced upon request of developer. The remai�ing security, fi�e percent (5%} for projects of $4D0,000 0� greater and ten percent (10%) �or projects less than $40fl,000 A-5 , ,�;���'at�����u � �4rof ��K:sV�l51'1GS� ' '�e ':��'����`�, ���, � .� .� �I � 1 � � ' ' � f � I � � I 5 � � � tagether with the remaining funds from the Develop+er's Change 4rder Fund, if any, will �e refeased to the deveEaper after the p�oject has been accep�ed by the City. Partial release of funds shalf be limited �o once per month. T��re shall be no partial release of funds fior projec#s of less than $25,000. Praof that the developer �as paid the contractor shall be required for partia� releases. 5. Purpose, ierm and �enewal of �uaran�ees: a. Performance and payment bonds, and cash deposits f�rnished hereunder shall �e for the purposes of gUaranteeing satisfactory compli�nce by the developer with all requirements, terms ar�d conditions of this agreement, including, but not limited to, the satisfactory comp�efiion of the impro�ements prescribed herein, and the making of payments to any persan, firm, corporafion or other er�iity with whom the developer has a direct cv�tractual relationship far the performance ofi work hereunder. b. Devefoper shall keep said p�rformance and payment bonds, andlor casf� deposits in full force and effect untll such time as developer has fu11y complied with the terms and conditions af this agreement, and failure to keep same in force and efFect shall canstitute a default and breach af this agreement. H. The City shall assume its share of the cost of the improvements cavered by this agreement along wi#h the engineering 'fee only if funds are available for such par�icipation. In t�e eveni that no funds are av�ilable for City participation, the developer sha11 award the contract and depasit with the City a performance and payment bands or cash for � OD percent of the es�imated total constructio� cost of the improvements [plus ten percent (10%) fior e�gineering and miscellaneous costs if the City prepares the plans]. I. On a11 facilities include� in this agreement for which the developer awards its own construction carrtract, the developer agrees to follow the followin� procedures: ,� �.;���L�I��� at�VLr�:l� "����r �����I� �' ��� ��, ������G'S�, ���, . �i � � i � 5 � i. � I � � � � 5 i 1 1. I# the Cify �arkicipa#es in the cost Qf the facilities, the construction contract must be advertised, bid and awarded in accordan�e with Sfate statutes prescribing the requirements for. the le�ting af contracts for �he construction of public wor#c. This includes adv�rtising in a local newspaper at least twice in one or more newspapers of general circulation in the county vr counties in which the work is to be perFormed. The second pu�lication must be an or before fhe tenth (10th) day before tiie first dat� bids may be submitted. The bids must be opened �y an officer or employee of the City at or in an affice of the City. 2. To empfoy a construction contractor, who is a�proved by the Drrector of ti�e Department having jurisdiction aver the facility to be so canstructed, said contractor to meet City's requirements for being insured, �icensed 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 ihe Gity and the developer for one hundred percent (1 QD%) of the con�ract prjce of fhe facility, said bonds to be fumis�ed �efore work is cammence. Der�e�oper furthe� shall require the contractor to provide public liability insurance in the amounts required by the City's specifications co�ering that particular worfc. 4. To giv� 48 hours not�ce to the department ha�ing jurisdiction of intent ta cammence cons#ruction of th� facility so that City inspection personnel will be a�ailable; and to require the contrac�or to allow the . construction ta be subjec# ta inspec#ion at any and alf times by City insp�ction forces, and not #a install any pa�ing, sanitary sewer, storm drain, or water pipe unless a responsible City inspectar is present and gives his consent to pr�ceed, and to make such laborafory tests of materials being used as may be required by the Gity. 5. Ta secure appro�al by the Director of #he Depar�m�nt having jurisdiction of any and all partial and final payments to the contrac#or. Said approval sha11 be subjec# to and in accordance with requirements of this agreemen#, and is not to cons#itute appro�al of the quantities of w�ich payment is bas�d. A-7 ��r�v1�;,"l �:�U����i — nr' - ' � �'.!' � il'rli W Y • �p ���� � ,� � , � �� , , . � , � . , , , „ , , 6. To delay connections of buildings to service lines of sewer and water mains construeted under this contract until said sewer and water mains and s�rvice iines have bee� compleied to the satisfaction of the Water Department. 7. It is expressly understood by and �etween the developer and the City of Fort Worth, fhat in the event tF�e d�veloper elects #o award one single construction contraet for storm drainage and pavement, sard contraet shall be separated in the bidd�ng and City participation, if any, shall be limited to the lowest possible combination of bids as if each of the above were avvarded as separate contracts. ,]. Anything ta the con#rary hereEn na�uti+ithstanding, for and in consideration af the promises and the eovenants herein made by the City, the devefo�er covenants and agrees as fiollows: 1. The deveEaper shall make separate elections witF� regard to water ancilor sanitary sewer facilifies, storm c{rainage, street improvements and street lights as ta whefiher the wor� prescribed herein shall be perFarmed by the City, or by its con#ractor, or by the d�veloper, through its contractor. Each separa#e election shall be made in w�iting and delivered to Ci#y no later than six (6) months prior ta the expiratlon of this ag�eement. In the event any of such separate elections has not been made and delivered to City by such date, it sl�all be conclusively presumed that �he deveio�er has elec#ed that such worl� be performed by the City in accordance with a!I of the terms of this agreemenf, and in par�icular Paragraph V-F hereof. 2. lrrespective of any �uch elecfion and whetf�er th� work is to i�e perFormed by the City, or by its contracfor or �y the developer through its contractor, the developer co�enants and agrees #o deliver io the City a pertormance and paym�nt guarantee in accc�rdance �+vith the provisions of Paragraph V-F of this �gr�emenfi. 3. In addition to the guarantee reauired in the preceding paragraph, in th� event developer elects that the work be perFormed by the Ci#y, or by #he Ciiy's cvntractor, or such efection is presumed as prouided abave, the deveEaper cov�nants and agrees to pay ta the Cify the developer's share of tl�e estymated onstruct�or� costs. The amount of such es#imated payment A-8 >�7,L,1��� �si�v�iis� ���"� �������� � � 8, '��� r��, ���� , , , � � � �, •,',�, �� shall be computed as set out on the Summary of Cost hereof, based upon the lowest responsi�e bid for such work, as det�rmined by City, or upon a cost estimated to be performed by City forces prepared by the City, as apprapriate, and shall be subject to adjusfinent to acfual costs upon final completion of ft�e subject work. Such estimated payment shall be made promptly upan demand by City, �fi being understood that such payment will be made after the receipt of bids for work, but in every case prior fo the award of any construction contract, unless otherwise specifica{1y set out herein. 4. De�eloper furt�ar covenants and agrees to, and �y these presents does hereby fu[ly indemn�fy, hold harmless and defend the City, its afficers, agenfs and employees from and against any and all claims, suits or causes of actian of any nature wnatsoe�er, whether real or asser�ed, bro�agh� for or on account of any injuries or damag�s tn persons or property, including death, resulting from, or in any way connected with the de�eloper`s fail�r� ta comply with the terms of this agreement, or the de�eloper's construction of the improvements or facilities described h�rein. In addition, the de�e�oper covertants to indemnify, hold harmless and def�nd the City, its officers, agenfis and employees from and against all claims, suits, or causes or action of any nature whatsoe�er brought for, or on accaunt of any �njuries or damages to persons or proper�y, inc[uding death, res�lting from any failure to properly safeguard the work or an account af any act, intenfional or otherwise, neglect or misconduct ofthe developer, its contractors, subcontractors, agents or �mployees. 5. Develaper covenants and agrees that it discrim[nates against no individual in�olving employment as prohibited by the terms of Ordinance No. 7278 (as amend�d by Ordinance No. 7400), an ordinance prohibiting discrimination in employment practice because of race, creed, color, religion, national origin (except for illegal a{iens), sex or age, unless sex or age is a bonafide occupational qualification, subcontractor or employment agency, eitherfurnishing or referring applicants to such developer, nor any agent of developer is discriminating against any indiv�dual invol�ing employmen# as �rohibited by fhe tertris of such Ordirtance No. 7278 (as amended by Ordinance No. 7400). N '� � �:;�����.;�,��':� �`�'����.0 A-9 ���»' 'al�r,�� �` �� � �I.�= L�����. �� i i ' � r� ' ' � ' , � + ' � K. Venue of any action brought hereunder shalf be in Fort Worth, Tarrant County, Texas. L. The City's Policy for t�e Ins#allation of Corr�munity Facilities, as adopted by tf�e City Council on Septembe� 1992, is hereby incorporated herein by reference, and Daveloper covenants and agrees to comply with said Policy as a canditiort of this contract an� as a condition to the �latting of the subject property. M. The following descriptions of work apply, as ap�ropriate, to #he areas includ�d in #he Community Facilities Agreement: 1. STREETS Streets as shown in � Exhibit B wili be in accordance with �lans arid specificatians �repared by �he Owner's er�gineer and approved �y the Director of Engineering. 2. STORM DRAINAGE Storm drair� as shown in Exhibit B— 1 will be in accordance with plans and specifications pr�epared by the Owner's engineer anci appro�ed by the D�rector ofi Engineering. 3. . STREET LIGHTING a. The de�eloper shall provide for the installation af streetlights at the approximate locations shown in exhibit "C", immediately after fir�al acce�tance of fihe streef construction in accordance with engineering plans and specifiicatians appraved by fhe Transportation and Public Works Deparkment. b. Streetlights on residential and I or collector stree#s can be installed using a�erhead or underground conduc#ors with the approval of the Director of Transpo�tation and Public Works. c. Streetlights on arterial streets sha�! be instailed with underground conduit and canductars. d. The Developer shall provide for the installation of a 2-i�nch schedule 40 PVC conduit at the depth not less than 3Q inches and at least �8 inches behind �he cur�, "clear from all oiher utili�ies". A-10 l � +:v . + � i �I�. f YISdUe �� 1 1 � � i � ' � e. The De�relaper shall provi, e for the instailation af a 2-inch scheduie 40 PVC conduit between streetlights proposed for insta(lation and the �ower source to become operational. f. A 3-inch scheduke 80 PVC conduit is required when crassing streets at depth not less than 30 inches, unless indicated ot�erwise on the plans. Concrete pull boxes sha�l be provided at the crossing points. g. I�uminaire ballast shafl be rated for multitap operation and each fuminaire sl�afl have it's own photocell. 4. TRAF�IC CONTROL DEVICES a. The ❑e�elop�r agrees to pay for the street name �ign installations re�t�ired by this development to the extent of $80.00 per inspection. This unit cost will be re�ised annually by the Departmeni af Trar�sportation and Public Works to reflec� prevailing costs af materials and labar. b. This devebpment creates fhe following number intersectiorts at a total cost as shown to fihe Developer. c. The Developer may either de�osit cash funds with the City equal to the tollowing amount af the time of Community Facilities Agreement approval or wait until the street name signs are ta be instalfed. If the De�elop�r elects to wai#, the cost of stre�t name signs will be at the rate prevailing when the Developer deposits f�unds with tne City. d. The City will install the street name signs upon final a�proval of the street construction. The street name signs will rema�n #he properky of, and wi11 be maintained by, the City. 5. OTHER WORKS In #he event that other warks is required it wili be incfuded as speci#ic ret{uirements to Community Facilities Agreemen#. N. Developer and City agree that t�is A�reement represents ti�e complete and exclusive statement of the mufual understandings ot the parties and that this Agreement supersedes and cancels and previous wri�ten and oral agreements and communications related to the subject matter af this Agreement. A-11 �1�J��i'4,l�lll• .. .. �.* ���� ���; - - ��. ������, ���3. , '.� ti ,' , REC�MMENDED: IN TESTIMONY WHEREOF, the City of Fort Worth has caused this instrument to be execu�ed in triplicate in its name and on ifis be�aff by its City Manager, attested by its City Secretary, with the corporate seal of the Cify affixecf, and said Developer has executed this instrument En quadruplicate, at Fort Wor�h, Texas fihis the ���`day of ��r� � , 20 �. APPROVED AS TO FORM AND LEGALITY: �� Gary J. Stein�erger Assis#ant Ci#y Attorney� ATTEST: . � � t , —� ' �_ , '� �_p J_ ' l'L� INI ^ l� oria Pearson City 5ecretary _ � � ,� r `�� Con�rac� thorfz� ion � D1�a`�1�� Dat� . ' ._ _ -�F_.,Q,..,�..�n_�._.�.., . a �- - � � - __ Robe�t Gaade, P.E„ Directqx Transportation and Public Works Depar�men� CITY (� FORT Mare O Assista DEVELOPER: CENTEX EiOMES A NEVAbA GE1�7ERAL PP.RTN�RSEiTP „ � ' � ' r � TEXAS Mar�ager sx: c�rrT�x x�� �s�z�T� cox�a�TzoN A NEVADA CORPORATxON rTS' tilANAGxIdG G�NFR�IL PARTIVER �I ` By �� � �,,� ,.� , Robert J. Ron'�o Vice President T,Aial] ACQUZS�T7,'ON ANI3 DEVELQPMENT -- DFW �GrflN A-'E 2 U � �� t1 J:L�J , �� ��� ����� � � G�� - �9� Ir - , _ „ �,` �� � �` � ` . ST,�� � �G� � A� 1 L�C.�TI�� _ lVi�P HARRIET CREEI� R� PHASE II °��'��' � �Y��� CARTER 8 BURGESS, INC. 7n hwN s't7tEEr FdAt W6a7H,T% 76w7 PROJECT N0. 0103550i0 SHEET I OF 6 � �� PEiASE II R�� �� -�k.�r�xr !r I �� �r �� � �. �� ��. �� �^ �. �� �r. :.� �. �� :�... �� � �. �+ �■ r 78 � � A� 52 53 S* 55 56 57 58 59 60 � fi2 63 64 65 66 6T b8 69 TO 71 72 73 74 75 �' Tfi 77 Z�11 so 5' f..AFIAT D�VE __�, s° � . qg � �— � , ., ._ 48 � i �i �. SCALEs l" = 20D' *� — . — — �� — a � —��—� � �e �' e! � d -_� �* �5 32 3� 34 a f 2 3 d 5 8 T 8 9O !0 !! !Z !3 !4 f5 !6 17 18 !4 1C! 2! 82 1 j� � � � - / js � � �3 - � �3 35 ` 37 � 42 41 4p 39 3& 37 J6 35 34 J3 32 3! 30 2F 28 2T 26 25 2a 23 Z2 � d2 / 38 ZS ZT zB p�.ii ` � �2 -RAR4YAI�A " .'R4] L ' _ _ _. _ _ ss � D +1 � z4 25 , �— � — -- --- —�r" �' � I . ?� 13 �Q � � � 23 i .�. : - — — -- — —� �� � — � � ` \ !� � I G � 15 O 1r � f 87 T 8 g 14 j 12 !3 !� 15 f6 1 2 3 4 5 7 8 9 !D !7 !2 !J � ` � s —_� �7 __�� A _ � ��—�__ , �� 16 g � !9 + � � ! T ,q � � � 2 � � 23 22 2f 20 !9 !B !T � I 25 2� 23 22 2f 20 f9 !9 1T !fi !S 11 18 gQ � r R! E I.A.NE , / � ��— -- — , -- — -- — � ,� � I y 1 9 r I � T$ ,�-- — - - — . . • - — `— -- ' I 7T r6 27 / 92 T� 3p 31 32 .i3 3� .%5 3B 37 38 J9 �0 �1 I2 43 �t f5 46 47 I8 43 93 A T'� 2$ � — � T � � �j 29 -- — — � � �� � T2 sg 67 66 65 6� S3 62 61 � EO 59 5& 57 56 55 Sf 53 52 S1 50 ��v� 69 ! � � r �t 70 _ _ S�.YJEli: Ci'�'Y VAY _ � � !1 2 2 �I ` j �\` — --- —� « —�. � � 3 L�GE�� 5 ' � 3 � 5 a � � 9 !a �� !z r3 r� rs rs n ra rs 2a sr 'I � � PROP. WATER L I NE z �° � PROP. GATE VALVE 6 � -- - ' � o � -- I PROP. F I R� NYDRANT � js ss J� sc ss s+ 3s 3z sr 3o z9 ?s z� zc zs za z� sz � EX I ST. WATER L I�EE 40 6 � A2 41 � C�E� Q����� ��?' D�� EX I ST. GA7E VALVE � g �•� — — — — —� — � — _' — '� EX I ST. F 1 RE HYDRANT y _ __ � � � ^ — __ —,:�. � -- — � I'�..,� LI�fTS 0� PROJEC7 -� � — � - ; �Q j 4 5 S T 8 3 !p !! 12 !3 !d IS r6 IT 18 79 20 , V11�4�`� R , ,� � 2 `�_ .� ,,,� �____ � ��-1 I � IT 'A' f2 � , � � . � ��.���; : � ; ; � � - 1F�1�T�TF'�' C�E][� ���I . ; �,� c�'���` , � � . : , , . ���� � , ����,� ,���� �' � � � CARiHt 8. BURGESS,iNc. � PROPO5ED WATER L 1 NES ARE r.'"osrw'�'c�rs�,� b,oz . $" LJNLESS �THERWISE __ , , _ _. _ ___^. .....,�_�_ �_ � SCALEa 1" = 20Q' � -i ` �� ` � ,,`r. t _ �����.��.�,�.�.�.,�,�.�..�._.�.......��.�.� � 52 53 5f 55 56 57 5a 39 6a � 67 63 Gs 65 bfi 67 68 S3 70 7! 72 73 7� 75 76 7T re � �' 5r .� �0 L.AI—+,PAT D� VJE � 49 .,— _�_ �� t8 � � � � � � � �—�, _ � �� �, � — -- � �8! 33 3Z 31 30 3 ! 2 3 � 5 6 7 8 O 10 1! !2 I3 i� 15 f6 f7 !8 !9 2U 7! � �- � S! � 38 .� , ' -83F 36 37 Z7 ?8 29 ] d2 d� 40 33 38 37 J6 35 34 33 32 3! 30 29 28 27 26 25 2� 23 12 � � zs � � , R4'btAL�A =RA� — — — — — -- — — — — _ � �. �. � — as I 2� 23 i � �--- — �— �` � -- — -- --- —' — � � � 22 ' � f � �' � &7 g g 10 f 11 !3 !� 15 16 � 1 2 3 �f 5 7 8 9 10 1! 12 !3 � ' - -� _ -- A --- � --- --- U��� s a — — — 3 � �� 25 24 23 � ? 22 21 2a !9 !9 !i� 25 24 73 22 2! Zp 19 IB 17 !b 15 l! � _ y RJ��A�i�C II.ANE s0 � 26 � _ .� _. � F g! � � � � 7T �6 27 J ^ �' I f 92 I 7S 30 31 32 33 3Q 35 36 37 38 39 �d I! !2 �� �� �5 fB 4T 48 *9 I T43 7� P8 � I��� � _ � \ 73 � � � 72 68 S7 66 BS 6� 63 6? 81 60 59 58 5T 58 55 Sf 53 52 3f 5D ��E � fi9 TO ! z �r �_ SI,:VEFi� G'� i'Y 1' AY _� , �LIEGEIV� 3 *\� .��, _ _ ^�-- _� _ _. -�� Z � � 3 PROP. SAN I TARY SEW�R 5 z d 5 e � �, s �o rr r2 r3 u ,3 r6 ,r 1s r9 zo sr � PROP. kfAN�iOLE ? �' � ' Q� EXIST. 5ANITARY S�WER � ' � EX I ST. MANHOLE a I" �- � L I M I TS OF PROJECS � � -'�6 j� � 35 34 3J 32 3! 30 29 28 2i 26 15 24 Z3 22 �� � ao u'i ' 8 0� �,f2 '" G�EL: CP.OSS]NG DRP'� R�' 6 � PRQPOSED SEWER L I NES ARE — — _ — -. ----- — -' —"- ' 8" llNLE55 OTHERW I SE 9 � � _ J` _ ^ ��_ + _ _ _ � _�� � � I ND I �A`fED a — SAN�iA�Y ��1�/�� �����1� a��� ]f-��1��'�' CA�ELK �N�� ���5]E II �°A�10�' � �' CARTER & BURGE55,1NC. rr� uw�iH s�r Fo�r woms�s, nc ra�ox aPn.icrr Nn, ni n�55nt n � ! 8 9 !U !�! !2 i 13 !? 15 1G 17 t8 !9 20 . � ����� : ��� ������ : � ����� g� n�.�_-... ,. . n, niqq� ri��\ onr9\ hr�� f r-fr� Ann _—. ____ _ _ _" ,� i ,#�'..r�,i�.� Yr,7Y �wy,}�« ..�'� s�r�?•.i�'�i�Y' :r-. ^I I.ij ,,�. � � (u! I �'.5Y��'F��5��"I'•i-F-�L��V.7 �. ;;'_ "L'i,l'.!7�:�"iiE_�,t.. � � .f �- - �?�. .�,;�=- : �1.,��.�,. aµ.: s u'. �::.%{- ��. t' ;'�''-'� i� �; .�,:�.'''�_�,j'I��� I�. . !�- _' ;�5��.+ r! ;L'-] j : , '� .-j=',.1+.�-r,r{,�; _.k.��i.�.. l 7.'� � 'i' .'? ,.'1T�. +'.; .. � ..i..'. :�'r. ' r . , . . ��� . . -�_�.� � �������� � � �' HARRI P �E II RANNCH � � =�� =�1+ - =�� �:�: ; __ .r .a. > �;� � •: ..�,i��i, :.; • j'I�.i..+c��r�j' —��. �',. � '�:-':::��i- -�� :I-. :�t�'� ,� ,;.i`, : � ��:^. � .4 , �:�. - , -i.-� :. � L' ��r, _ti •i;;�,l:�•i.�- �.i�i ��6F,; . � -' � ;�. l� =i��' � ;�''i, ' �-� -. �:2t�_f _�.I'�'�I_�,-'�1•r�'�-�- �. _;..�. �.;�l f.-:.. t�~'�f � e� �,� ,41 ��~ . �+�_��,rx • i��'*; i i '�� __I,a-,. .� � - r ���1{;:; _ ��� -�p�};��?-i,?-;.;Ti{ -,��: ''• �� �ll�` z"`- 'k� : � "(_..� . � ..�. �. � '`•`` �A � ; -` � � �A� -� :� �X� I �1� „�,� PARK HARRIET CREEK RANCH PHASE YI �ar� � � �� ,Tq p� g w TH[�y� � y �� FO�A ���NG,GFE�RRDOWaRQN� I`�' X X X� 1 f�' � \ PLIBL�C QPEN 5P.4C� GRTER & 9URGE55, INC. 777 A4UN STREEf FOIIT W00.IH.71I 7610Z p fp ��/�� PROJECT N0. 41035501� PA�KCI��P�FTFOR��WDRTH 5 R EIV r/19/02 11:25:08 AM \\F4JLFli\VOtI\APPS\CADNET\�UEUE\M8100_5.qcf �:\f'LOT\HP81m0_5\HCIL.CFAI.MHS ��"�:'" �.51�11'__��.,:�I,"r"i�" :_i:; ,�i=; ,;y �:;'.;';Yt,;.:i_ 4,_'j-��� t�--�.1_i-���- MJ 5� 'M�4ti� 1 �" i � r� i� r ;�«�i`w'o!' .�4L �.i� 9 l:�',�� -;�;:_•j�*-�•I'l:� �,;�j' i {- � �' =.��. ���;��� =-l.:' ��J`� �J �;;� J_"'�,s`,�'f''��/�+/���,F�- � �� "4r�.'1f �� ;�'! f ��:'+'if ;'rf1.�-���' �'� �� . . , ��.. . . '!���,� �'��'-';,`ti����.1 ,'t����'"r �rt:c.� ,� ' �'l���f � {+=�-. _ `�f ��,�� 1, +r' � �,:<< 1'41 � 4 � � �,., , E�, l � ; , �,, ,� � �,�. ��. �; - ��: +�5 ` � i � N T. S. � k^-'k.4�L' �`"4�'r ���� .k, . �^r.v X�fl� �.'- � -i;'a ! 1''' I �''1 `��i i� i� I' �� r� r� 1j I� ��� li 1+M �'y if • �'ity of .�or�t Wort-h9 T'exas �ayor ��d �oun�i! Camnlu�ic��tio� QATE REF�RENC� NUMBEA LOG �IAME PAGE � 1/21/03 �n�gt��3 20HARRIET � 1 af 2 SUBJEGT COMhlIUN1TY 1 fV STALLAT] UN PHASE !I R�COMMENDATfUN: FACI�ITIES AGREEMENT W1TH �EfVTE}C H�lt,+f�� FOR THE DF CfJMMUNITY FACI�ITIES F(�R HARRIET CREEK RANCH, it is recommended that the City Ca�ncil au#horize �the City Manager #o exec�te a Community Facilities A�reement v+�th Centex Homes for t�e installation af community facilit9es for Harriet Creek �anch, Phase II. � � DISCUSSION: 4n Decamber 19, 2000, the City Council adopted a resolutio� authorizi�ng the issuanc� af �45 r'nillion in Certificates of Obl�gatian to address critical projects, which ir�clUd�d $2.5 mil�ion in de�elopment funds ta supplement the 1998 Capital improvement Program new development funds. Centex Homes, the d�veloper of Harriet Creei� Ranch, Phase 11, has executed a proposed contract for community fiacilities ta serve a 720 lat single-family development located north o# SH-114, west of SH- 15fi, and west of IH-35 (see attached map). This deveEopm�nt has eight interior street� fpr which the d��eioper is responsible for th� cast af �r�stalla#ion along witi� the associated starm drain. Since 565 linear feet af one, af tF�e streets fronts a City park, the City will �articipate in �tha# portian of street and st�rm drain. The City participates in the water and sevver line' adjacent to the park. There will be 28 street lights installed. The de�eioper is r�spons�ble far the installation of underground cond�ait and pole bases. The City's participation is for installation of all wiring �nd s#reet light fixtures. There are 13 inters�ctiflns where street signs will be installed entirely at tne City's cost Sidewalks wil! be instalfed along the entire developmer�t af the develop�r's cast. � � This community facilities agreement is in campliar�ce with standard City policy. 7he es#imated costs of #he community f�cilities are as fallows and are subject to actual bid prices. PROJECT Water S�wer � Constructian Insp�ction F�e Street Improvements Design Engineering Canstruction Inspection Fe� DEVELOPER . TPW/WATER* $ 346, �78 $ 416,45� $ 15,257 $ 1,�58 $18,63.� -0- $� ,157,280 N/A $ 23, � 46 � f � PACSD** TOTAL $ 1,158 $ 348,�94 $ 9,622 $ 436,749 NIA $ 15,257 $37,853 $1, � S5, � 33 $ 2,409 $ 2,409 $ 2,Ofi4 $ 25,2�0 �list cantinued r�ext page) C`ity of I�'ort tiV'orth, T'exas f�i�yar �nd ��un�i[ �o�m�ni����or� DAT� R�FER�N�E NUMBER LOG NAM� PAGE 1121/Q3 �_� ���,� 20HARRIET 2 af 2 su���cr COMMUNITY FACILlTIES AGREEMENT WITH CENTEX HOMES FOR THE INSTAL�.ATION OF COMMUNITY � FAGILITIES FOR HARRIET CREEK RANCH, PHASE �I ' Storm Drain fm�rovements Desigri Engineering Construction lnspection Fee Street Lights Street Name 5igns ���AL �STiiViAl°�9 COSi� $ 2�5,885 N/A $ 5,118 �� $�,�19,52Q -0- $19, 637 -0- $ 1,249 -0- $ 1,072 $46, 500 $ 1.300 $6i,S89 �� $6�,06�4 $ 275, 522 $ �,249 $ 6,190 ' $ 46,540 $ 1,3�0 $2,5��4,173 • * Transportation' and Public Works Department and Water Department �`�' Parks and Community Services Department - These costs and participatio� are base an the 1995 neigh6orhoad park rededicatian policy. . *** Cor�s#ruction inspection fees to be paid are based on actual cost and ar� not includ�d in this Mayor and Cauncil. Communication. PLAN .COMMISSION APPROVAL — On September 27, 2flOQ, the Plan Gommissian a��roved #he preliminary plat (PP00005). The fina! plat has been submitted to City staff for re�iew. , This d���lopment is loc�ted in CQUNCIL DISTRiCT 2. FISCAL INFORMATION/CERTIFICATION: The Finance Directar certifies that funds are a�aila�le i� the current capital b�dg�ts as appropriated, of the Wate� and Sewer Capital Projects Fun�s, the Grit�cal Capital Projects Fund, and the Park and Cammunity Services Fund. MO:r Submitfed for City Manager's Office by: Marc Ott Originating Departmeret Head: Rohert Goode Additionai Infarmatian Contact: Robert Goode �i]ND { ACCOUNT I .(to) I 8476 I � 78b4 � (from) C182 5�120� C116 541200 C116 541200 P160 539140 78Q4 P17fl 539140 CENTER �501820�48030 Q20116136801 �2011613fi842 06d�60i52884 D70170132870 I • AM�UNT $67, 064.00 $4fi,500.00 $ i,soa.oa $ 1,158.0� $18, 631.OD CITY 5ECRETARY APPRpVED 1121/03