Loading...
HomeMy WebLinkAboutContract 278674 ' 1 � '� �7 • � �} t ' . ��; i ! .- i �O�M�NIiY �A�ILIi��S A{���19��IVi THE STATE OF TEXAS § COUNTY OF TARRANT § Gity Secretary !1 �i Contract No. � �� � 7 WHEREAS, Garden Springs, L.P., by Lindenshire, Inc., it's general partner, hereinafter called "D�veloper", desires to make certain improvemenfs to Garden Springs Addition, Phase �V, an addition to the City of Fort Worth, Texas; and WHEREAS, the said Developer has requested the City vf Fort Workh, a munic�pal corporation of Tarrant and Denton Counties, Texas, hereinafter called "City", to do certain work in connection with said impro�ements; NOW, THEREFORE, KNOIIV ALL. BY THESE PRESENTS: That said Developer, acting nerein by and thraugh Garden Springs, L.P., it's general partner, Lindenshire, Inc., by and through Chris P� i s du�authorized Vice Pres�cfent and the City, ac�ing herein by ar�d through &-��;.�.;,Lt:. i�,��.::.!•,�, its duly authorized � Assistant City Manager, for and in considera#ion of the covenants anc! conditians cantained her�in, do hereby agree as follows: -,4������� °}�t �Q�r` ��������'��,��°�l� � �� �C`.��'�, � SECTIOIV ONE COMMUNITY FACILITIES AGREEMENT to install WATER AND SEWE� SERVIC�S �or {�A►R��N �PFtiNG� l9►►�D1TI0�1 PNA�� IV A. The City agrees to permit the Developer to Eef a contrac� for, in accordance wit� its accepted pracfices, ordinances, regulations, and tne provisions of the Cify Charter, and subject to the requirements of the City's Charier, and sub}ec# ta the requirements of the City's Polic�es and Regulations for ir�statlation af Community Facilities, all as currer�# at the time of installation: 1�A,iER Fi�Cl�I�`l�� serve the fots as shown on the attached Exhibi� A, and S.�NfT.►4�Y S�l��� �A�I�ITI�S to serve the lots as st�own on ti�e attached Exhi�it A-1 afl in ac�ordance with plans and speci�cations to be prepared by� private er�gineers employed by the De�ekaper and approwed by the Water Department. B. Tfi�e City agrees to ailQw th� Deveioper to install, at his �xpense, at the time ati a#her water mains 'tn this addition are installed, a service line for each lof as shown on the attached Exhibit A. Th� �stimated cost of #hese service lines is $ 36,650. The City agrees to ��cord t�e locatian of each saicf service line i� respect to the corner of the fot served, an�i to retain said reco�ds in its passession. C. The constructian cost of the water facili#ies herein cor�cerned, excEusive of service lines and engineering is estimated to be �eventv��ne �housand, One Hundred and ihir�v Dollars f$i1,130} . D. The City agrees to aliow the Developer ta instal[, at his ex}�ense, at the time all other sanitary sewer mains in this addition are installed, a 5�CV1Ce line for each lot as shown on the attac�ted Exhibii A-1 . The estimated cost af these service lines is $ 16,000. 7he City a�rees ta record th� location of �ach said, service line in respect to fhe corner of #he lvt se�-ved, and to retain said records in its possession. E. The construction cost of the sanitary sewer facilities ta be installed hereunder, exclusi�e of service I�r�es ar�d engineerkn�, is estitnated to be One Hur�d�ed and iwv ihausand, ihree �lundred a�d �iahtv Doflars f$'1��,3$�). - - � I-1 � i �ROJ�C� P�A�IIE: C�RD�N ��RINGS �.DDIiION ��iAS� IV F. Prior to allowance of the constr�ction contract by D�veloper, the DeWeloper agrees to provide acceptable finanGial guarantee to the city for 10Q percent of the construction af the construc#io� costs along w�tF� payme�t of any Ordinance costs ��d �ees that are applicable. Priar ta the award of the construction contract by the City or t�e commeRcing of any wark by the Ci�y or its contractors, the Devefoper agrees to pay to the City: (1) (a) One Hundred percent (100%) ofi the Developer's cost ofi all water and sanitary sewer facilities within the deuelopment, exclusive of engineering and service costs, sized to provide water and sa�itary sewer service within the de�elopm�nt. (b) One hundred percent ('i 00%} of the Developer's cast of all approach water and sar�itary sewer facilities outside the limits of the development sized to pro�ide water and sanitary sewer service to ti�e development. (c) Qne hur�dred p�rcent (10d%) ofi #he De�eloper's cost of any approach wa#er main faciliiy or water facility within the development that is 8-inches in size for non-ind�stria[ deve.la�ment and 12-�nches in size for incius#rial de�elopment. • (d}One hundred percent {100%) of the De�e[op�r's cost of a�y approach sa�itary sewer main faciliiy or sanitary sewer #acility within the developmen# that is 8-inches in s�ze. (2} An addi�ianal ten percent (� 0%) of the total af the De�efopers eost of these water and sanitary sewer facilities, exclusi�e of cost of service fines, is requ�red far design engineering if such engineering is performed by #he C�ty at the Developer's re�u�st. (3) One l�un�re� percent {1 DO%) af the De�eloper's cost of all service lin�s, estimated unde� 1-B and 1-D above, ir� accordance with ti�e pro�isions of the current Fort Worth City Code. (4} A construction Inspection Fee equaf #o �rrvo (2%) of the Developer's actua� cost sha�'e of the construction cost {including alE services} of the water andlor sanitary sewer faciliti�:s. G. T�te distribu#ion of estima�ed constr�ction cos� befween t�e City and the D�veloper, as per paragraph 1-F a�ave, for a11 water ar�d sanitary s�wer facilities to be constructed hereunder is estimated as folkows: I-2 r ' I � I. � I �RQJ�Ci N/�[4�9�: C►��9�iV S��iP�CS AD�I�I�N ��1,45� IV t�� r��-E°�r� ��►c���T��s : Estima#�d *� Developer Estimated Tota! Cost City Cost Cosi (a} Mains,lNthin De�elapmenfi $ 79 ,13D $ �Q- $ 7'i ,130 Ap�roach $ -0- $ -0- $ -0- (b) Easements"` $ WO- $ -fl- $ -�- (c} Services 64 - single 1"} $ 36,650 $ -0- $ 36,650 {d)Park Participation $ -0- $ -D- $ -0- Sub-Totals, Water $ 107,780 $ -0- $ 'i 07,780 ,,, ' (2) SAAlIiARY S�IaV�R FA►CI�I�'IES:. (a) De�elopme�t $ 1 A�,680 $ 'i ,700 $ 102,380 '' Approach $ -0- $ �0- $ -0- (�} Easements �' $ -0- $ �0- $ -0� (c) Senrices ( 6� -4") $ 16,000 $ -0- $ 16,OOa (d)Park Participairion $ -0- $ -4- $ -0- Sub-Totals, Sewer $ 'I 1 fi,680 $ 1,700 _ $ 118,380 (3} iOTAL CONSiF�UCYlO�] CQS [: $ 224,460 $ �,700 $ 226,160 ��} CQiV�i�tUCYIOi� �- INSP�C�fON F�� : $ 4,489 $ 34 $ 4,523 *to be dedicate� by the �evefoper. ** see Page I-4 for City.Gost �-3 '�'� CITY PART�CIPATIC�N ���AK-DOVIlN F�R: pf�QJ�GT i��.11��: ��Rp�[V SP�![��S p►�E�f�iON �HAS� 1V OVERSlZED SEWER MAIN (Developer pays up to 8" sewer 1ine; City pays the difference between 12"18"sewer Eine. 12" 18" 5�wer Line ($27-$25) $5a l..F. x $2 = � 7,700 The cost difference is based on esfimate only. Actua6 refu�d fio �eveloper shall be based on idglafe� an�l �ewer City �articipation G�A Uni� Prices atfiached her�w�#h on �age l•��. T�i'�L C1`iY �A�RTIClPAifOf� �DR l�A��R n�PAR7MENi = � �,7aa Z-4 i � V�a�er and Sewer Ci�y Pa�icipafiion ��A Uniti Prices wArER � Pay Item Unit bescription 1 LF 6" Water Pipe 2 L.F 8" Water Pipe 3 LF � 0" Water Pipe . 4 LF 12" Waker Pipe 5 LF 15° Water Pi�e 6 EA 8" Gate Valve wlCast Iron box & Lid 7 EA 10" Gate Valve wlCast Iron �ox & Lid S EA 12" Gate Va1ve wlCast lron bax & Lid 9 EA 16" Gate Valva wlCast Iran box & Lid 10 TN Cast IronlDuctile lron Fitkings Ins#all 1" Air 8� Vacuum Release Valve � 1 EA wNault lnsta114" blow-Off w/4" Gate Valve & 12 EA Sump Manhole � S�WER � Pay Etem Unit Description � 1 LF 6" Sanitary Sewer Pipe 2 LF 8" Sanitary Sewer Pipe � 3 �� 10" Sanitary Sewer Pipe 4 LF 12" San�tary Sewer Pipe 5 L� 15" 5anitary Se�rer l�ipe 6 LF 18" Sanitary Sewer Pipe � 7 L� ' 21" Sanitary Sewer Pipe 8 i.� 24" Sanitary Sewer �i�e � 9 FA SkandarrJ a' Diameter Manhole � 7 0 �A Standard 5' Diameter Manhale i,5 Unit Price from Develaper's Projects � � 1b.p0 $ 17A0 $ 24.00 $ 26A0 $ 40.00 � s�s.ao $ 1,182.00 � $ 9 ,223.00 $ 6,587,00 $ 2,9S9.D0 $ 3,534,00 $ 3,624.00 � Ur�it Price from Developer's �rojects $ 24.00 $ 25.40 $ 26.D0 � 27.oa $ 28.OQ $ 38.00 , � a�5,oa ' $ 48.00 $ 7,293.40 , $ 3,125. DO —� ��QJLCi fdAlVll�: �ARpl�f� ��RINCS A�D��iOi� �H�4S� {�! H. The a�ov�e charges �o not include any front foot charges for connection to existing or propased water andlor sanitary sewer mains construc#ed or to be cons#ructed under the provisions af the "APPROACH MAIN OPTlON" as described in 5ection I!I of the Policy for the "INSTALI...ATION OF GOMMUNITY FACI�.ITiES" adopted in September, �992. These a�ditional charge� are as follows: 1. Applicable to this Contract in the amount of $ N/A. i�y Contract No. NIA dated NIA Applicable CFA Nam� N/A Date: NIA Numk�er NIA When water facilities are insta{fed by cantract, instalfation of wate�' serriices wil! be in�luded.as part of the contract. Installation of ineter boxes on those servic�s may be done by the C�ty, afker completian ofi constr�ction of all relative curb and gutt�r work on the water facilities project site, at a cost of $7a/$135 per contract-installed charge to be due and payable pr�or to issuance of a Work Qrder on the water facilities installation contract. The al�ove charg�s do not apply if th� De�eloper efects to include meter box instaflat�o� as part ofi the contract. How�ver, m�fer box�s must.conform City standards. ,!. Within a reasonabl� time after completion of the above referenced facilities to f�e constructed by contract awarded by the Develaper, pro�ided all condit�ans for City participation have been met, the City agrees to pay the Developer the °Estimated C�ty Cost" set out in 1-G above; provided, hawever, that said payment shal! b� calculated using the actual canstru�tion cos#s and ac#ua{ servic� costs under the provisions o'F the current Fort Wort� City Cac�e, (said payment to be calculated as in 1- G above}, based o� actual quantities as reflected in the fnal estirnat� paid to th� Contractor by #he Qeveloper anc� on the actual records af cost ke�t by #�e City as a part of its customary procedures. fr� the event the difference in #he deposit and the actual costs exceeds $25, ❑eve�o�er agrees to pay ta the Ci#y and underpayment which said adjustment might indicate as being due, and the Gity agrees to pay to Developer a��r o�erpayment. I�6 �R�JECT NAIVIF: CAR��h� S��IAIC�S ��91i1�f� PHASE IV K. Wark hereur�der shal! be completed w�thin two (2) years fram date hereof, and it is unders�ood t�af any abligatian on the pa�fi o� t�e City to mak� any refunds with respect to water andlor sanitary sewer facilities shafl cease upon the expirafiort of two (2) years from date hereaf, except for refunds due firom "�Front foof charges" on water and sanitary sewer mairas, which �-efunds may cont�nue to be made for a perEod of ten (10) years commencing on the date that approach mains are accepted by the Director. If less than 7�% af t�e eligible collections c�ue to the developer has been collected, the Develaper may request in wri�ing an �xtension of up to an additional `IO years for colfection of fron� charges. I� the event ►rvater andlor sanitary sew�r faciEit�es work is rtot compieted within the (2) year period, City may, at its elecfion, complete such work a# Develope�''s expense. L. It is further agreed and undersiood that any additio�a] payment required of De�eloper is to co�er only such additional work andlar materials as may be mad� �ecessary l�y conditions encountered durir�g construction, and s�ali not include any change in scope of the project. RECOMMENDED: ;? � 1 —z- � - . � r a �� 1. �—� / � /./ , �Dale A. Fisseler, P.E. Water Director 7'11`�' � pU Da�e � I-7 COi1�N�l�1Vl�'Y �A�I�,I�i�� �,G���IlA�N� io install STRI��i, STORiVY Df�IP�, STRE�i LICFii AR�d ST���i N�M� SICN f[VY��OV�M�N�S �8R GI�F2.D�N S�RINGS ADDIiI�P� PHA�E IV A. The Developer(s) agree to install or to cause to have installed, the streef, storm drainage, street lighting, street name sign and other cammunity facilities �mprovements shown as "current improvem�nts" on the attacF�ed Exhibits �, ��[, AN� C. � B. The Developer agrees to comply with all city accepted practices, ordinances, regu{ations, as welf as pravisians of #he City Chart�r, the City Subdivision Ordir�ance, Ci#y Design Sfandards and the currenfi Policy for [nstallation of Community Facilit�es in the design, contracting and installation of required "current improvements". C. The Devefaper ag�ees to comply with the General Requirements contained herein (Attachment A). D. As shown on the at#ached "Summary of Cost", the De�eloper agrees to fund his share of "currenfi impro�ements" and ta pay the City for his share of the cost af s�ree#, storm drainage, str�et lighting, stree� name signs as shown o� the attached Exhibits �. �1, and C. E. Payment is due at the time this agreernent is executed by the City and the Developer. F. The estima�ed �ofa1 cost o� current impro�ements and refated support services specifiied in this agreement, including design, construction and inspectian is estimaf�d to $36�,0�8AU. In accordance with �he City's current Policy for Installation of CommUnity Faciiities as shawn in �he Cost Summary on page 3. The Develo�er shall contribute Dollars $344,1�9.QD of the totaf amoUnt. The City sha�� contribu�e Dol[ars �23,�3fi9.DQ. G. Develaper agrees to provide, af his expense, all necessary ri�i�ts of way and easements required to constr�ct current and future improvements pro�ided for in �his agreemenf. 1 H. Developer agrees to re[ieve the City of any re$ponsibilities for any inadequacies in the preliminary plans, specifications and cast estima#es suppliec� for the purpose of fhis contract. I. Develaper also agrees to install or adjust all of the required utifities to serve fine developmen# or ta construct th� impro�ements required herein. J. De�eiaper agrees that no street canstruction or storm �rainage will begin prior to City Council appro�al of this Community �'acilities agreemen�. {Article 104.'I00, Ordinance 7234). K. Developer agrees thai no lot shail be occupied untii impro�ements required herein ha�e �een consiructed (Article 104.100, Qrdinance 7234}. L. De�eloper agrees �o camplete the improvements co�ered t�y fhis a�r�em�nt within 90 calendar days after ha�ing been instructecf to do so, in writing, by the Director of Transportation and Public works. lt �s understood that the developer will initiate the cons�ruction of all impro�ements to conform with his own schedule, excepf for those � improvements which the Transportation and Public Works Direc#or deems necessary for the proper and orderly development of the area. In the evenf Develaper fails to carry out any such instructions within the 90-day period, the Developer gives �he City the right #o d�sign and award a contract, and inspect the im}�ro�ements in question, and agrees to pay �o the City prior to the award of the contract, the amount of the 1ow bid. M. Cify participa�ion in "current impro�ements" shall not exceed 125% of cost shown in S�mmary af Cost. � Item A. Constructian 1. 5treefs 2. Storm Drainage 3. Street Lights 4. Street Name 5igns B. E.ngineering Design C. Co�struction Engineering and Management by DOE (2%) YOTALS S[111�Ni�RY �� ���� f�ARD�IV 5�i�11dCS �HA�� I!/ � �eveloper Cos� $ $ $ $ $ 233,523.00 $ 103,917.Q0 $ 3,0OO.Od $ _ � _ � $ $ 6,749.00 347,189.04 1 $ �ify Cost _ � 93,650,00 $ 9,0OO.OD $ a�ao.oa � 819.D0 $ Total Cost 233,523.00 117,587.00 12,ODO.dO 400.oa 819.00 (*) $ 6,749.00 23,869.00 I $ 371,058.OQ NOTE5: 1. All Pre{iminary Plats filed after July 11, 2000 will require sidewalks on al1 streets. Forty-two (42) feet a�� wider street inelude sidewalk cost. 2. Construction items (1-2) eost includes 10% contingencies for De�eloper and City. 3. Developer's cofumn for ltem C represents two percent (2%) costs f�r constructian inspeciian and materials testing. ("') Represents City par�icipafion far construction fees. 4. City not preparing plans a�d specifications. C�A COI��: a0'163 PP94�008; dated 5129I94 � � , c E. STRE�T LIGHTS: 1. STREET LZGHT CO�T LSTIMAT� INTERS�CT�ONS MID-BLOCK RESZDENTIAL CHANGE OF T��R�C'�TON RESIDENTIAL MID-BLOCK COL,T��CTOR MID-BLOCK ART�R�AL, PARKWAY Mzp-BLpCK ARTERIAL MEDTAN RELpCATE EXISTIIVG T,7GHT 0 EA $ 1.50D Subtota7. City's Cost De�relaper' s Subtota7. 10� Contingeneies Project Total Adj acent Deve].opex' s Cos� Daveloper's Cost 2% Inspection Fee Developer's Responsibility See PG �z2-1, ••La.s�a 8•• CARDEN SPRINGS, PHASE IV August 7, 2001 QUANTZTY UNIT COST � EA $ 2,ODD 1. EA $ 2, 000 1 EA $ 2,000 0 EA $ 2,000 D EA $ 2,800 0 EA $ 2,200 iJ ��, TOTAL GOST $8.000.00 $2,0�0.�0 $2,OOfl.00 $--0-- $--0-- �__p__ $--0-- $12,000.00 $9,000.00 S�,000.oa $O,OOQ.04 $12.000.00 $0.000.00 $O,OOD.00 $O,OO.Oa Fort Worth, Texas August 7, 2401 � ' , � . � r ITI- 1 2. STRE�'� I,IGHZ'S WORIC D�SCRIPTION: l. Tha Devel.oper sha11 provide for the installata.on of streetlights at the approximate lo�ations shown in Exhibit "C", immedia�e�y af�er final acCeptance of the 5tr�;�:t constructioz�, in accordance with engineering plans and specifications approved by the '�ranspoxta�ion and Public Works Department. 2. Streetlights on residexitial and /or collector s�reets can be insta�.l.ed usa.ng overheaci or underground conduct�oxs with th� approval of the Director of T�anspox'tation and Pub1Yc Works. 3. SCreetlights on arteria3. ��reets shall be install�d with u.z�dergrou.nd conduit and canductors. 4. The Ueve].oper shall provide for the installa�ion of a 2-inch schedule 40 PVC conduit at a depth not less than 30 inches and at least 1B-in.ch behind the Gurb, "clear from al�. other utilities". 5. The Developer sha�l provide for the installation of a 2-inch schedule 40 PVG conduit between stree�lights proposed for in.stallation and the powe� sot:�rce to become operational. 6. A 3-inch schedule 80 PVC conduit is required when crossing stree�s at a depth not less than 30 inehes, unless indicated otherwise on the plans cancrete puil boxes sha�.l be provided at the crossing points. 7. The developer shall pay a faur percent (40} fe� of the construc�ion cost for construction. engineering and insp�ction of �he street light insta7.l.ation. 8. S�reet light conduit and �ootinga shall be installed by �he daveloper's con.�raator as part of and at the time of street constrtiction. `The eity wiil ob�ain eleet�ic sezvice and aomp].ete the stree� light aons�ruction in aacordance wi�h approvad pl.ans. 9. The developer or their coxa.�xactar shall contaet City`s stx'ee� light division 48 hours prior to starting any installation of conduit and/or streetlights at (817) 871-610Q to insure prop�r inspection of work. 10.The proaedure for installing condui� and footings will. be with the ir�specto� oa the job si,te or you can reques� a copy l�y calling 81.7- 871-6546. GARDF�i SPRIbIGS, Pi�ASE IV Augugt 7, 2001 � ' i� � 1 � a TYZ- 2 "STREET LZGHTS" INTERSECTiONS MIAMI SPRINGS & HUT,EN CIRGL�------ 1 MIAMI SPRINCS & STREE'I' �7-----�--�-- 1 MZAMT SPRINGS & STR&ET K----------- I STREFT YC & STREET J---------- 1 MID-BLOCK aTREET J------ 1 CHANGE OF DIRECTION STREE'P J------ 1 GARDEN SPRINGS, F�HASE iV e( � �V STR��T IdAIV�� SI(�I�S 1. The City will install the street name signs upon final appro�al of the street construction. The street name signs will remain the property of, and will be maintained by, the City. 2. The City will pay far the street name sign installations required for this development to ti�� exient of $10Q.00 per intersection. This unit cost will be re�ised annually by the Department of Transportation and Public Works to reflect prevailing costs of ma#erials and labor. 3. This development creates the follawing four (4} intersecfio�s at a cast ta the C��y of $400.Oa : Miami Springs Driv� and Street `K' Miami Springs Drive and Street `J' Street `J' and Street `K' Miami Springs Drive and Hulen Circle GAR�EN SPRINGS ADDITION PHASE IV Fart Worth, Texas August 3, 2001 IV -1 1: �� PAVd�� �N S{i� PA1���G ITEM � I]�SGRIPTIDN �.J' . .� 1 6"LfME Sl1BGRD (30�ISY) 2 fiY�RAiEiI L1ME 3 5" RG PVMi W!6" CURB 4 STO. 10' IiUL�T (2nd STAGE} 5 STM WAT�R MGMT 6 SE�pING OF PARKWAY5 7 REMOVE EXISTING �EAD END BARRICAD�S 8 STM WATER MGMT 9 CONST. E[�� OF ROAQ BARRICA�� 1p GIIARiI RAlL AT BDX CliLVER7 11 WHE�LCHAIR RAMP (TYPE k1 Sl]B•TOTAL ON 517� PAVING �30 °/a CONTINGENCIES �� ! ! TOTAL ON SIT� PA1111�G ! U�[�r �.lQ�'Y T PR10E AMDEINT� 5Y $000 s z.ao $ � 6,aao.00 TON 120 � 10D.Q0 $ 12,000.�0 SY 7750 � Z1.00 5 1fi2,750.0� EA �4 � 1,oaa.00 $ 4,0�0.0� tS 1 S 500.00 $ 50D.�0 5Y 560� S D.50 $ 2,800A0 LF 3D S ] 0.0� � 3�0.00 L5 1 S 1,000.00 � 1,0OO.OD LF 30 S 5�.D0 S 1,50Q.00 LF 20fl S 60.00 $ 12,OOO.DQ �p 8 � 350.00 S Z,8�O.a0 — — !� $215,650.00 ! ! � �S 21,5B5.00 � ! ! � � 5237,215.00 GAR�EN SPRINGS PH. lV serverljob10104101Cos# 071'E 2120D 1 1 i:55 AM f � � � I � I � �! r� 0 ���i.� �.iJ'1�� �������lYi ON 51�� STaRM �RA�i� SYST�M I7EM # UESCRIPTIUi� UN[T QTY_ _ PRICE_ _ AMOUNT 1 27" RCP STORM PIPE, CLASS I!I 2 STD 10' Cl1RB lNL�T (1st STAGEI 3 5�'0 4' SQUARE MANHOL� � S7D. 3•$' x 4' BOX CllLVERT 5 STfl. 3• 8' x 4' PARAL.f.EL WING 6 TRENCH SAF�TY 7 7RENCH EXCAVATION 8 llNCLASSI�lEO CHANNEL EXCAVATION 9 CLEAN OUT E7(EST. CHANNEL i 0 1 B" RaCK RIP RAP � 1 STM WATER MGMT �2 27" HEA�WALL 13 NYORU MULCH CNAI�N�L Z4 ACCESS RAMP _ 5UB•TOTQL 5TOR1� dRAIN SYSTEM 10 °/u CONTINGENCI�S �TOTAl, S70RM URA[N SYSTEM LF �a EA C.Y. EA LF CY CY !.F SY LS EA I S.Y. � EA Nate: City Cost 25°/0 of the Box Gulvert. $28,750 x 0.25 =�7,187.50 fi°� Engineerin� 53,187.50 x.06 = 43�.25 Total City Cust � �1,618.75 56D $ 40.00 � 22,�OO.flfl s s soo.ao s �,saa.ao 2 � 1,600.00 $ 3,200.aa 8p $ 45D.QQ S 36,000.00 2 $ 5,000.00 $ 10,OOQ.OU 550 S 1.OQ � 55U.40 650 S i.QO 5 65�.D0 1 a0� S 2.�U S 2,D00.00 1300 � 4A0 � � 5,20�.00 75 S 50.00 S 3,750.00 1 S 1,OO�.DO S 1,000.00 1 S 1,500.�0 S 1,500.a� 18000 S 0.50 �� � 9,0OO.OD � $ a,oao.00 $ �,aoa.ao •--- "_I S1Q3,fi50.�Q $ 1�,365.D0 j $�14,fl1�a.0�J i GARDEN SPRI�fGS PH. 1V Q7I1012001 07110l2001 12:39 PM �� 7 STR��T LIGH�S ITEM �t �ESCAlPTION UNIT Q.�Y PR{C� AMDllNT � 1 SiREET LIGHT CONOUIi LF 80Q $ 8.00 S 4,80a.00 2 STREE7 LI�H7 BASE EA 6 $ 500.00 S 3,0�0.0� �"UTAL 57R�ET LIGHTS — ����na.Qo GARDEN SPRINGS PH. IV 07/10/2004 0719 Q12001 12:39 PM 4 , f A�'TACH�IiEiVT A GENERAL R�QUIR�nJ'IENTS �� �� A. {t is agreed and understood by the �arties hsreto that the d�velaper shall emplay a civil engineer, iicensed to p�actice in the 5tat� of Texas, for the desigr� and preparation af plans and specifications for the cor�struction of a{l eurrent improvem�nts covere� by this cantract, subject to Paragra�h B. B. For ar�y proj�ct estimat�d #o cast fess than 510,000 or far any project designed to servs a single !ot or tract, the developer may at his option request th�e City to provide the desigr� engineering, anci ifi sueh request is grant�d, the d�velo�er shatl pay to the City an amaunt equa! to 10 percent of the final construction cost of such project fQr such engineering services. C. lr� the event th� develaper em�loys his own engineer to prepare plans and s�ecifications fo� any or a11 current irrjprovzmEnts, the p3ar�s and specifications so prepared shall be subject to appraval by t�e department having jurisdiction. One (1) reproducible set r�f plans with 15 prints and 35 specifications for each facility shall be furnished the departm�nt ha�ing �urisdiction. it is agreed and understood that in the ev�n� of any disagreemant on the plans and specifications, the d�cision of the Transp�rtationlPublic Works Department Director, andlar Water Department Director will b� final. D. 1t is further agreed and unclerstood by the parties hereto that upon acceptance by the City, title #o ail facilities �nd improvements mentioned hereinabove shall � b� vest�d at all times i� the City of Fart Worth, and devefoper hereby relinquishes any right, title, or interest in anci ta said f�cilities or any part hereof, �. lt is further agre�d that the decision of the City to nat coflect funds far "future impro�ements" required in previous CFA agreements does not constitute an obiigation on the part of the Gity to construct such "future impro�ements" at its expense. A-1 � P � � � * �r . F. Wa�k her�under sha{I �e com�teted within twa (2� years from date hereof, an it is understaod that any obligation on tF�e part of the City to ma[ca any refunds with res�aect tv water andlor sanitary sewer facilities or street, storm drain, ' street light anti street name sig� shall cease u�on the expiration of two j2y years fram date hareaf, .except for refunds due fram "frar�t faat charges" an water ar�d sanitary sewer mains, which �efunds may continue to �e made fo� a �eriad of ten (107 years commenc�ng on the date ti�at approach mains are accepted by the Director, if tess than 7�% of the eligi�le collections due to the develaper has been collected, th� Develo�e� rnay request in writing an extensi�r► ofi u� to an additi�nal 10 years far �collection of front charge5. If the canstruction under the Cammunity Facilities Contract shall l�ave started within the two-y�ar period, the life of the Community Facilities Contract s�t�11 be extenr�ed far an additional one-year period, Commun+ty Facility Contracts not . completed within the timP periods sfiated a�ove wiil require r�n��;5; a1 of the contract with al1 updated agreemertts b�ing in campliance vvith the policies in �f�ect at ti�e time of such rene4vak. De�e4ap�rs must recognize that City funds may not lae available to pay' a1i ar a�ortion of the rlorm�l City share for renewal contracts. it must be uncierstood by a1f parties to the Community Facilities Ctintract t�at any of the facilities ar requirements inciuded in the cor�tract that are to b� performed by tt�e developer, but not performed by the devaioper wit�in the time periods stated above, may be completed by the City at thE deve{oper's ex�e�se. The City af �ort INortf� sha{1 not be obligated to . make any refunds due to the d�vefa�ar on any facil�ties construct�d under #his , agreement until a11 pro�isions of the agreement are fulfilied. G. PERFDRNfANC� �ND PAYMENT G�ARANTEES 1. For Str�et, Starm Drain. Street Liaht and Street Name Sic}n Imt�rovements to be Constructed bv the Developer or Citv vn Behaff of the De�elor�er: Performa�ce and Payment bonds or cash ciepasits acceptable to the City are required to. be furnished by the developer for the instalfatEon af streets, storm drains, s�reet lights, and street name signs, on a�o�- assessment basis, and must be #urnished ta the City prior t� executian A-2 � � 1 � i 0 � � • � of this contract. The performar�ce and payment bonds shall be in the amount af one hundreci percent {100%} of the dev�ioper's est+mated share of th� cost of the streets, storm c�rains, street fights, and street name signs. If the deposit is in the form of cash, ti�� deposit sY�all be in th� amount of one huridred twenty five percent �125°�'0) of the developer's estimat�d cost of the streets, storm drair�s, street lights, street r�ame signs, and change orders iduring the course af the project?. 2. Far Future tmt�ro�ement: Perfo�mance ar�d payment bonds ar cash deposits, acceptable to the City are required to be furnished by the de�eloper for one hun�red percent (�00%} af the dev�laper's estimated cost resulting from. the Qaving, drainage, lighting and name si�nag� of bord�r str���s an ��n assessment paving basis. {Reference Sectian VI, Item 3, De�elapment Procedures Manual.? Said performance and payment boncis or cash d�posits must be furnished to the City prior to execution of this contract. Where th� City lets �he contract, performanc� and payment bonds shall be deposited, in the amaunt of o�e hundred percent (100%) of the estimat�d cast of construction as stated in the co�struction cant�act, is required prior to issuance of a wark order by the City. 3. For Water and Sanitary Sewer �acilities; Perfo�mance and payment bonds, ar cash deposits, acceptable to the City are required to be furnished by the developer for t�e installation of wat�r and sanitary sew�r fiacifities. a. Wnere the dev�lopar lets the construction co�tract #or water and sanitary sewer facifities, performance and payment bonds sha11 be d�posited, in the amount of one hundred percent �100%} of the estimated cast af construction, cash deposited shall be in the amount of ane hund�ed twenty-five percent (125%), as stated in the co�struction contract, is �equired to be furnished simultanaous . with execution of t�e constf�ction cor►tract. A-3 � �. a , b. Where tt�e City iets the cantract, perforrnance and payment bonds shalf be deposited, in the arnaunt o� one hundred percer�t � 104%) of the estimat�d cost of canstrUctian as stated in the construction contract, is required prior to iss�ance of a work flrder by the City. 4. Tvt�es of Guarar�tees; a. Performance and Pavment Bonds.; Are required for the constr�ction of streets, starm drains, stre�t ligt�ts, and street name signs, the �following terms and conditions shall apply: �1) The bands wiil be standard performa�ce and �ayment bonds provic4ed by a iicensed surety company Qn forms furnished by that surety ear«par�y, (2y The bonds will t�e sut�ject tn the review a�d approval by the City Attorney. {31 The per#ormanee bor�d shalf be payable ta the City and shal! guarantee performar�ce of the street, storm drain, street light, ar�c� str�et name sign construction cantemplated under this cantract. , (�? T�e Payment Bond sh�ll guaran�es payment for a{I (abor, materi�ls and equipm�nt furnished in connection with the street, storrrt drain, street I+ght, and street name sign constructian Gontempiated urtder this contract. �5) !n order far a surefy company to be aecepta�fe, tF�e name of the s+�rety s3�a11 be included on th� current 11.S. Treasury list af acceptable sureties, and the amount of bond writfien by any one acceptalole company s�a{l nat exceed the amount show� on the Treasury list far that cornpany. b. Cash Deoosits: A cash depasit sf�all be acceptable wit� verification that an attempt to sec�re a bond has been denied, .. 0 0 .F � m r, . sUch deposit shall be mad� in the Treasury of the City o# Fort Warth. The City of Fort VVorth wi!! not pay interest on any such cash cfepasit. t7 ? At such time t�►at the contract is bid for prajects other than as��ssmer�t }�rojects, the cash depasit shakl be adjusted to one hundred twenty five percent (125°k) of the aetual bid price. No cantract shal! be awarded and no work arder shail be issued until such adjustment is made. SZ} When a cash deposit is mad�, the additional twenty-five percent (25%? beyond the one hundred percent (100%} c�f t�e estimated de�eloper's share represents additia�al funds for chanc�e orders d�ring the caurse of ��� pros�c�. � This twenty five percent (25%i sha11 be considered t�e d�vefoper's change afder fund. (3) Ifi the developer malces a cas� deposit with the City, the de�eloper may malce timely withdrawals frorn ti�e cash funds i� order to pay the cantractor andlor subcantractor based on amour�t of construct�on wark e�mpfeted as a�aproved and verified by th� City Engineer ar authorizsd representative, �or pro�ects whose actual total contract cost is 5400,000 oE greater, such re{easR of security shali egual the �ercentat�e of work completed for tt�at period multiplied by ninety-five parcent �95%). This perce�tage shal{ be a,pplied to the actu�l current total eo�traot cost to determine the amaunt that may be r�duced uPon request af develaper, For prajects whase actua{ total contract cast is less than �4QO,Q00, suci� release of security sha11 ec�ual the perc�ntage af work cam�lated far that periad multiplied by ninety percent (90°fo). This percentage shail then be applied to the actual current total cantract cosfi to determin� the amount �f security that may be reduced u�on request of devefoper. The remaining sacurity, five percent t5%) fo� projects af 54�0,00(3 or greater and ten perc�nt �10%} for A-� � � u � projects iess than $4a0,OC1Q together wiCh the remaining funds from the De�e{oper's Cha�ge Order Fund, if any, wilf be reieased to the developer after the project i�as been accepted by the City. Partial refease af funds shall be limited to once p�r month. There shall be no partial re{ease tif funds for projects of less than $25,004. Proaf that the deveiv��r has paid �th� contrac�or sha11 be required for panial releases. 5. Quraase, Term and Re�ewa! of Guarantees: a, Performar�ce and payment bands, and cash deposits furnished , hereunder sha11 be for tF�e pUrposes af c�uaranteesng satisfactory com�liance by the devefaper wit� all requirements, terms , and conditions afi tnis �;gr��n-;�nt, i:�c',uc,ir;�, b�L n�t l:mited to, the satisfactory com�fetion of the improvements prescribed herein, and the making vf payments to �ny person, firm, corporatior� nr oti�er enti,y tivith ���ho,rn t;�Q d2V6I0�E� has a direct contractuaf relationship for the performance of work hereunder. b. De�eloper shall keep said pe�farmance and �ayment 6onds, andfor cash deposits in fuli torce and effiect until such time as devaloper has • fulfy compfisd with the terms and conditians o� this agreemer�t, aritf failure to ke�p same in force and effect shall cflns#itute a defau{t and breach of this agreement. H, The City sF�all assume its share of the cost of the improvements ca�ered by this agreeme�C alnng with the enginearing fee only if funds are available �or such participation. 1n the event that na funds are availabte for City participation, t�e de�elo�aer sha{{ award the contract and de�osit with the City a perfarmance and payment bonds or cash far 1 �0 percent of the estima�ed total construction cost af the impravements [�1us ten percent (10°r'o1 for engineerin.g and misce{laneaus costs i� the City prepares the Qlans]. 1. On all facilities in�iucied in �this agreemer�t far which the de�elo�er awards its ow� construction contract, the d�veloper agrees tQ fo{low ti�e following procedures: A-6 - � � 1. If the City participates in the cost of the facilitias, tf�e construction cont�act must be acivertised, bid anc� awarded in accordanc� with 5tate statutes prescribing the requirements for the letti�g of cantracts far t�e construction of public worl�. This includes advertising in a local newspaper at l�ast twice in one or more newspapers o# ge�eral circulation in the county o� counties in which the wc�rk is to be performed. The second pu�licatian must b� on or befare the tent� (10thy day before the first date bids may be subrnitted. The bids must be o�ened by an afficer or em�loyee af the City at or in an affice of the c;ty. 2. Ta �mploy a construction contractar, who is a��ro��d by the Director of the Department having juriscliciion aysr ti�e facility to be so constructed, said contractor to m��t City'� re;�air����nts fa� b��-�� ins��aU, 1ic�r�sed and bonded �a do work �n public right of way. 3. To require the contractar t� fiurnish to the City payment, perfarmance and maintenance bands in #he names of tf�e City and the de�e�oper far one hund�ed percent {140%) af the contract price of t�e facility, said bands ta k�e furnished �+efore work is commence. Developer furthe� shall require the contractor ta provide public li��ility insurance in the amounts required by the City's speeifiications covering that particular. work, �� 4. To give 48 hours notice ta the department having jurisdictiori of intent to comrnence construction of the facility so that Ci�ty ins�ection �ersonnel wily be available; and tn req�ire the cQntractar to allow the construction to be subject to inspectic�n at any and a11 times by City inspection forces, and nat to instali any }�a�ing, sanitary sewer, storm drain, ar water pi�e 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. Ta secure approval by the Direc'tor af the ❑��artment having jurisdiction A-7 0 � a , � � '� '� of any and all pariial and final payments to the contractor. 5aid app�oval shall be subject to and in accardance with requirements of this agreement, and is nat to constitute approval of the quantities of whici� payment is based. 6, To delay connections ofi buildings to service lines of sewer and water mains eanstructed under this contract unti! said sewer and water mains and ser�ice lines have been completed ta the satisfactian o# fi�e Water Department. 7. It is expressiy understaod by and between t�e c�evelaper anc4 the City of Fort Worth, that in the e�er�t ti�e developer efects to awarc{ one single construction contract for storm drainage and pavement, said c�ntrac�t shall be separa#ed in the bic�ding and City �articipation, if any, stta!! be limited ta the lowest possible combination of bids as if each of the a�ove were awarded as separate eantracts, J. A�yt�ing to the contrary herein r�otwithstanding, for anci in consideration af #ha promises and the cove�ants herein made by the City, the deveiap�r cover�ants an�i agrees as fofiows: 1. The cfevelope� shall make separate elections wit� regard to watsr ar�dlor sanitary sew�r facilities, storni drainage, street improvements and st�eet iights �s to wheth�r thz work prescribe� herein sha11 be performed by the City, or by its contractor, or by the c�evelaper, t�rough its co�tractar. Each separate election sl�alf b� made �n writing and deliv�red to C+ty na later than six (6) months prior to the expiration of this agreement. {fl the event any� of such separate electians has not fa�e� made and delivered to City �y such date, it shafl be canclusi�ely presumed t�at the developer has elected tha:C such work be performed by t�e City in accordance with a1! af tf�e fierms af this agreement, and in particular Paragraph V-F hereof. - 2. Irrespecti�e of any such election and whet�er the worlc is ta be performed by the City, or by its contractor or by ti�e developer through its contractor, the developer co�enants and agrees to cieliver to the City A-8 ' � 1 ' �� I � � ' t a perfarmance and �ayment guarantee in accordance with the prov�sians of Paragraph V-F af this ag�eement. 3. !n additior� to the guarantee required in the preceding paragraph, in the evant deveioper elects that the work be performed by the City, or by the City's cantractor, ar such election is presumed as provided above, the devel�per covenanis and agrees to pay to the City the d�veioper's share of the estirnatecf construction casts, The amount of such estimated payment shall be camputed as set out on the Summary of Cost hereof, based upan the lowest responsive bid for such work, as determined 6y City, or upon a cost estimated ta be performeci by City forces prepared by the City; as apprapriate, and shall be subject �to adjustme�t to actua! costs upon final completion of the subject work. Such estimated payment shall ba made p;amptly u��,� dem�nd �y City, i� b�ing understoad that such payment will be made after th� receipt af bicls for work, but in e�e�y case prior to the award of any construction ca�tract, unless atherwise speci�ically set out herein, 4. Developer further covenants a�d agrees to, and by these presents does hereby fully indemnify, hald harmless and c�efend the City, its officers, agents and employees from and against �ny an� all ciaims, suits or causes afi action of any nature whatsoever, whether real or asserLed, brouc�ht far or on account of ar�y injuries or damag�s to perso�s or property, including c{eath, resulting from, or in any way con�ected with, this agre�ment, or the construction of the impra�ements or facilities described hersin, whether or not caused, in whole or in ❑art, bv the neAliqenca af officers, aqents, or emp�oYees, of the Citv. In addition, ti�e developer covenants ta indemn�fy, hold harmless and defend �he City, its QfFicers, agents and empioyees f�om and aga�nst all elaims, suits, or causes or action of any nature whatsoever braught for, or on account of any injuries or damages ta p�rsons or property, incluciing death, resui�ting from any failure to properly safeguard the worl� or an account of any act, intentional or otherwise, negleci or miseonduct of the developer, ifis cant�actars, su�contractors, agents ar emplvyees, w�ether or not A-9 p , . t caused, in whol� or in nar#, b� the r�eqiiaence of officers, aqents, or emplar�ees of the Citv. 5. Deve{oper cov�nants and agrees that it discriminates against no individual involving employment as prohibited k�y the terms of Ordinance No. 7Z78 tas amended by Qrdinance fiVo, 7400j, an ordinance prohibiting discriminatian in empioyment practice because af race, creed, eolor, relic�ion, nati�naf origir� Sexcept for iiiegal aliens�, sex or age, unless sex or age is a banafide occupational qualification, subcontractar or ernplayment agency, either furnishing or referring applicants ta such develaper, nar any agent of de�elaper is discriminating against any individual invalving �mplayment as prohibited by the t�rms of such �rdinance No, 7278 jas ame�d�d by Ordinance Nfl. 74Q0). , K. Venus of any actian brought �ereunder shali be in Fort Worth, Tarrant County, �exas. t�. The City's Pa{icy for fihe Installatiar� of Community Facilities, as adapted by the City Cou�cil an September 1992, is l�eret�y incorporated herein by reference, and De�elaper cov�na�ts and agrees to comply with said Policy as a conditi�►n of t�is contract and as a conditia� to the platting af the subject property. M. The following �escriptions of wark apply, as appropriat�, t❑ t�e areas included in the Community Facilities Agreement; � . STREETS Streets as shown in Exhibit B will be in accorda�ce witi� plans and specificatians prepared by the Owner's engineer� and approved by t�e Director of Engir�eering. 2, STORM DRAINAGE Storrn drain as shown in Exhibit B— 1 wil! be in accordanc� with plans and specificat�ons prepared by ihe Owner's enginee� and approved by the Director of Engir��ering, A-1 a � � , ,� 3. STREET LIGHTING � a. The Devefop�r shall provide for the ir�stallatinn of streetiights by the City forces at the a��roximate locatians shdwn in Exhi�it C, immediately aft�r final acceptance of the stre�t co�struction, in accordance with enginee�ing plans and spe�ifications appraved by the Transportation and Pubiic Works Department. b. Straetlights on residentiai anc� 1 or colle�tor streets can be installed using overhead ar underground conductors w�th t�e ap�roval of the streetligY�t �ngin�er. . c. Streetlights on arteria! streets sha11 be instailed w9th underground cond�it �nd conducto�s. d. T�� Developer shalf p�ovide fo� the installation of a 1'/d inch schedule �0 PVC conduit at ti�e depth not less than 30 inct�es and at least 18 i�ch behir+d the curb, "clear from all oth2r uti�ities°. e. Th� Dev�lo�er shall pravide for the inskallation of a 1'/4 inch schedu{e 40 PVC cor�duik between streeilights pro�osed for instaklation a�d the power source to become operational. f. A 3 inch sc�edule 80 PVC cnr�duit is required when crassing streets at depth noi less than 30 inches, unless in�icated otherwise on the plans, Concrete pufl b�xes shall be �rovided at the crossing paints. g. Luminai�e ballast shall be �ated for multitap op��ation and each luminaire sha11 have �t's owr� p�atacell. � 4. TRAFFIC CONTROL DEVICES a. The Developer ag�ees ta pay for the street name sign installations requir�d by thks development ta the exter�t of �a80.00 p�r ins�sctio�. This unit cast will be revised a�nually by the De�artment of Transportation and Public Works to re�lect pr�vail�ng costs of materials and la�or. b. This development creates the following number i�tersections at a total cost as shown to ihe Developer. c. T1�e Developer may eithar deposit cash funds with the City equal to the following amount at the time of Comm�nity Facilities Agreement ap�raval or wait until the street name signs are to be insta{led. !f tt�e Developer elects to wait, the cost af sireet name signs will be at th� rate prevailing when the Develaper deposits funds with the City. A-9 � � � .� r �� r . d. The City will install the street name signs upon final approvai of the street construction. The streef name signs will remain the property of, and will be maintained by, the City. 6. OTHER W4FiKS In the event that ather worlcs is required it will be �ncluded as specific requirements to Community Facilit+es Agreement. N. Devefaper. and C+ty agree that this Agreement represents the cvm�lete and exclusive statemer�t of the mutual understandings of. the �arti�s anci �hat this Agreement supersedes and cancels and previous wri�ten and oral agreements and cammunications related to the sui�ject matier of this Agresment. IN T�STIM�NY 'WHER���, the C��y of Fort Worth has caused this instrument to be executed in quadruplicate in its narne and an its behalf by its Ci�y Manager, attested by its City Secretary, with the corporate seal of tt�e City afifixed, and said Develo er has executed this instrumer�t in quadruplicate, at Fort Worth, Texas this the i�--,�ciay ofi �► �.E , �0 �• � APPROVED A5 TO FORM AND LEGALITY: � � Gary ,, Steinberger Assistant City Attomey ATTEST: � � �. _� _�.� � �%-,.��,,�� .��.�.�►r loria Pear�on ' City Secretary . _C ����I`tr� Cont�a�t Ruthoriza�ian _ .,, � �-t� �.� ,,� `' --�. riate � RECOMMEND�D: - ���� �i+n�°'�irec�ar %, Trans�ortion a�d PubEic Worlcs Department C1TY OF FORT WQ�iTH, jfEXAS By: d�i�- As i�v �� . . tant City Manager A-12 �� ��u���=�� u��� .J s�� U N1��v�,{e (II - �-�'�'��� ��� �s � ,F i � i �� V ������• Garden Springs, L.P. By: Lindenshire, Inc. Its general parEner By: ;��1 . �.Q �- � Chris Price, Vice President A-13 �, � • � i �, '' . i r �� -------T--- � - I I � [ j I I a h flq M � � I WlSC C0. _ � aCNTfIN C0� _ _� � TARRl+NT CO, ti-�p EAGL£ MQUNTAlN 0 Gf7APFV INE' 1_AK! -- - - - ---- ----�`�` �----- � LAKE OFMPI ��9 I � I�9 l g I � �{ I M 183 I � 8?� ri I ' i'LAXf WORTi+ ,ry� �-'I� I Q�� I ql� c� h � � �`-° i � ❑ i 1` `ll FORT WORTH � I C4 � � � I � 30 � � � 1 t � � I � , � zo 1 � � I ��� � � � 1� I "' PROJECT ' LOCATION � I • � � _ I � � I eCnraHtrdx tAxi � I � I I 1 \ I_----------- - - - � -- —_Y-----------.—._�_----------" --i- � I - NOT TO SCALE � I � _ a LOCATION MAP A A ANA CoNsrn.T.�rs �O CA�CI � N MAP iisr.u.x rn� �n..on rman�n� ��n� �a: wma lroo �w. R�A+e.hss � m rri N [LI O m I ll � a � � � � .�, � . � x w � �'u GARI�EN SPRTNGS ;� PHASE IV '� 64 LOTS PAG£ 2 OF 6 Q 7 — I� � i � \ i '� .' � .`7 4 � 1��� �� V /� �� \ 1 1 �-c� � � � � � � � i- � ��S \ �\ � �� ���i � i,� �4 � �� �� � �.-� `� `� �' �� i� �IUll.]EN M�AB9�W� �1H�5� Il � � � � ��, ,� . �� i � ��� � � �.- � �. �. � � � �� � ti4 S L,_� �.- �� �` �: i� Ex J�ST. 9p' RnW�/ � Y_L�-` �-C �\ �� 6Q' AOYV/ ��ti � �1 �\ +.` / � � ��. r�` � \ 27 �� � / / \�� _�-r `1� 1� 1� �a '��•�y(�� � ,' i' ;'�. � � � , . �H i � ?�� � � � � � z5 '• �. �,�`��s i � r �. i ti '" � � \ ` C'(� � � . ` � � s � r� i i � --� �z g '� `.� �J r , , /� � ta � `� �� ` L----� �-�� // r�- 6 � ,` ll Zl ��� _ � - - _ � - � c d 0 0 z F- u w a � a a z a � � s � �•�' � �• , \" � �—� A ��•!•.� a •� - —� r . --�—J 3 ' •/• I 9 7 �� • I � i ' i 14 --�—'� 2 �j� . � IO �� I u �'j --� � � V 1: ------�.- ---� L_ �•" • .. . -� �--�---7-----r------ -_ '�� �� i i i ' --��. 1 I I � 37 3g I I I 39 40 � f I � ---------•_��•. ' __.----------- �� -�_-_ -------- _ �, -�----- _1 - � �� �` / I �'�-,�\ �•`�� / �� , / `, � / �� � �1 / `��� ���� � // � � ,'/ �.� � . � ��/i i;�� • �� ,� �, � � .�i�Ia�]Cy� �ZINGS �§.� I (9N � , .. i . � ` � � J/ I ��lf�i.��� V \ . �� . � 1�' . .,� ` � . `� .� � i/ ��- . i.� �� �. // �� .'/ /. ,� �•. �,'/ �J/ // `��� ���. // 1. : / /; ��� ��_. ,'/ /,'� �� � // /,C )ti� ��1/ // � %'• � SCALEs i" = 200' p � ANA Coxsrn.z��tvxs ������,�,��» ,�„�.���„ STR� �TS �X�"����� r�� ■ � � / � / � I� �� � r `. i ` � �•. � � � � � � � �y_i i� / �� � �� , . i i �\ y �.\ � �� �. i � � i � . i `� i i i�`` \ .\ �i � v i i . . `� i i i �r�� �. �. � / / / � r . y� i� /���� �/ /T �� �� �, i i i iG / i� . LEGEND PROP. 29' B-B ROA�WAY �::::��is:i�;;�:�� 5U` ROW ■ � LIMITS OF PROJECT � GARDEN SPRINGS -- PHASE N 64 LOTS PAGE 4 OF 6 a �v 0 '�ti 0 � ti � 0 c � � � a r w .� � � 0 Q Q � � m 0 � � � i �� i i ' � r i ��!l�LOPfl��i�T �OiV� {�UAFt�IVY��INC ��Rf�Ok�I�YARlC� �►fdD ��►YI4��IVT OF IIVi�Ft01!'�I��IV�� Bond No. CB 53466 KNOW ALL MEN BY THESE PRESENTS, that we, Gar�er� Sprinas, L. P.. 35�0 Oak Lawn Ste. 590, LB 49 Dallas, TX 75219 , as Principal, and National American Insurance Companv. 10�0 Manvel Avenue, Chandler, QK 74834 , a cor�orafion organized and exisfing under the laws of the S#ate of 4klahoma , and fully autho�ized to transact business in the State of Texas, as surety, are �eld and frmly baund un�o CITY OF FORT WORTH, TEXAS, 1000 Throckmorton Street, Fort Worth, Texas, 76102, as Obiigee, in �he penal sum of Five Hundred For�v-Fo�r Thousand, Nine Hundred Si��en and 501100 -- Dollars, ($544.916.501 lawful money af th� Unifed S#ates of America, for tl�e payment of which well and truly to �e made, we �ir�d oursel�es, our heirs, executars, administrafiors, successors and assigns, jointly and severally, #irmly by these presents. WHEAREAS, Garden Sprinas, L. P. has agreed #o construct in Garden Sprinps Addiiion. Phase IV, in �he C�TY OF FORT WORTH, TEXAS the following improvements Water, SanitarV Sewer, Starm Dra�n anci Street Impro�ements �o serve Garden Sprinas Addifiion, Phase fV. Water Proiecf No. P961-030161151300. 5ewer Proiect Na P171-03D�71'[31310. Streef and 5torm Drain File No. W�1150 and DOE 3690 1 1 WHEREAS, in the e�er�t of bankruptcy, default or othe� nor�performance by Principal, claims against Principal or th� development, Obligee may be left without adequate satisfactian. N01N, THEREFORE, THE CONDITION OF THIS �BLIGATION IS SUCH, that if the said Principai shall construct, or ha�e constructed, the impravements herein described, and shal[ pay for �i�e cost o� all labar, materials and equipment furnished in connection with the cons�ructian of said impro�emenfs, and shaN save #he Obligee Y�armless from any Eoss, cos# or damage by reason of its failure to complete fhe construction of said improvements or by reason of ifis failure to pay for the cost af same, then this obligation shal! be nulf and void, otherwise to remain in full force an� effect; and �pan receipt of a resolution adopted by the City Council of the Ci�y af Fort Worth Indicating fihat the constrvction o# said improvements has not been completed, or that the costs for sam� have not been paid, the Surety shall complete construction of said improvements, and wilf pay al! casts for construction of said impravements, or will pay to the City af Fort Worth to complete cor�strucfion of said impro��ments and ta pay for the costs of same, PROVIDED FURTHER, that this bond shall automaticaliy be increased by the amounfi of any change order, supplemen�al agreement or am�ndmenfi which increase the price o� fhe aforementioned contract. PROVIDED FURTHER, that if any legal action be filed or� this bond, th� laws of the State of Texas sf�all apply and tf�at Wenue shall Cie exclusivefy in Tarrant County, Texas. , , , ��vi�����Vl���r ���IQ �u��,�r��t�c. ���Fv�r�a�c� �N� �AYi1�I�Ni OF 1�[��C�V�I��NTS Bond No. - CB 53466 KN�VII AL� MEN BY THESE PRESENTS, thai we, Garde� Sprinqs, �. P.t 35C�Q Oak Lawn S'te. 59Q, LB 49 Qallas, TX 75219 , as Princi�af, and �fa�ic�nal American Insurance Gampartv. 1010 Manv�l Avenue, �ha�dler, OK 74834 , a corporation organized and existing under the laws of the Sfiate of Okfa�ama , and fu�ly au�horized to �ransact business in �he State of Texas, as surety, are held and frmly boUnd unfa CITY O�' FORT WORTH, TEXAS, '[000 Throckmarton �treet, �art Warth, Texas, 76102, as Obligee, in the penal sum of Five Hundred Forty-Four Thausand, Nir►e Hundred SE��en and 501100 -- Dal�ars, ($5�4,916.50} fawful money af the Unit�d States of America, for the payment of which well and truiy to be made, we bind ourselves, o��- heirs, � executors, adminis�ra#c�rs, successors and assigns, jointly ar�d se�erally, firmly by fhese presents. WH�AREAS, Garden 5�rinas. �, �P. has ,agreed ta construct in Garden Sprinqs Adcfi�ion. Phas� !V, in the C[TY OF FQRT WORTH, TEXAS fhe foliowing improvemenfs Vllater, Sanitary Sew�r, Sfiorm Drain and Sfre�t Im�ravemen�s fo serve Garden S�rinas Additian, Phase IV, Wa�er Proi�cf No. P16�-0301611593aa, Sewer Proiect No. P17� -D30� 7� 1313 � p, S�re�fi an� Storm Drarn File No. W-1 � 50 and DOE 3B9D � ti City of'�'o�� �a�th, T'exrxs iVi�yor a�d Cour�ci[ C�mmu�n���tio� DA7E REFERENGE NUMB�R LOG NAM� PAGE 7191D2 �d� �� �7 2QSPRINGS 1 of 2 suB.r�cT COMMUNITY FAGILITlES AGREEMENT WITH ��RaE�! �RI�V��, LTD. FOR THE INSTALLATION OF C4MMUNITY FACILITIES FOR GARDEN SPRINGS, PHASE IV RECOMMENDATI�N: It is recommended that the Ciiy Council a�athoriz� the City Manager ta execute a Community Facilities Agr�ement with Garden Springs, Ltd. for the installation of community facilities for Garden 5prings, Phase IV. DISCUSSI�N: On December 19, 20d0, ihe City Council adapted a resolution authorizing the issuance of $45 million in Certifcates of Qbligatian to ad�ress crit9cal capital projects which included $2.5 million ir� new d��e[npment funds to suppl�ment the 1998 Capital Impro�ement Program new development funds. Garden Springs, Ltd., th� d�velo�er of Garden Springs, Phase IV, has...executed a proposed contract for community facilEt�es to serve a single-family deve[opment �64 lots} located in southwest Fort Worth, soutt� of SW Loap 820, and west of IH35W (see the attached map), The propos�d community facilities agreement is in campliance with City poficy. The development has three 'tnteriar stree#s. The deveEoper's share for stre�t impro�ements is $233,523, plus $4,670 far canstruction inspection fees. There is no Ci#y participation for interior pa�ing impravements. The develaper's estimated cosi far starm drains is $103,9�7, plus $2,075 for construction insp�ction fees. The City's participation for ��er-sized storm drai�s is $13,650, and $819 for engineering fees. Six sireet [ights wil� be installed in this development. The devel�per will be responsibie for the installat�an of underground canduit and pole bases for street lights at a cost af $3,Q00. The City's par�icipation for the rnstallation of ail wiring ar�d street lighi fixiures is $9,OOQ. � There will be four intersections where street signs will be installed at a cost tv the City of $400. The developer's estimated cost for water and sewer is $224,460, plus $4,489 f�r construct�on inspectian fees. The Water Department's participatian is $1,7�0. The total project cost for this de�elapment is $601,70fi. The developer's participation is $576,137, and the City's totai participation is $25,�69. � PLAN COMM{SS14N APPROVAL - Or� April 27, 1994, the Plan C�mmissivn approved Preliminary Plat No. PP94-OQ8. The final plat has been submitted to City staff for re�iew. This development is lacated in CQUNCIL DlSTRiCT 6. Ci�y o, f'Fo�t Wo�ihs T'exas i�9�yor ��nd �our�ci[ Gor�m�,�ic�t�o� OATE REFERENCE NUMBER LOG NAME PAGE 719102 ���9��'� I 20SPRINGS 2 af 2 sua�ECT COMMIJNITY FACILITEES AGREEMENT WITH GARDEN SPRINGS, LTD. FOR THE INSTALLATION O� C�MMUNITY FAC1LfTIES FOR GARDEN SPRINGS, PHASE IV FISCAL INFORMATI�NICERTIFICATfQN: The Finance Director certiTies that f�nds are available in the current capEtal budget, as appropriated, af tF�e 5ewer Gapital Projects Fund and the Critical PrQjects Fund of the $45M Certificat�s of Obligation program. MO:k Submift�ri Tor City Manager's Of�ce by: Marc ptt b 122 Originsting Dcpartment Head: G. BehmanesE� {Acting) Addifional Infarmatiun Contact: 7801 G. Bchmanesh (Acting) 7801 , FUND I ACC�UNT � C�NTER � (to) � � I {from) P171 C116 � C116 I C116 � C116 AMOUNT 539140 074171131310 $ 1,7QQ.00 541200 020116136366 $93,650.00 531200 'U2Q116136366 $ 819.04 541200 02�918136841 $ 9,OOO.QQ 541200 0201161368Q2 $ 400.00 CITY SECRETARY APFROVLD 071Q9/02