Loading...
HomeMy WebLinkAbout016434 - Construction-Related - Contract - Hillwood Development Corporation, ' ' � �, COMMUNITY FACILITIES AGREEMENT �.jt�( `��i,', ., '' THE STATE OF TEXAS § J� ��� �rr !d�i a.. ., `,� :. i . . COUNTY OF TARRANT § WHEREAS, Hillwood Development Corporation hereinaFter called "Developer", desires to make certain improvements to Northport Addition (Fort Worth Alliance Airport, Extension of South Airport, Extension of South Ai rport Access Road and Henrietta Creek Road), an addition to the City of Fort Worth, Texas; and WHEREAS, the said Developer has requested the City of Fort bJorth, a municipal corporation of Tarrant County, Texas, hereinafter called "City", to do certain work in connection with said improvements; N04J, THEREFORE, KNOW ALL MEN BY THESE PRESENTS: That said Developer, acting herein by and through H.R. Perot, Jr., its duly authorized President, and the City, acting herein by and through David A. Ivory, its duly authorized Senior Assistant City Manager, for and in consideration of the covenants and agreements herein performed and to be performed, do hereby covenant and agree as follows, to-wit: FORT WORTH ALLIANCE AIRPORT �' SOUTH ACCESS ROAD BETWEEN BRIDGE & APRON , WATER AND/OR SANITAKY SEWER rACILITIES A. The City agrees to install, by contr.act or otherwi.se, or to permit the Developer to let a contract for, in accordance with its accepted practices, ordinances,•regulations, and the provisions of the City Charter, and subject to the requirements of the City's Policies and Regulations for Installation of Community Facilities, all as current at the time of installation: WATER FACILITIES to serve the lots as shown on the attached Exhibit -- , and SANITARY SEWER FACILITI�S to serve the lots as shown on the attached Exhibit [� , all in accordance with plans and specifications to be prepared by the Engineering Division of the Ldater Department, or by private engineers employed by the Developer and approved by the Water Department. B. The City agrees to install, at Developer's expense, at the time all other water mains in this addition are installed, a service line for each lot as shown on the attached Exhibit -- The estimated cost of these service lines is $ None . The City agrees to record the location of each said service line in respect to the corner of the lot served, and to repair said records in its possession. C. The construction cost of the water facilities herein concerned, exclusive of service lines and engineering is estimated to be Dollars ($ None ) • D. The City agrees to install, at Developer's expense, at the time all other sanitary sewer mains in this addition are installed, a service line for each lot as shown on the attached Exhibit A • T11e estimated cost of these service lines is $ No ne e The City agrees to record the location of each said service line in respect to the corner of the lot served, and to retain said records in its possession. E. The construction cost of the sanitary sewer facilities to be installed hereunder, exclusive of service lines and engineering, is estimated to be One Hundred fisty-six Dollars ($ 156, 250 )• Thousand� two hundreci titty F. Prior to the award of the construction contract by the City, or the commencing of any work by the City or its contractors, if the Developer does not award his own contract, the-Developer agrees to pay to the City: (1) (a) One hundred percent (100%) of the cost of all water and sanitary sewer facilities within the development, exclusive of engineering and service costs, through the 8-inch size, including the costs of larger sized facilities adjusted to 8-inch size costs; and (b) One hundred percent (100%) of the cost of all approach water main facilities outside the limits of the development through the 16-inch size, including the costs of lar�er sized facilities adjusted to 16-inch size costs, less ten percent (10%) of the calcul.ated front foot char;es for lots contained in the development served by such approac}i water main facilities; and 1-1 Fort �orth Alliance Airport South Access Road to Apron , (c)' One hundred percent (100%) of the cost of all spproach sanitary sewer facilities outside the limits of the� development through the 24-inch size, including the costs of larger sized facilities adjusted to 24-inch size costs, less ten percent (10%) of the calculated front foot charges for lots contained in the development serviced by such approach sanitary sewer facilities. (2) An additional ten percent (10%) of the total of the beveloper's cost of these water and sanitary sewer facilities, exclusive of cost of service lines, for design engineering, if such engineering is performed by the City. This charge will be waived if private engineers employed by the Developer and approved by the Water Department perform the design engineering. (3) One hundred percent (100%) of the cost of all service Zines, estimated undet 1-B and 1-D above, in accordance with the provisions of the current Fort Worth City Code. G. The distribution of estimated construction cost between the City and the Developer, as per paragraph 1-F above, for all water and sanitary sewer facilities to be constructed hereunder is estimated as follows: (1} Water Facilities: (a) Mains: Within Development Approach (b) Services ( Sub-Totals, Water Est�mated Developer Estimate�' Total Cost �;ity Cos�; Co s t -0- -0- -0- -0- -0- ) -0- -0- -0- -0- "� � � (2) Sanitary Sewer Facilities: (a) Mains: Within Development $128, 950 $27, 300 $156, 250 Approach (b) Services ( ) -0- _ -0- -0- -0- � Sub-Totals, Sewers -0- - $128,950 $27,300 $156,250 Grand Totals $128, 950 $27 , 300 $156, 250 �l�) Cost difference between 12" sewer line and 8" water line as shown below: 1650 LF of 12" sewer line (12' to 14' depth)x($22/LF-$15/LF= $11,550 1600 LF of 12" sewer line (14' to 16' deep)x($23/LF-$16/LF= $11�200 650 LF of 12" sewer line (16' to 18' deep)x($24/LF-$17/LF)= $ 4,550 TOTAL $27�300 1-2 Fort Worth Alliance Airport South Access Road� Bridge to Apron H. The above char�ea do not incl.u�e any "per connection" charges for con- nection to existin� or proposed sanitary sewer mains constructe� or to be constructed under the prov.isi.ons of the "APPROACH MAIN OPTION" as described in Sub-Paragraph (3), IV-7 of the Policies and Rep,ulatians for "INSTALLATION OF COMM[iNITY FAC.T.LCTIf�S" ac�optec� January 1, 1972. These addi�ionat char�es are a� f.otlows� Not appticabte to this Contract XXXXXX Appticable �o this Contract �Ln the amount of by Ordinance No. dated When water facilities are insralted hy contract, Lnstaltation of water services will he included as part oE the contract. Installation o� meter boxes on those services may be �one by the Ci(�y, aFrer comple- tion of construction of. atl rel.ative curb an�i �uCter worlc on the water facilities project site, at a cost of $70/S135 per contract-instatl�d service, such meter box inst�ttatton char�e to be due �nd payahle prtor to issuance of a Llork Order on the wal-er facitities instaltation contract. The ahove char�es clo not apply if the Developer etects to tnclude meter hox instatlat.ton as part oF the contract. However, me�er boxes must conform to City standards. I. Within a reasonabLe Cime a�ter comple�ton of. the above reFerenceci facilities to be constructed by the City or by contract awarded by the City or by the nevetoper, tlie City and Developer a;�rPe Co an ad�just- ment of. the Developer's payment as �et out 3n 1-F and 1-(� liereinabove. so as eo conform said payment eo aetual c.onstruetion costs and aeeual service costs under �he provisions of. t11e current Fort Worth City Code ,( said ad,justment to be catculated as payment in 1--F an�i/or 1-G above), but based on act•uat quantities as reflected in the .f.tnal. esti- mate pafd to th� Contractor by the City or hy the Devetoper, and/or in the event any portion of the faciltt.tes �re ins�atled by Ci.ty forces, on the ac�ual records of. cost, kept hy �he City as a pa�t of its cvs- tomary procedures. In �he event rhe riifference in the deposit; and the actual costs exceeds $25, Devetoper a�ree� �o pay to the Ci.ty any underpayment which sa�d ad iustment mi�;ht indi.cate as bein� ciue, and the City a�rees to pay to �evetoper any overpaymene. J. 47ork hereun�ier shalt be complete�l within two (2 ) years f. rom date hereof, and it is understoo�i that any obtigation on the part of the City to malce any refunds with respect Co wat�r an�i/or sanitary sewer facilities shatl cease upon �he expiration of two (2) years Erom date hereof, except for refunds due from "per. connection charQes" on sani- tary sewers and from "front foo� char�es" on 4�ater �nains, both of which retunds may con�inue to be ma�le f�ot a period of ten (l0) years after the date hereof, as elsewhere provi.�erl herein. Tn the even� water and/or sani.tary sewer facili�ies worlc i� not complete�l w3.th the two (2) year period, City may, at its etection, comptete such work at Developer's expense. 1-3 Fort Worth Alliance Airport South Access Road It [s further agreed anri w����rsCood t1tiaC any �i�l�jlCtonal �aym��ic ' requirc�d of Developer i3 r_o cover only sueh a�irit�ionai worfc c�nd/ or materiais rss may be ma�le ,�ecessary by conditiona encounLere�l durin� construction, and sha2t not inciu�3e any chan�e !n scope oF the pro.ject . �_ nrcoy�r�N��o : ,�;� / f� ���� '!/ ;� , , , � ,�� i ��;t�i„�� � � �-i,'•�i- i/1.�;>r(. , Richard W. Sawey, T�irec�Jor [dal:er Department� � � �/ Date: ��%����� � � 1-4 II STREET AND STORM DRAIN IMPROVEMENTS A. GENERAL PROVISIONS: 1. The Developer acknowledges that he has complied with Article 104.100 of Ordinance 7234 and hereby relieves the City of any responsibilities for any inadequacies in preliminary plans and cost estimates supplied for the purpose of this contract and further agrees that he will comply with the Subdivision Ordinance, City Plan Commission Rules and Regulations, and Policy for Installation of Community Facilities and all applicable policies, rules, regulations and ordinances of the City regarding development. 2. The Developer agrees to install or cause to have installed, the storm drainage facilities improvements shown on the attached Exhibits "B" and "B-1", in accordance with plans and specifications prepared by the City or prepared by the Developer's engineer and approved by the City Engineer. 3. The Developer agrees to install, adjust or cause to be installed or adjusted, all of the required utilities to serve the development. On Border Streets, the Developer will be responsible only for the costs of relocating the utilities, with the City coordinating the utility construction. Prior to construction, the Developer will provide the City a list of all utilities that will require relocating, along with assurance that no conflicting skreet construction will take place until the utility relocation has been completed. The Developer further agrees that before commencing construction the City will be provided Performance and Payment bonds equal to 100% of the construction costs and a one year Maintenance Bond, for the constructed streets. The Developer also agrees that no street construction shall begin prior to the City Council's approval of this Community Facilities Agreement, in accordance with Section 104.100 of City Ordinance No. 7234. 4. Except where specifically stated otherwise in this contract, the Developer hereby agrees and binds itself to provide all necessary right-of-way and/or easements required to construct the street and/or storm draina�e improvements including any drainage outfall, in lengths, widths, and locations as approved by the City Engineer. 5. Unless the City is to prepare plans and specifications for a separate project of estimated value less than $10,000 as requested by the Developer, the Developer agrees to submit plans and specifications prepared by an approved Professional Engineer, registered in the State of Texas, proficient in Civil Engineering, for the improvements required under this agreement. Such plans shall be in compliance with the policies, ordinances, and rules of the City of Fort Worth, and are subject to approval by the City Engineer. After said plans are CONTRACT FOR: NORTHPORT ADDITION (FORT WORTH ALLIANCE AIRPORT), EXTENSION OF SOUTH AIRPORT ACCESS ROAD AND HENRIETTA CREEK ROAD II-1 approved as witnessed by the siunatures of the City Engineer and��f the Deputy Director of the Water Department, the Engineer shall provide the City one (1) set of reproducible approved plans, plotted x-sections, and specifications; and nineteen (19) copies of the plans and eight (8) sets of the specifications and contract documents (four (4) unexecuted, 2 executed and 2 conformed sets). Additional sets of plans and/or specifications may be required for other departments and/or agencies depending on the project. 6. The Developer agrees to complete the improvements covered by this agreement within 90 calendar days after having been instructed to do so, in writing, by the Director of Transportation and Public Works. It is understood that the Developer will initiate the construction of all improvements to conform with his own schedule, except for those improvements which the Transportation and Public Works Director deems necessary for the proper and orderly development of the area. In the event Developer fails to carry out any such instructions within the 90-day period, the Developer gives the City the right to award a contract for the improvements in question, and agrees to pay to the City prior to the award of the contract, the amount of the low bid. 7. The Developer agrees that all improvements to be constructed hereunder will be subject to inspection and approval by the City Engineer, and require any contractor who will be involved in any earthwork within any future public right-of-way, to notify the Transportation and Public Works Department, Construction Section, before any work takes place and to require all earthwork to be done in accordance with the City of Fort Worth Standard Specifications to the satisfaction and approval of the City Engineer or his representative. The developer also agrees that no street or storm drain construction shall begin prior to the City Council's approval of this Community Facilities Agreement in accordance with Section 104.100 of City Ordinance No. 7234. 8. The Developer agrees to furnish to the City simultaneous with Developer's execution of this agreement, a"Performance Bond" or cash deposit in accordance with "General Requirements," Section V, Paragraph F(3) of this agreement. That bond or deposit will be conditioned upon the satisfactory compliance by the Developer with all requirements concerning improvements as set forth in this agreement, including, but not limited to, making payments to any persons, firm, corporation or other entity with whom the Developer has a direct contractural relationship for the performance of City work hereunder. 9. In the event the Developer awards his own contract and does not desire City participation, the Developer shall pay the entire cost of the street and/or storm drainage facilities. The condition set out in "General Requirements," Section V, Paragraph F of this agreement shall apply. 10. In the event the Developer desires City participation and follows the procedure as set forth in Section IV and V of the Policy For The Installation of Community Facilities, the City's participation in the costs shall be as shown in Section II-B, (Street Improvements) and CONTRACT FOR: NORTHPORT ADDITION (FORT WORTH ALLIANCE AIRPORT), EXTENSION OF SOUTH AIRPORT ACCESS ROAD AND HENRIETTA CREEK ROAD II-2 Section II-C (Storm Drainage Improvements) of this agreement. In no event shall the City be liable to the Developer for any payments in excess of the City's estimated participation unless and until there is separate and formal approval by the City Council to pay such excess amount. 11. Upon completion of these facilities, it is agreed and understood that the Developer's estimated participation in the costs as may be indicated in this contract, shall be adjusted to equal the final costs, except that the City shall not be obligated to make any refunds until all facilities required under all sections of this agreement have been completed to the satisfaction of the City. No refund of less than $25.00 will be made. In the event the difference in the deposit and actual cost exceeds $25.00, the Developer agrees to pay to the City any underpayment and the City agrees to refund any overpayment to the Developer. 12. The City will provide construction engineering, except for the setting of line and grade stakes for streets and storm drains (see definition of Construction Engineering), without charge on all projects regardless of size. The setting of line and grade stakes for streets and storm drains shall be the responsibility of the developer except that the City reserves the right to pre-qualify persons and/or firms that are hired to provide this surveying and to check the accuracy of the surveying and the conformance of the stakes to the approved plans. Following the setting of line and grade by a private surveyor hired by the developer, the contractor shall give 24-hour notice to the Construction Engineer so that inspection personnel will be available. No work shall begin until the assigned inspector is present and gives his consent to proceed. 13. Approval by the City Engineer shall not constitute or be deemed to be a release of the responsibility and liability of the Developer, his engineer, employees, and agents for the accuracy and competency of their designs and specifications. Such approval shall not be deemed to be an assumption of such responsibility and liability by the City for any defect in the designs and specifications prepared by the consulting engineer, his agents and employees, it being the intent of the parties that approval by the City Engineer signifies the City's approval on only the general design concept of the improvements to be constructed. In this connection the Developer shall for a period of five (5) years after the acceptance by the City of the completed construction project indemnify and hold the City and all of its officers, agents, servants and employees harmless from any loss, damage, liability or expense, on account of damage to property and injuries, including death, to all persons which may arise out of any defect, deficiency or negligence of the engineer's designs and specifications incorporated into any improvements constructed in accordance therewith, and the Developer shall defend at his own expense any suits or other proceedings brought against the City and its officers, agents, servants and employees, or any of them on CONTRACT FOR: NORTHPORT ADDITION (FORT WORTH ALLIANCE AIRPORT), EXTENSION OF SOUTH AIRPORT ACCESS ROAD AND HENRIETTA CREEK ROAD II-3 account thereof, to pay all expenses and satisfy all judgments which may be incurred by or rendered against them or any of them in connection therewith. 14. The developer agrees to construct street lights as specified in Section III of the agreement at the same time as streets are being constructed. 15. In the event the City awards the construction contract for any street and storm drain improvements, the Developer shall be relieved of all duties, obligations, and liabilities arising in this contract that relate to or arise in connection with activities that either the City or its contractor performs, directs, supervises, controls, or is otherwise responsible for. CONTRACT FOR: NORTHPORT ADDITION (FORT WORTH ALLIANCE AIRPORT), EXTENSION OF SOUTH AIRPORT ACCESS ROAD AND HENRIETTA CREEK ROAD II-4 B. STREET IMPROVEMENTS BY DEVELOPER: 1. Developer hereby agrees and binds itself to: a. Excavate all streets, including parkways, to line and grade established in the approved plans. No fill shall be put in place unless a City of Fort Worth inspector is present and approves the installation. b. Require any contractor who will be involved in any earthwork within any future public right-of-way, to notify the Transportation and Public Works Department, Construction Section before any work takes place and to require all earthwork to be done in accordance with the City of Fort Worth Standard Specifications to the satisfaction and approval of the City Engineer or his representative. c. Install all necessary storm drainage facilities in accordance with the Transportation and Public Worlcs Department's "Policy For Storm Drainage Facilities". d. Construct all utilities and services in the streets to at least two feet back to the curb line prior to the construction of curb and gutter and paving of the streets. All trenches sha11 be backfilled in accordance with standard City specifications. e. Construct concrete curb and gutter on both sides of the street, unless this agreement specifies otherwise, including intersections. Construct concrete driveways to the back of the walk line for each lot fronting on the street in accordance with standard City specifications. Construct sidewalks if specified in this agreement. f. Construct pavement, including subdrains determined to be required by the City Street Inspector during construction, on all streets in accordance with approved plans and/or specifications. g. Improve border streets at the time of development unless conditions preclude improvements at that time as determined by the Director of Transportation and Public Works. h. Construct, at its own expense, curb returns at all street intersections within or adjacent to the area covered by this agreement. i. Be responsible for grading the parkway between the curb lines and the property lines to elevations required by the City Engineer. j. Grade all 20' x 20' and 15' x 15' Open Space Easements down to a height of not more than twenty-four (24) inches above the top of curb. k. Construct, at its own expense, curb, gutter, and approved paving at the following locations as depicted on Exhibit "B": CONTRACT FOR: NORTHPORT ADDITION (FORT WORTH ALLIANCE AIRPORT), EXTENSION OF SOUTH AIRPORT ACCESS ROAD AND HENRIETTA CREEK ROAD II-5 SOUTH AIRPORT ACCESS ROAD - beginning from a point that is 800 ft. north of the north right-of-way line of Keller-Haslet Road, northerly an approximate distance of 5,160 L.F. consisting of a double 26' roadway of arterial grade pavement. Also includes 1 intersection, 2 median openings, 5 left turn lanes and 1 right turn lane. HENRIETTA CREEK ROAD - from the east property line of the North Fort Worth Airport, easterly an approximate distance of 1,740 L.F. to the west right-of-way line of, South Airport Access Road consisting of a double 26' roadway of arterial grade pavement. Also includes 1 turnaround, 1 left turn lane and 1 right turn lane. CONTRACT FOR: NORTHPORT ADDITION (FORT WORTH ALLIANCE AIRPORT), EXTENSION OF SOUTH AIRPORT ACCESS ROAD AND HENRIETTA CREEK ROAD II-6 2. a. Cost Distribution: The City shall bear all of the excess cost of street improvements for widths greater than: ° Forty (40) feet adjacent to property zoned single family and/or duplex residential. ° Fifty-two (52) feet adjacent to property zoned other than single family and/or duplex residential. b. If the developer constructs a wider street than requested by the City, there shall be no City participation for the cost of the extra width. However, in the event a street wider than forty (40) feet adjacent to single family and duplex residential or fifty-two (52) feet adjacent to zoning other than single family or duplex residential is constructed at the City's request, the City will make the following reimbursement to the developer upon completion of the entire length of street included in this Community Facilities Agreement. (1) The reimbursement shall be for the cost of the road width in excess of forty feet adjacent to residential (single family or duplex) zoning and fifty-two feet adjacent to zoning other than single family or duplexes. (2) The reimbursement due to Item (1) above shall be based on unit prices actually paid by the Developer and approved by the Transportation and Public Worlcs Director, except that the reimbursement for earthwork shall be established annually based on then current costs of doing this type of work, as determined by the City. c. On streets abutting City park property, the City will pay the cost of one-half of the curb, gutter, paving (including any base stabilization), and related earthwork adjacent to the park. d. All Railroad Crossings shall be of type "Rubber Railroad Crossing" without exception. The City's participation in railroad crossings shall be in accordance with this Section. Furthermore, if it is necessary for the City to condemn RaiTroad property, the developer shall reimburse the City the entire cost of the condemnation process including attorney fees plus any other costs associated with the right-of-way and or easement acquisition. e. The City shall pay engineering costs in the amount of six percent (6%) of the actual cost of the City's share of construction as defined above upon completion and acceptance of the street facilities. However for preparation of Community Facilities CONTRACT FOR: NORTHPORT ADDITION (FORT WORTH ALLIANCE AIRPORT), EXTENSION OF SOUTH AIRPORT ACCESS ROAD AND HENRIETTA CREEK ROAD II-7 Agreements, the City shall use six percent (6%) of the estimated cost of its share of construction as defined above for design engineering. f. The City shall assume all cost and construction responsibilities required of the Developer in connection with the contract for engineering services concerning access to the North Fort Worth Airport located at Tarrant/Denton County line between IH-35W and SH-156 as set forth in the contract for Engineering Services between Perot Investment Partner, Ltd. and Albert H. Halff Associates, Inc., dated September 11, 1987, said contract being incorporated herein by reference as the "Contract for Engineering Services". The City shall also reimburse the Developer in the amount of $70,090 which is included in the costs for design engineering and special services on Page II-16 of this contract, for a11 costs for design engineering, non-labor charges and survey for design paid by the Developer under the "Contract for Engineering Services" prior to to the effective date of this Community Facilities Agreement. With respect to costs and construction responsibilities under the "Contract for Engineering Services", the City shall be responsible for payment or reimbursement, as the case may be, of such costs up to and not to exceed the estimated amounts reflected in this Agreement under the heading "Design Engineering" and "Special Services" for storm drains, interior streets and street lights. Should the costs for engineering services under the "Contract for Engineering Services" exceed the amounts estimated herein for whatever reason, then the City shall not be responsible for the payment of such additional costs unless same are formally approved by the Fort Worth City Council and an amendment to this contract is executed by the parties providing for such additional costs. 3. The following special cost distribution conditions shall be in lieu of, shall supersede and shall prevail over any of the standard cost distribution provisions which may be in conflict herewith. See estimate of construction cost, Page II-9. 4. Special Conditions: a. This Community Facility Agreement is prepared in conformance with "Service Plan for Annexed Area" attached to and made part of Ordinance No. 9914, approved by the City Council on September 15, 1987. b. According to the "Service Plan for Annexed Area", the City of Fort Worth agreed to pay all costs for the design and construction of the South Airport Access Road not reimbursed by the Federal Aviation Administration as part of the Airport grant. Preliminary discussions with the FAA indicate that the FAA's participation will be limited to 50% of the design and construction cost of the South Airport Access Road. CONTRACT FOR: NORTHPORT ADDITION (FORT WORTH ALLIANCE AIRPORT), EXTENSION OF SOUTH AIRPORT ACCESS ROAD AND HENRIETTA CREEK ROAD II-8 4. Estimate of Construction Cost Item 2-26' Roadway 7" Reinforced Concrete 6" Stabilized Subgrade 6 Left Turn Lanes, 2 Median Openings, 2 Right Turn Lanes, 1 Intersection and 1 Turnaround 7" Reinforced Concrete 6" Stabilized Subgrade Unit Developer City* Total Quantity Price Cost Cost Cost 6,900 L.F, $114.20 $-0- $ 787,980 $ 787,980 4,150 S.Y. 21.30 -0- 88,395 88,395 Sub-Total 10% Contingencies Total $ -0- -0- $ -0- $876,375 $876,375 87,638 87,638 $964,013 $964,013 *City's participation due to proposed park site is $ -0- . CONTRACT FOR: NORTHPORT ADDITION (FORT WORTH ALLIANCE AIRPORT), EXTENSION OF SOUTH AIRPORT ACCESS ROAD AND HENRIETTA CREEK ROAD II-9 C. STORM DRAINAGE IMPROVEMENTS: 1. Based upon preliminary engineering facilities listed below are required. I sizes, quantities, and costs may vary accomplished, and bids are taken. Description of Work to be Done: design, the storm drainage t is understood that actual after detailed engineering is The Developer agrees to install or have installed, the storm drain system for this project as shown on Exhibit "B-1", attached hereto, in compliance with all applicable City of Fort Worth Rules and Regulations and Construction Standards. Furthermore, the Developer also agrees: a. to construct all storm drainage facilities and appurtenances to the line and grade established in the final plans. b. to provide sufficient drainage easements for all storm drainage facilities outside a public right-of-way. Drainage easements shall be provided along the entire length of the system to include an outfall condition which is acceptable to the City Engineer. A detention pond may be provided in lieu of an adequate outfall with approval by the City Engineer. Drainage easements along a required outfall channel or ditch shall be provided until the flowline "day lights" on natural grade. The minimum grade allowed on an outfall channel or ditch will be 0.2 foot per 100 feet. Drainage easements will generally extend at least twenty-five (25) feet past an outfall headwall to provide an area for maintenance operations. c. to provide a drainage system which is fu11y functional and readily maintainable. d. to provide for storm flow resulting from a one hundred (100) year frequency storm in accordance with City drainage design criteria. Such flow once contained in a public drainage easement and/or right-of-way shall continue to be retained with public easements or rights-of-way, unless approved by the City Engineer under a strictly controlled set of criteria. Over-flow swales intended to convey "public" storm flow shall be contained in a drainage easement, included in the design plan, and constructed in conjunction with the storm drainage improvements. e. that the storm drain system will be designed to ultimate land use. If stage construction is used, temporary offsite measures can be utilized as development proceeds but must be approved by the City Engineer. These temporary offsite measures must be brought into conformance with ultimate design standards as development proceeds. CONTRACT FOR: NORTHPORT ADDITION (FORT WORTH ALLIANCE AIRPORT), EXTENSION OF SOUTH AIRPORT ACCESS ROAD AND HENRIETTA CREEK ROAD II-10 2. Cost Distribution: a. The City shall not pay any amount in the cost of storm drainage facilities consisting of pipe 60-inches or less in diameter, including the cost of any trench and/or channel excavation, manholes, inlets, lead lines, headwalls and/or any other items to complete the system. b. Where pipe larger than 60 inches is used, the City sha11 pay twenty-five percent (25%) of the difference in construction cost between a sixty inch pipe and any larger pipe size. There will be no City participation in the cost of any trench and/or channel excavation, manholes, inlets, lead lines, headwalls, and/or any other items to complete the system. c. Where a lined channel is constructed, the City's participation shall be as follows: a. Twenty-five percent (25%) of the cost of concrete lining in place provided the bottom of the channel is lined with concrete or consists of natural solid rock. b. Twenty-five percent (25%) of the cost of gabion lining provided that the channel bottom is lined either with concrete or gabion; and/or the bottom of the channel consists of natural solid rock. c. There shall be no City participation in the cost of any trench excavation, right-of-way, inlets, manholes, guard rail, rip-rap, seeding, sodding and/or any other appurtenances necessary to complete the drainage facilities. d. Where a bridge or culvert is constructed, the City's participation shall be as follows: 1. For systems smaller than or equal to a pipe size of sixty (60) inches in diameter, area-wise, there shall be no City participation. 2. Where the system is larger than a pipe of sixty (60") inches in diameter or is of some other shape with a cross sectional area of more than 19.6 square feet, the City shall base its share of the cost on the water shed area to be drained and will calculate its share according to the table below for any bridge and/or culvert for a street crossing up to a roadway width of: ° Forty (40) feet adjacent to single family or duplex residential zoning and use. Fifty-two (52) feet adjacent to any other zoning and/or ° use. CONTRACT FOR: NORTHPORT ADDITION (FORT WORTH ALLIANCE AIRPORT), EXTENSION OF SOUTH AIRPORT ACCESS ROAD AND HENRIETTA CREEK ROAD II-11 Watershed Area City's Participation (Acres) (% of Cost) up to - 1,000 25 1,001 - 1,500 30 1,501 - 2,000 35 2,001 - 2,500 40 2,501 - 3,000 45 3,001 - 3,600 50 3,601 - 4,200 55 4,201 - 4,800 60 4,801 - 5,400 65 5,401 - 6,100 70 6,101 - 6,800 75 6,801 - 7,500 80 7,501 - 8,300 85 8,301 - 9,100 90 9,101 - 10,000 95 Over 10,000 100 3. Except as provided in Item 7., Page II-12, the City sha11 also pay one hundred percent (100%) of the cost of constructing the extra width of a bridge or culvert necessary for roadways in excess of: ° Forty (40) feet adjacent to single family and/or duplex residential zoning and use. ° Fifty-two (52) feet adjacent to any other zoning and and use. 4. There shall be no City participation in the cost of parkway improvements, including pedestrian ways, guardrails, etc. 5. Developers shall submit cost estimates for both a bridge and culvert and City cost participation shall be limited to the lowest City cost estimate based on the standard cost distribution listed above. The City Council reserves the right to evaluate the overall economic benefits to the City in all cases where its participation in a bridge or culvert exceeds forty percent (40%). The Director of Transportation and Public Works shall submit an economic evaluation and recommendation to the Council in such cases. CONTRACT FOR: NORTHPORT ADDITION (FORT WORTH ALLIANCE AIRPORT), EXTENSION OF SOUTH AIRPORT ACCESS ROAD AND HENRIETTA CREEK ROAD II-12 6. If the City requires a roadway width greater than those described above, one hundred percent (100%) of the additional cost of the drainage facility necessary for that excess width will be paid by the City of Fort Worth. 7. If the developer desires a roadway wider than determined necessary by the Director of Transportation and Public Works, then there shall be City participation for the additional cost of the drainage facility necessary for the excess width. 8. Bids and estimates for the construction of bridges and culverts shall be prepared on a unit cost basis for the length of the basic structure (width of the street) with all appurtenances such as guard rail, wingwalls, etc., being separate bid items, so that the cost distribution due to oversize structures can be readily determined. e. The City will consider the 1eve1 of service being required and City participation in extra cost of storm drainage facilities where the level of service is increased due to collector or thoroughfare street requirements. f. Storm flow shall not be diverted from its natural drainage course to a border street unless approved by the City Engineer. Where storm flow is diverted, in the opinion of City Engineer there shall be no City participation for the additional cost of constructing and/or oversizing any drainage facility or appurtenance required to handle such diverted storm flow and the City's participation shall stay the same as if the diversion did not occur. g. The City shall pay engineering costs in the amount of six percent (6%) of the actual cost of the City's share of construction as defined above upon completion and acceptance of the storm drain facilities. However, for preparation of Community Facilities Agreements, the City shall use six percent (6%) of the estimated cost of its share of construction as defined above for design engineering. h. The following special cost distribution conditions shall be in lieu of, shall supersede and shall prevail over any of the standard cost distribution provisions which may be in conflict herewith. See estimate of construction cost, Page II-15. i. The City shall assume all cost and construction responsibilities required of the Developer in connection with the contract for engineering services concerning access to the North Fort Worth Airport located at Tarrant/Denton County line between IH-35W and SH-156 as set forth in the contract for Engineering Services between Perot Investment Partner, Ltd. and Albert H. Halff Associates, Inc., dated CONTRACT FOR: NORTHPORT ADDITION (FORT WORTH ALLIANCE AIRPORT), EXTENSION OF SOUTH AIRPORT ACCFSS ROAD AND HENRIETTA CREEK ROAD II-13 September 11, 1987, said contract being incorporated herein by reference as the "Contract for Engineering" Services". The City shall also reimburse the Developer in the amount of $70,090 which is included in the costs for design engineering and special services on Page II-16 of this contract, for all costs for design engineering, non-labor charges and survey for design paid by the Developer under the "Contract for Engineering Services", prior to to the effective date of this Community Facilities Agreement. With respect to costs and construction responsibilities under the "Contract for Engineering Services", the City shall be responsible for payment or reimbursement, as the case may be, of such costs up to and not to exceed the estimated amounts reflected in this Agreement under the heading "Design Engineering" and "Special Services" for storm drains, interior streets and street lights. Should the costs for engineering services under the "Contract for Engineering Services" exceed the amounts estimated herein for whatever reason, then the City shall not be responsible for the payment of such additional costs unless same are formally approved by the Fort Worth City Council and an amendment to this contract is executed by the parties providing for such additional costs. 3. Special Conditions: a. This Community Facility Agreement is prepared in conformance with "Service Plan for Annexed Area" attached to and made part of Ordinance No. 9914, approved by the City Council on September 15, 1987. b. According to the "Service Plan for Annexed Area", the City of Fort Worth agreed to pay all costs for the design and construction of the South Airport Access Road not reimbursed by the Federal Aviation Administration as part of the Airport grant. Preliminary discussions with the FAA indicate that the FAA's participation will be limited to 50% of the design and construction cost of the South Airport Access Road. CONTRACT FOR: NORTHPORT ADDITION (FORT WORTH ALLIANCE AIRPORT), EXTENSION OF SOUTH AIRPORT ACCESS ROAD AND HENRIETTA CREEK ROAD II-14 4. Estimate of Construction Cost Item Quantity 21" RCP 1,780 L.F. 24" RCP 1,190 L.F. 30" RCP 440 L.F. 33" RCP 760 L.F. 36" RCP 885 L.F. 42" RCP 870 L.F. 48" RCP 1,450 L.F. 54" RCP 315 L.F. 60" RCP 1,060 L.F. 66" RCP 580 L.F. 72" RCP 120 L.F. Channel Excavation 48,400 C.Y. 10' Recessed Inlet 46 Ea. Pipe to Pipe 55 Ea. Connection 60" Hdwl. 4.10 C.Y. 66" Hdwl. 9.70 C.Y. 72" Hdwl. 5.70 C.Y. Unit Price 30.00 30.00 32.00 40.00 44.00 60.00 66.00 100.00 120.00 140.00 160.00 1.50 2,000.00 250.00 Developer Cost $-0- -0- -0- -0- -0- -0- -0- -0- -0- -0- -0- -0- -0- -0- City* Cost $ 53,400 35,700 14,080 30,400 38,940 52,200 95,700 31,500 127,200 81,200 19,200 72,600 92,000 13,750 Total Cost $ 53,400 35,700 14,080 30,400 38,940 52,200 95,700 31,500 127,200 81,200 19,200 72,600 92,000 13,750 350.00 350.00 350.00 Sub-Total 10% Contingencies Total -0- -0- -0- 1,435 3,395 1,995 1,435 3,395 1,995 $-0- $764,695 $764,695 -0- 76,470 76,470 $-0- $841,165 $841,165 *City's participation due to proposed park site is $ -0- . CONTRACT FOR: NORTHPORT ADDITION (FORT WORTH ALLIANCE AIRPORT), EXTENSION OF SOUTH AIRPORT ACCESS ROAD AND HENRIETTA CREEK ROAD II-15 D.' SUMMARY OF COST: Developer Street Improvements Construction $ -0- Storm Drain Improvements Construction $ -0- Design Engineeringa $ -0- Special Servicesb $ -0- Construction Engineering and Administration ( 6 % of Total Construction Cost) City $ 964,013 $ Total 964,013 $ 841,165 $ 841,165 $ 89,110 $ 89,110a $ 106,500 $ 106,500b $ 108,311 $ 108,311 TOTALS (This Project) $ -0- * $ 2,109,099*x$ 2,109,099 �The sum of $-0- to be deposited by the Developer prior to the execution of the contract. aConsists of engineering for street, storm drain and street light improvements as stipulated in the incorporated "Contract for Engineering Services". Includes the sum of $60,290 to be reimbursed to the Developer for design engineering costs paid by the Developer prior to the effective date of this Community Facilities Agreement. bEncompasses surveying, fulltime inspection and testing for street, storm drain and street light improvements as stipulated in the incorporated "Contract for Engineering Services". Includes the sum of $9,800 to be reimbursed to the Developer for non-labor charges and survey for design costs paid by the Developer prior to the effective date of this Community Facilities Agreement. **City's participation due to facilities constructed adjacent to City Park is: Interior: Streets $ -0- ; Storm Drain $ -0- Assessment Paving: Streets $ -0- ; Storm Drain $ -0- Recommended ,i;i" �� , I,'1 ,�-�� (� ' ; • ((�i" "�; � ( ('�""W ; Gary L. Santerre, P.E. Director of Transportation and Public Works ��:, 1 . ��;�'' �'�j �'.��� J���� � , Date Based on Policy Adopted January 7, 1986 CFA CODE 87026 CONTRACT FOR: NORTHPORT ADDITION (FORT WORTH ALLIANCE AIRPORT), EXTENSION OF SOUTH AIRPORT ACCESS ROAD AND HENRIETTA CREEK ROAD II-16 III � STREET LIGHTS The City agrees to provide for the installation of street lights at the approximate locations shown in Exhibit "C" herein in phase with the street construction. The cost shown below is an estimate based on preliminary information using.type 18 poles with type 33A arms. This may have to be changed to comply with airzone clearance requirements. Lighting levels will conform to ANSI standards. DEVELOPER'S COST $ -0- CITY'S COST $138,075.00 TRAFFIC SIGNALS Traffic signals will be installed by the City at City expense when the following two conditions are satisfied: a. Funds are available; b. Signals are warranted based on the Texas Manual on Uniform Traffic Control Devices. Northport Addition Fort jdorth A1liance Airport Fort Worth, Texas Revision �� 2 May 23, 1988 Recommended : .n���-t� <�%�-�l-a��. Gary L. Santerre, Director Transportation & Public Works III-1 IV STREET NAME SIGNS This development will result in the creation of one intersection. The City agrees to install one street name si�n at City expense. The estimated City cost is $80.00. Northport Addition Fort Worth A1liance Airport Fort Worth, Texas Revision �� 2 May 23, 1988 Recommended: �Q�'d72J ��"'�/F'r'c' Gary L. Santerre, Director Transportation & Public Works IV-1 v GENERAL REQUIREP�ENTS A. It is agreed and understood by the parties f�erei;o that the developer shal 1 empl oy a ci vi 1 engi neer, 1 i censed to pract ice i n the State of Texas, for the design and preparation of plans and specifications for the construction of all facilities covered by this contract, subject to Paragraph B. 6. For any project estimated to cost less than $10,000 or for any pro- ject designed to serve a single lot or tract, the develooer may at I�is option request the city to provide the design enginezring, and if such request is granted the dev�loper shall pay to the City an amount equal to 10 percent of the final construction cost of such project. C. In the event the developer employs his own engineer to prepare ��lans and specifications for any or all facilities, the plans and specifi- cations so prepared shall be subject to approval by the department having jurisdiction. One (1) reproducible set of plans with 15 prints and 35 specifications for eacn facility shall be furnished the department having jurisdiction. It is agreed and understood that in the event oF any disagreement on the ��lans and specifications, the decision of the Public Works Director, Transportation Director, and/or �Jater Department Director will be final. D. It is further agreed and understood by the parties hereto that upon acceptance �y the City, title to all facilities and improvements men- tioned hereinabove shall be vested at all times in the City of Fort Worth, and developer hereby relinquishes any right, title, or interest in and to said facilities or any part hereof. E. The life of tliis contract shall be two (2) years and it is undersiood that any obli gation on the part of the City to make any refunds here- under shall cease upon the expiration of two (2) years from the date of execution of this contract, except for refunds due from "per con- nection charges" on sanii,ary sewer and froin "front foot charges" on water mains, both of which refunds may continue to be made for a period of ten (10) years; provided, that if the construction under the Community Facilities contract shall have started within the two- year period, the life of the Community Facili�ies contract shall be extended for an additional one-year period. Community Facility Contracts not completed within the time periods stated above will require renewal uf the contract with all up-dated agreements being in compliance with the policies in effect at that time. Develo�ers must recognize that City funds may not be available to pay all or a por- tion of the normal City share For renewal contracts. It must be unde rstood by al 1 part i es t� the Communi ty Faci 1 i t i es contract that any of the faci l i ti es or requi rements i ncl uded i n the contract that are to be performed by the developer but not performed by the devel- oper within the time periods stated above, may be completed by the City at the developer's expense, and the City of Fort Worth shall not be ob 1 i gated to make any refunds due �to the devel oper on any faci 1 i- ties constructed under this agreement until all provisions of the agreement are fulfilled. 1 F. Per�formance and Payment Bonds, certificates of deposit, irrevocable letters oF credit and/or cash deposit are required for streets, s�orm drains and street lights, and must be submitted prior to execution of the contract fior i nstal lation oF communi ty faci li ti es by the Ci ty. The bonds should be standard performance and payment bonds as provided by a licensed surety company (on forms provided by that surety company); a cash deposit may be made into the T reasury of the City of Fort Wortli; or a certificate of deposit or irrevocable letter of credit inay be from any financial institution in the Fort Wor�th/Dal las Metroplex which is i nsured by the Federal Deposit Insurance Corporation or the Federal Savings and Loan Insurance Corporation. The Ci ty of Fort Worth cannot pay i nterest on any deposit made hereunder in the Treasury of the City of Fort Worth. (a) The developer shall execute four (4) copies of letter assigning the deposit to the City of Fort 4Jorth and providing for the City to withdraw the deposit if necessary to complete construction or on account of any default by the Devel oper of any ierms or conditions contained in this agree- ment. Such letter of assignment must be accepted i n writi ng by the fi nanci al i nsti tu- tion. (b) Upon satisfactory completion of the facilities, the City of Fort Worth shall reassign the deposit to the developer, including accrued interest or dividends thereon, upon express order of the City Manager. 1. When the option is exerci sed to provide a certificate of deposit in a financial institution, the following terms and condi tions shal l apply: (a) The developer shall execute four (4) copies of letters assigning the deposit to the City of Fort bJorth. Such letter of assignment must be accepted i n writi ng by the -Fi nanci al i nsti tu- tion. (b) Upon satisfactory com��letion of the facilities, the City of Fort laJorth shall reassign the depos- i t to the devel oper, i ncl udi ng accrued i nterest or dividends thereon, express under order of the City Manager. 2. When the option is exercised to provide an irrevocable letter of credit firom an authorized financial institu- tion, the form of the letter shall be approved by the Department of Law. Tne international letter of credit form used by banks is normally acceptable. 3. Performance and Payment Qonds, certificates of deposit, letters of credit or cash deposits will be furnished in the amount as requi red bel ow: ?_ (a) 100 percent of the estimated dev�loper's share of the cost of the storm drain. (b) 100 percent of the estima��ed devel oper's share of the cost of streets. (c) 100 percent of the estimated developer's share of the cost of the street lights. (d) A cash payrnent of the developer's share of the cost of the project is requi red prior to ini tia- tion of construction of vaater and sanitary sewer facilities. (e) A cash deposit, Performance and Payment Qonds or Letter of Credit acceptable to the City for the developers cost of paving a border street on an assessment basis (Reference Section VI, Item 3, Development Procedures Manual). 4. For construction of water and/or sanitary sewer• facili- ties, a certificate of deposit, irrevocable letter of credit, or cash deposit (providing for partial draw- i ngs ), i n the name of the Ci ty, shal 1 be furnished to the City as set out below: (a) Where the developer lets the contract, 100 per- cen� of the estimated contract cost of construc- tion, as stated in the construction contract, is required simultaneous 4vith execution of the con- struction contraci,; or, (b) Where the City lets the contract, 100 percent of �he developer's share of the construction con- tract cost is requi red prior to issuance of a work order by the City. 5. (a) Performance and Payment Bonds, Letters of Credit, Certificates of Deposit, and cash depos- its furnished hereunder shall be for the pur- �oses of guaranteeing satisfactory coin�li ance by the Developer with all requiremen�s, �erms and conditions of this agre�ment, including, but not limited to, the satisfactory completion of the iinprovements prescribed herein, and the making of paym�n�ts to any person, fi rin, corporation or other �ntity with whom the Developer has a direct contractual relationsf�ip for the perform- ance of work her�under. (b) Developer shall keep said Performance and Payment Bonds, Letters of Credi t, Ce rt i f i cates of Deposit, and/or cash deposits in full force and ef�Fect until such time as Develuper has fully complied with the terms and conditions of 3 this agreement, and failure to keep same in �force and effect shall constitute a breach of this agreement. In this connection, all Letters of Credit fur- nished hereunder shall be renewed annually in the amounts designated by the City, and the renewed Letter of Credit shall be delivered to the City on or beFore the tenth (lOth) day prior to the �ate of ex�iration of the then existing Letter of Credit. If Developer fails to deliver �the renewed Letter of Credit to the City within the time prescrined herein, such failure shall constitute a breach of this agreement and shall be a basis for the City to draw on all or any portion of the then existing Letter of Credit. G. This contract, any part hereof, or any interest herein shall not be assigned by developer without written consent of the City Manager, and it is further agreed that such written consent will not be granted for the assignment, transfer, pledge and/or conveyance of any refunds due or to become due to developer except that such assign- ment, transfer, pledge and/or conveyance shall be for the full amount of the total of all such refunds due or to become due hereunder. H. On all facilities included in this agreement for which �the developer awards his own construc�;ion contract, the developer agrees to follow �the fol l o�vi ng procedures: (1) If the City participates in the cost of the facilities, the construction contract must be awarded after adver- tising in a local newspaper at least one time not less than two weeks to the date of receipt of sealed bids as required by State statutes prescribing regulations for contracts for public work. The sealed bids rnust be opened in the presence of a representative of the City. (2) To employ a construction contractor who is approved by the Director of the Department having jurisdiction over the facility to be so constructed, said contractor to meet City's requirements for being insured, licensed and bonded to do worl< in public streets, and to be qualified in all respects to bid on public projects of a similar nature. (3) To require the contractor to furnish to the City pay- ment, performance and mai ntenance bonds i n the name of the City for 100 percent of the contract price of the faci 1 i ty, said bonds to be furni shed before avork is commenced. To further require the contractor to pro- vide public liability insurance. (4) To give 4B hours notice to the de�artment having juris- di ction of i ntent to commence construction of the facility tl�at inspection personnel i�ill be available; n and to require the contractor to allow the construction to be subject to i nspection at any and al l times by City inspection forces, and not to install any sanitary sewer, storrn drain, or vaater pipe unless a responsible City inspector is present and gives his consent to pro- ceed, and to make such 1 aboratory tests of materi als being used as may be required by the City. (5) To secure approval by the Director of the department having jurisdiction oF any and all partial and final payments to the contractor, said approval is made, in accordance with requiremen�ts of this agreement, and is not to constitute approval of the quantitiPs of which payrnent i s based. (6) To delay connections of buildings to service lines of sewer and water mains constructed under this contract until said sewer and water mains and service lines have been coinpleted to the satisfaction of the 6Jater Department. (7) It is expressly understood by and between the developer and the City of Fort bJorth, that in the event the devel oper elects to award one si nyle construction con- tract for storm drainage and pavement, shall be sepa- rated in �the bidding and City participation, if any, shal 1 be limited to the lowest possible combi na�ion of I�ids as if each of the above were awarded as separate contracts. (8) To comply with all requirements concerning improvements set forth in this agreement, including, but not limited to, any person, firm, corporation or other entity with whom the Developer has a direct contractual relation- ship of the performance of the work hereunder. I. Anything to the contrary herein notwithstanding, for and in conside- ration of the promises and the covenants herein made by the City, the Developer covenants and agre�s as follows: (1) The Developer shall make separate elections with regard to water and/or sanitary sewer facilities, storm drain- age, street improveinents and street lights as to whe- ther the work pr�scribed herein shall be per�formed by the City, its Contractor, or by the Developer's Contractor. Each separate election shall be made in writing and delivered to City no later than six (6) rnonths prior to the expiration of this ayreement. In the ever�t any of such separate elections has not been so made and delivered to City by such date, it shall be conclusively presumed that the Developer has elected that such work be performed by the City in accordance with all of the terms of this agreement, and in particular Paragraph V-F hereof. � (2) Irres�ective of any such election and whether the work is to be performed by the City, its Contractor or by the Developer's Contractor, the Developer covenants and agrees to del i ver to the Ci ty a perfiormance bond or a cash de�osit in lieu thereof in accordance with the provisions of Paragraph V-F of this agreement. (3) In addition to the bond or deposit required in the pre- ceding paragraph, in the event Develo�er elects that the work be performed hy the City, or its Contractor, or such election is presumed as provided above, the Developer covenants and agrees to pay to the City his share o�F the estimated construction costs. The amount of such estirnated payment shall be computed as set out in Sections I, II, III, and IV hereoF, based upon the lo��est responsible bid fior such work as determined by City, or upon a cost estimated to be performed by City forces prepared by the Ci ty, as appropri ate, and sh al 1 be subject to adjustment to actual costs upon final completion of the subject. Such estimated payment shall be made promptly upon demand by City, it being contemplated that such payment will be made after the receipt of bids for work out in every case prior to i,he award of any construction contract, unless otherwise specifically set out herein. (4) Developer further covenants and agrees to, and by these presents does iiereby fully indemnify, hold harmless and defend the City, its officers, agents and employees from all claims, suits or causes of action of any nature whatsoever, whether real or asserted, brought fior or on account o�f any injuries or damages to persons of property, including death, resulting from, or in any way connected with, this agreement or the construction of the improvemerrts or facilities described herein; and in addition the Developer covenants to indemnify, hold harmless and defend the City, its officers, agents and employees from and against all claims, suits, or causes or action or any nature whai,soever brought for, or on account of any injuries or damages to persons or prop- erty, including death, resulting frum any failure �to properly safeguard the work or an account oF any act, intentional or otherwise, neglect or misconduct of the Developer, its Contractors, Subcontractors, agents or empl oyees . (5) Developer covenants and agrees that it discriminates against no individual involving employment as prohi- bited by the terms of Ordinance No. 7278 (as amended by Ordinance No. 7400), and ordinance prohibiting discrim- ination in ernployment practice because of race, creed, color, religion, national origin (except for illegal aliens), sex or age, unless sex or age is a bonafide occupational qualification. Developer further cove- nants and agrees that no labor organization, [^: subcontractor or employment agency, either furnishing or referring applicants to such developer, nor any agent of developer is discriminating against any indi- vidual i nvol vi ng empl oyment as proh i bited by the terms of such Ordinance No. 7278 (as amended by Ordinance No. 7400). J. The attached Exhibits A, B, B-1, C, A�pendix "A", location map and Addendum No. 1 are made a part hereof for all intents and purposes. K. Venue of any action brought hereafter shall be in Fort Worth, Tarrant County, Texas. L. The City's "Policy for the Installation of Community Facilities," as adopted by the City Council on January 7, 1986, is hereby incorpo- rated herein by reference, and Developer covenants and agrees to comply with said Policy. 7 IN TESTIMONY WHEREOF, the City of Fort Worth has caused this instru- rnent to be executed in quadru��licate in its name and on its behalf by its City Manager, attested by its City Secretary, with the corporate seal of the City affixed, and said Developer has execute�this instrurnent in qua- druplicate, at Fort Worth, Texas ihis the �Z� day of �"� , 19�. �`� ATTEST: uth Howa d � � � City Secretary CITY OF FORT WORTH, TEXAS r Qy : l�-�i� �� • �/.�4� _ - David A. Ivory �� Senior Assistant City � Manager APPROVED AS TO FORM ANO LEGALITY: . , ' i am �J . Wo od � Deputy City At;torney Date: ,5'_ �, � .:4 8 C -/0990 - 1. -- i Con�l�wc-c l�.ui;izo,:�.zai;ion � -a � -��' Date DEVELOPER: Hillwood Development Corp. B. _/ : Y' V�/r-- H.R. Perot, Jr. President ATTEST: : S APPENDIX "q" COST ESTIMATE SUMMARY PROJECT NORTHPORT ADDITION (FORT WORTH ALLIANCE AIRPORT, EXTENSION OF SOUTH AIRPORT ACCESS ROAD AND HENRIETTA CREEK ROAD) PERFORMANCE CONTRACT SECTION DEVELOPER CITY TOTAL GUARANTY Section I Water $ -0- $ -0- $ -0- $ -0- Sewer 128,950 27,300 156,250 * Section II Interior Streets Construction -0- 964,013 964,013 Storm Drains Construction -0- 841,165 Design Eng. -0- 89,11C Special Services -0- 106,50C Section III Street Lights -0- 138,075 Section IU Street Name Sign -0- 80 TOTAL $ 128,950 $ 2,166,243 *Developer shall deposi�t 100% of approved bid. -0- -0- 841,165 89,110 106,500 138,075 80 $ 2,295,193 -0- -0- $ -0- � � / � � -_ '`'1 , � I NORTN • FORT h/ORTH � i AiRPORT � � � �� � y � � , __ -- 0� � � � - -- _ � —, � � � , �� -.� � � � � ; `'2� �� `, � �� i � ; I , � i � , \� _, � .7' y �-`v � _�./�� `,2� ,\ �,� 8 .. � __ � __B� ��7YP/CilL � - �`\ � SAN/TARY SElNER EXH/B/T ;�1 ' - `��r ��.�'��'_�° �� ���d�"� ����tF'J-- _ Ti�fE PEROT GROUP - ALBERT H. H.4LFF ASSOG/�9TES ,/NC. ENG�NEERS FEB. f98B � • � �/ b 0 300 600 _ �I �roo LEGENO d�f.H. � I � � �- ; � �� �� `' i � � i i, , ' ' �� � 1 \'�� ' �,N ry , \�� � 1'; � .�-� � � � � �� � �2 4 , iBYOTf/E,PS) ~ � - 21 -� \ .;\ -- � � �_\ . ' .� ,� , •. �X � � �� %, G•T f � I � _d v �� i I � 1 : i Q 1 P M'�4 iCy L /��' ��E� SH��r .. 4 GANE p/✓IDFD �i27�2/tjL $ 7-'tNCNREIN� Con/c,��T� �v ON 6 -/NCH GInqE STf�B, � SUBC�2qDl� ---, 0 � � 1 nio,e r�-/ Fo2 r;No�e r� �/2Po2T � � -- � ,�E���,e - �,�s� � r ,eo � � Q-� , i� ' o� � . e Z � 1, �o, / E�D �,. �� . � � .� � ke�j _IE?�f� i- Le��� I ��rn �ane NEf`�P � � �� R�c��i ivrn Lqne � • G��� ' � •rn�er'sec��ior� � hl, �nc�u�e� �tn �he C �� �o�' Nor�hpor��' �}cic��•�iE�n : Sou��l �1�'Por1' ioA;� ancl �e��er � NAsi C�oac� U(��-rqc��'-- �.� �� `���\�� i 1 � Ti� �� ieS �1��/�� 7°� `,� ' FoR 1 woR i H ALL�ANGE �192 Pc�FZ7 �d'�,� l�i�� �% � 0� �3 !�� ALBE�i F� p1d�LG� �I�SO�/AT�S, IfdC, EN����,ER� FEB. /9gg - ��,���=T /oi"� � ____ _ _ _ _. ...,....�..,� -- � � --�, �.,,..�.,.,�..,,�:�— � i , / . G�����R,oRia Q � � -'1� ti _ � N �N R I� �^- - _ _„_--_----� : � � _ _ � � `�¢e� � � 1 �,�I .-- 1 ��. � � � i � N O � 1 ;��oQ rN �'az�- r�aRTN �lRPo2 T �� , � ; -- - - ._�..�. SUBGRADE - M,q `c',.� L/^/� (S�E �, r EE7- 1 orc�� ke� �'- Le�t�r �ur� �-��P � R�i�h� V(urn �-G��• o Mec�i�,n 0������n� � ��y1��G-`�c��,�iC�r1 � lurnqe�o��nc� a�����0 � �'��e���' '� � �p� � woRTN Pt�LIP�NCE �Iili�o2 j �'O�E P�'� OT P' � � t9�' AcBE/a� f� HAL�I� ���pC/AT��� IAle. ���Pn/�`��$ �'�. /9�8 SI-����' 2 0� a � � � ' / `-- � � � � ' � ' 'v9 . � r�' • �7 ai�- - �\ , \ � E�a �\� a I ° � � � ,� � � � � . --. . _--_. .�,�.__ -- ..�.�._....._-__ ._. . �-�-.-.-..�:. ___.,_ .__ . . ._z -- _.... _ ..._�..,. __�... - _ _ _ . � — �� � _ �,�... . � - - � � � o �� � ,�� -- ; �� L E'GEND � PROPOSE.D R� FT. .ovLEi �` LAT��'�G ---G{ �iPQf'05.�0 �aE.9�rN.4LL � MOf�?TH FORT d1/pFdTf� .�/RPOR! i 0 '• � o J - RQ � � � �. '`�� L ��'ao� s� �If�'ppQ� �_ `__ �2` �o�FS'S � --�-q � � �i'a� ��4� �'6 �� .. e -- ca',�Fs l : �`�, � � �� ,` \ �md a , '��bo o�e Fd� � � �O Q�\ � '.�5�0 . � �� � � (u �� a . IM� � s6 ��� �,� � �n � � � � �•t,� � ,� z � 42° �+'+6° m _ � -1 , -,� -� 5¢ i g'' ]> �o�� " � (1 � � 0 3 o tn as �-�" tl a r •� � 6G' �!►� �, � ��'��� ���/�� .. ������� ° � � �' ° �o�T e.qlo�! P� PtLLjANC� �m�'i�O�2 � � 6�6�%°� ���� i% ��'u`��l'�`'' �i G �EF�T 6� !.'AG �� '�aQC/�a'?E5 , /!+/�; ENf'�-.�ft/EE�'cs F�E. r'',�8�5' �� , .��.��,�a�s � Ql?�f9 j A� ��� �s � �o _ \Q�r� / � � -- -= _-_—_�_ .. _ .: ---- - _�_ -�..:f--.�.�....-_.-r-� � .:..�.:-r�_ -.�- -.-n, -�------_._. ---��--,-.w .,._.. w , <�.�y.�---�.__�_._ ___.�___4�_ _..._�.�....__, �.�.._:�_. __._.__. __ _�_ �.... � __.___��_ __ ; _ , . } _ � . , �� '' ���.. � � � � / � �• � � � • . � � � � � � r� . . I ' �_� � ;--�� ' ' I ` -� �'� . �� � �- T ; � � ° ` �°�- � � , � � � f� � \ _ '� ��__ _ � ��` � ..:,. _ ,. _ _ -, - ;� . �t:_�' .:' i; _, f � ,; _�, �iu �i c/��� �A FORT WORTH ALLIANCE AIRPORT ��� ��-�� ����� Revision �k 2 May 23, 1988 _ �, -, _ � _ _ .. : , .._-_. ,,; • 0 3a� 600 I�aO LE��hlO 0� Pl��r'�'S'ED SiRE�T C�BHP GC�C.Ai/:1N8 � - 57'RE�'T �'.��.�" e�v� ;` i i � e _�— � . �� � �� \ ` .s7 �� 0 � �. I `0� � � �1 � � e � o t '.� - , �. �--_}- `' \ � .� . � � `� �� ; � ' -.. ! _� _ 6 . , , ,� , � v � �� _ I � t ~ — -- -- ca.oraYv - PROJECT � � � I 35 f"�'YL 1 �ace LEBAltOiJ� � ■ �{ e � i OPPER Dalloa '�3 LOCATiON — ^ q07 .lU=TIPIt� O��' gA�2TONVtLLEI �ANYO NIGHLA�D � ,�� � SI �PIORTHLAKE � �OZ � VILLAGE �, � o� � �� �TY 4 -� _ CC t DOUBLE 0 K -�LE VtL�E ,� �t_ 1 / " 0.7� /�+ � �+ s'j'� � r � �/ � `e NOME � I FLO111�R I� � � o HEBRO�v `�, �- � &40UND � � \ ' ° °4 , � � 35 � ���yy� J [ o I(I�{ I � .$„Qi1N0iCE� f �'�ST1 K ropevtn "� � "�' � — �' ELLER- � Raser olr �� � RO DT I � � COPPELL � C �OLLiOP! 1'/ARK ' l HA�LETT � Iw 1 � � N ke �'. � � 3� KELLER S�UTHI.AKE A�EVjI �� FA i�AERS BRA.�VCii � � o�u°n�atn � 28 ° � `� �/��.,. i � I�i j�5 �4 �- AZL Lafce $� I I � 77 � Zg �OLLEYVILl.E � g g � 0 � � IA � ND r �ATAUCA 26 -� � I �� �� � � �, SAGIidA� � � PlORTFi / B�DFORD ,� 62lCHLAfVD / �� � I{� ��"aco°''' � : �'v ���� � LAKE o�f 1 �24 j �.�s� � �3 I I \ . �� VILLA�E ANSf3M�r-� � I 26 HURST �� EULESS �3 � �3 `O PARK A�� - — �7 T,y iRViNG 3Yo — � . Lcke Ylar h .� VILLAGE �` C�� �� 6CHL N13 Fortc r ?ix -, 7 �r HILLS � ot A 1' • B2 AhS� f 0 v�o-n�� �3 � ! a , ��� 30 � —..%;_ , SETTLE r� ST 5'ti� • o dR�,iF�GTOPd ..-'C �o � 2� 1• �, _. � $ .� .� � �R� P�IRIE �OCKRELL I 37 $� � _ �0 �e�fre �' �p' s � � $� ` 2� ` Pt�vT� o � O � �D �o � �L e c�osK � �U a , �3 � Lalce � � r Lbke � s FORT �OR Q�Q� �fo� d �2 , sEti�Raa�� 20 �e� w�� . ` 20 � 20 � . . � �� � �tQ� : � �� �� Ct��7 � ���� � . � E'dERMAN� ! � n� ��� �oR�T V��RTa'i AIRPOR� � -� o � : .� �� e 3� ��7 B �I�E PE�T G�3ouP � ; �o�E,r . e� ,aLBERT �4.�IALFF Assoct�,T�s,9t�C. EtvC. F�6. 99�� � ' - ....... .. . .. .... . .. .._.... . . . _ . . _ �. ....... . . .... ...... .... ..... _.. ..._:.. _ .. _._.._... ... ..._. ..._. _ ,�,............_._---- _ . MAY 1 8 1988 ADDENDUM NO. 1 TO NORTHPORT ADDITION: NORTH FORT WORTH AIRPORT, ERTENSION OF SOUTH AIRPORT ACCESS ROAD AND HENRIETTA CREEK ROAD CFA CODE 87026 This Addendum No. 1(the "Addendum") to the Northport Addition: North Fort Worth Airport, Extension of South Airport Access Road and Henrietta Creek Road CFA 87026 (the "Phase II Access CFA") is entered into as of May 24, 1988. The parties to the Phase II Access CFA hereby agree as follows: 1._ �ECURITY �ROVI�IONS: The Developer shall have the right to secure its performance under a Developer awarded contract, or its participation under a City awarded contract, through the pledging of securities as provided in the Pledge Agreement attached hereto as Exhibit No. 1. 2,_ CI_TY-AWARDED CtQNTRACTS: In the event the City awards any construction contract for any of the improvements covered by the Phase II Access CFA, the Developer shall be relieved of and released from all duties, obligations, and liabilities imposed by the Phase II Access CFA or this Addendum that relate to or arise in connection with activities that either the City or its contractor performs, directs, supervises, controls, or is otherwise responsible for. � CONFLICT: In the event of any conflict between this Addendum and the provisions of the Phase II Access CFA, this Addendum shall control_. 1 EXHIBIT N0. 1 TO ADDENDUM NO. 1 PLEDGE ArREEMENT THIS PLEDGE AGREEMENT (the "Pledge Agreement"), entered into as of May 24, 1988 by and among Hillwood Development Corporation ("Developer"), the City of Fort Worth, Texas, a municipal corporation of Tarrant County, Tegas ("Fort Worth") and First RepublicBank Dallas, N.A., a national banking association ("First RepublicBank"). �l .� T N E,� S E T H: WHEREAS, Developer and Fort Worth expect to ei�ter into that certain Commiinity Facilities Agreement for Northport Addition: North Fort Worth Airport, Extension of South Airport Access Road and Heiirietta Creek Road CFA Code 87026 pertaining to the construction of certain road, storm drainage, arid other related improvements to serve the North Fort Worth Airport (the "Community Facilities Agreement"); and WHEREAS, the Community Facilities Agreement provides that Developer shall submit to Fort Wortti performance and payment bonds, certificates of deposit, irrevocable letters of credit or cash deposits (collectively, the "Intended Security") for the purpose of g��aranteeing satisfactory compliance by Developer with all requirements, terms, and conditions of the Community Facilities Agreement (collectively, the "Secured Obligations"j; and F1}iEREAS, Developer and Fort Worth desire and agree that Developer be allowed to pledge Securities (as defined below) to Fort Worth, to be held by First RepublicBank as escrow agent, in lieu of and in complete satisfaction of the obligation to submit the Intended Security to secure the performance of the Secured Obligations; NOW THEREFORE, for and in consideration of the premises, ten dollars ($10.00) and other good and valuable consideration, the receipt, sufficiency, and adequacy of which are hereby acknowledged and confessed, the parties hereto hereby agree as follows: SECTION 1. pefined Terms. For the purposes of this Pledge Agreement, unless the context otherwise clearly requires, the following terms shall have the following 2 meanings: "Initial Security" shall mean the Securities identified on Exhibit A attached hereto having an aggregate Market Value of not less than �128,950.00, which sum represents 100 percent of the estimated Developer's share of the cost of constructing the road and storm drainage improvements identified in the Comrnunity Facilities Agreement. The Developer's share of the total cost of sucli improvements shall hereinafter be called the "Estimated Developer's Cost". "Lien" shall mean any lien, security interest, charge, tag lien, pledge, encumbrance, conditional sales or other title retention arrangement or any other interest in property designed to secure the repayment of indebtedness or the satisfaction of any other obligation. "Market Value" shall mean the price, as of any date, obtained on such date from a generally recogiiized source agreed to by the parties or the most recent closing bid quotation obtained fr.om such a source, excluding accrued iilterest. The parties agree in advaiice to any so��rce acceptable to First RepublicBank that is a nationally recognized exchange. "Securities" shall mean (i) securities that are direct obligatiotis of the United States having a maturity of not more than twenty (20) years and (ii) municipal bonds having a maturity of not more than twenty (20) years which are approved by Fort Worth and which are rated "AAA" by Moody's or by Standard & Poor's. SECTION 2. �lec�qg. As security for the full and punctual performance of the Secured Obligations, Developer hereby pledges, hypothecates, assigns, transfers and sets over to Fort Worth, and hereby grants to Fort Worth a security interest in, the Initial Security .and all rights and privileges pertaining thereto with the exception of the interest income to be derived therefrom, which interest income shall remain the property of Developer and shall be distributed by First RepublicBank in accordance with Developer's periodic instructions (all such Initial Security, substitutions therefor as permitted hereunder and other property and rights described are collectively called the "Pledged Collateral"); TO HAVE AND TO HOLD the Pledged Collateral, together with all rights, titles, interests, privileges and preferences appertaining to or incidental thereto, unto Fort Worth subject, however, to the terms, covenants and conditions � hereinafter set forth. The security interest granted and the assignments made hereunder are made as security only and shall not subject Fort Worth or First RepublicBank to, or transfer or in any way affect or modify, any obligation of Developer with respect to any of the Pledged Collateral or any transaction involving or giving rise thereto. SECTION 3. Phy$ical Po�session of Pledsed�Qllater�l. Concurrent,ly with the execution of this Pledge Agreement, Developer shall have delivered to and deposited with First RepublicBank the certificates or instruments representing or evidencing the Pledged Collateral. The parties acknowledge and agree that First RepublicBank shall be required to segregate the Pledged Collateral from other securities held in trust by First RepublicBank for Developer in accordance with the normal practices of First RepublicBank. First RepublicBank shall return all certificates or instruments representing or evidencing the Pledged Collateral remaining in its possession to Developer (or take such other action as Developer may request or direct) immediately after receipt of written notice from Fort Worth that the Secured Obligations have been fully performed. During such time as First RepublicBank has possession of the Pledged Collateral, First RepublicBank shall furnish to the City (when reqtiested by the City) written acknowledgments signed by a trust officer listing the Pledged Collateral by name of security, type of security, maturity date, interest rate, and CUSIP number and acknowledging ttiat such collateral has been pledged to the City pursuant to this Pledge Agreement. SECTION 4. ReDr.esentations and Warranties. Developer does hereby represent and warrant to Fort Worth and First RepublicBank that: (i) Developer is the owner of ttie Pledged Collateral free and clear of all Liens; (ii) Developer has lawful authority to pledge the Pledged Collateral in the manner hereby contemplated; (iii) no consent or approval of any governmental body or regulatory authority is necessary to the validity of the rights created hereunder; (iv) the execution, delivery and consummation of this Pledge Agreement will not violate any law, regulation, mortgage, indenture, contract, instrument, judgment or decree applicable to or binding on Developer and (v) this Pledge Agreement has been duly authorized, executed and delivered by Developer and constitutes a legal, valid and binding obligation of Developer enforceable in accordance with its terms except as enforceability may be limitec3 by applicable bankruptcy, insolvency, moratorium or other similar laws affecting creditors' rights generally and except as enforceability may be limited by general principles of equity. The delivery at any time by Developer to First RepublicBank for the benefit of 4 . ', `� � , � � � Fort Worth of instruments, cash or other items evidencing Pledged Collai:eral shall constitute a representation and warranty by Ueveloper that, with respect to such Pledged Collateral, the matters heretofore warranted in clauses (i) through (v) irnmediately above are true and correct on, and as if they were made upon, the date of such delivery. SECTION 5. �ovenant�.. (a) �ffirmative CovPnan�. So long as any of the Secured Obligations remain unperformed, Developer covenants and agrees that Developer will: (i) from time to time execute and deliver to Fort Worth all such assignments, certificates, supplemental writings, and other items and do all other acts or things as Fort Worth may reasonably request in order to evidence and perfect the security interest of Fort Worth in the Pledged Collateral; (ii) furnish Fort Worth with information which Fort Worth may reasonaL�ly request concerning the Pledged Collateral; and (iii) notify Fort Worth of any claim, action or proceeding affecting title to the Pledged Collateral or Fort Worth's security interest therein. (b) Neaative Covenants. Developer covenants and agrees that Developer will not: �i) sell, assign or transf_er any rights of Developer in ttie Pledged Collateral; or (ii) create any Lien in the Pledged Collateral, or any part thereof, or permit the same to be or become s�xbject to any Lien except the security interest herein created in favor of Fort Worth. SECTION 6. Votin4 Riahts: Dividends. Etc� Prior tQ pef�ult. So long as no Default exists, Developer shall be entitled to receive, retain and expend any interest income payable with respect to the Pledged Collateral and any and all other distributions made on or with respect to the Pledged Collateral. If a Default shall have occurred and be continuing, any interest income payable on the Pledged Collateral and any and all other distributions made on or with respect to the Pledged Collateral shall be and become part of the Pledged Collateral and shall be held in trust for the benefit of Fort Worth. Fort Worth shall have the right, during the continuance of any Default, to direct First RepublicBank to notify and direct, and First RepublicBank shall have the right to notify and direct, the issuer of the Pledged Collateral to make all payments and distributions directly to First RepublicBank for the benefit of Fort Worth. The issuer of the Pledged Collateral making any such payments or distributions shall be fully protected in relying on the written notice from First RepublicBank. 5 1 r ,1 e' � �� ' SECTION 7. � ents of Defa��. Developer shall be in Default uilder this Pledge Agreement only upon the happening of any the following events: (a) Default in the timely payment or performance of the Secured Obligations after written notice thereof has been given to Developer to and First RepublicBank and such default is not cured within five (5) days after such notice; (b) Any warranty or representation made to Fort Worth by Developer in connection with this Pledge Agreement proves to have been false in any material respect when made; or (c) Default in delivery of the Additional Securities as provided in Section 13 tiereof. SECTION 8. Riahts and Remedies of Fort Worth Unon and After Default. (a) ��m��. Upon the occurrence of a Default, Fort Worth shall have the right to direct First RepublicBank to sell or otherwise dispose of all or any part of the Pledged Collateral in accordance with normal banking procedures. First RepublicBank is hereby authorized to sell or otherwise dispose of the Pledged Collateral immediately upon the receipt of a written statement purporting to be executed by an authorized representative of Fort Worth stating that: "Developer is in default in the performance of the Secured Obligations under the Commtinity Facilities Agreement for Northport Addition: North Fort Worth Airport, Extension of South Access Road and Henrietta Creek Road-CFA Code 87026; written notice of such default has been given by Fort Worth to Developer and First RepublicBank; such default was not cured within five (5) days after such notice; and Fort Worth is entitled to have the Pledged Collateral sold or disposed of iii accordance with Section 8 of the Pledge Agreement." In the event of sale, First RepublicBank shall not be liable for any fluctuation in Market Value of the Pledged Collateral, and any such sale or other disposition may be as a unit or in parcels (it being agreed that the sale of any part of the Pledged Collateral shall not e$haust the power of sale granted hereunder, but sales may be made from time to time until all of the Pledged Collateral has been sold or until the Secured Obligations have been fully performed). Fort Worth shall be liable for, and shall return to Developer, the amount, if any, by which the sales proceeds exceed the amount necessary to complete performance of the Secured Obligations. (b) Sale of PledQed Collateral. Upon ttie consummation of any sale, First RepublicBank shall have the right to deliver, assign, and transfer to the purchaser the Pledged Collateral sold. Each purchasez at any such sale shall hold the property sold free from any claim or right of whatsoever kind, and Developer hereby waives (to the extent permitted by law) all rights of redemption, stay and/or appraisal. (c) Notices. Any notice required or permitted to be given to Developer or Fort Worth shall be given in writing and shall be personally delivered or mailed by prepaid certified or registered mail to such party at the address set forth below. Any notice required or permitted to be given to First RepublicBank shall be given in writing and shall be effective when actually received. Hillwood Development Corporation Attn: H. R. Perot, Jr. 12377 Merit Drive Suite 1700 llallas, Texas 75251 City of Fort Worth Attn: City Treasurer 1000 Throckmorton Street Fort Worth, Texas 76102 First RepublicBank N.A. P.O. Box 241 Dallas, Texas 75221 Attn: Carol Peaster, Trust Department Any such notice shall be deemed to have been given (whether actually received or not) on the day personally delivered as aforesaid or, if mailed, on the day it is mailed as aforesaid. SECTION 9. G�rtain Other Riah�s�nd Duties of For�Worth and Fizst RevublicBank. (a) �t�s_pons_�iz�li�y__for Plg�aed Co_llateral. Fort Worth and First RepublicBank shall not have a duty to fix or preserve rights against parties who may have had a prior interest in the Pledged Collateral or to collect any amount payable with respect to the Pledged Collateral, but shall be liable only to the account of Ueveloper for what Fort Worth and First RepublicBank may actually collect or receive thereon. (b) Nondisclosur.e. In so far as permitted by Art. 6252-17, Texas Revised Civil Statutes, Fort Worth r� f ' ( � � � I " � shall not discuss or disclose the Pledged Collateral with ariy persons who are not employed by Fort Worth, and tY1P11 only to the extent such discussion or disclosure is absolutely required. SECTION 10. Excl.usive Riahts and Remedies. This Section 10 intentionally left blank. SECTION 11. Substitution of Collateral. Notwithstanding any contrary provision in this Pledge Agreement, Developer sl�iall have the right (without the consent of Fort Worth), at any time and from time to time, to obtain releases from Fort Worth of all or any part of the Pledged Collateral (Yiereinafter called the "Released Collateral") upon satisfactioii of tYie following conditions: (a) Ueveloper shall provide Fort Worth and First RepublicBank written notice that Developer desires to obtain Released Collateral (as sper.ified and described i.n such notice) in exchange for a contemporaneous substitution of different collateral (as also specified and described in sucli notice); and (b) Developer shall pledge to Fort Wort,h, and deliver to First RepublicBarik for the benefit of Fort Worth, substituted Seciirities (the "Substituted Collateral") the Market Value of which Substituted Collateral shall be at least equal to the Market Value of ttie Released Collateral. All Substituted Collateral shall be deemed to be Pledged Collateral for purpases of this Pledge Agreement. Upon satisfaction of the above-specified conditions, Fort Worth shall immediately execute a release of the Released Collateral and direct First RepublicBank to return to Ueveloper any original certificates or instruments in First RepublicBank's possession that represent or evidence the Released Collateral or take such other action with respect to the Released Collateral as Developer may request or direct. Developer shall pay the expenses incurred by First RepublicBank in connection with obi:aining each such release and substitution. SECTION 12. Periodic Withdrawal of Collateral. Notwithstanding any contrary provision in this Pledge Agreement, lleveloper shall also have the right, on the expiration of each 180-day period after this Pledge Agreemeilt is executed, to withdraw portions of the Pledged Collateral (hereinafter called the "Withdrawn Collateral"), upon E:� satisfaction of the following conditions: (a) Developer shall provide Fort Worth and First RepublicBank written notice (the "N�tice") that Developer desires to obtain the Withdrawn Collateral; and (b) the aggregate Market Value of the Pledged Collateral after withdrawal of the Withdrawn Collateral is at least equal to the estimated value of the Secured Obligations then remaining to be performed (such remaining value is hereinafter called the "Estimated Cost to Complete"). The Notice shall include a description of the Witl�drawn Collateral and Developer's calculation of the Estimated Cost to Complete. Upon receipt of the Notice, Fort Worth shall have ten (10) calendar days to notify Developer of Fort Worth's calculation of the Estimated Cost to Complete. If Fort Worth fails to so notify Developer, then Developer's calculation shall be deemed to have been accepted and approved by Fort Worth. If Fort Worth's calculation is less tlian, or not more than five percent (5%) higher than, Developer's calculation, then Fort Worth's calculation shall be deemed to have been accepted and approved by Developer. If Fort Worth's calculation exceeds Developer's calculation by more than five percent (5%), Fort Worth and Developer shall jointly approve a Estimated Cost to Complete. Upon satisfaction of the aliove-specified conditions and upon approval (or deemed approval) of the Estimated Cost to Complete, Fort Worth shall immediately execute a release of the Withdrawn Collateral and direct First RepublicBank to return any original certificates or instruments in First RepublicBank's possession that represent or evidence the Withdrawn Collateral or to take such other action with respect to the Withdrawn Collateral as Developer may request or direct. Developer shall pay the expenses incurred by First RepublicBank in connection with obtaining each such release. SECTION 13. Period�V�luation of Pledaed Coll��eral. At any time and from time to time (but not more frequently than once each month) Fort Worth, at Developer's sole cost and eapense, may request First RepublicBank to obtain or provide the Market Value of the Pledged Collateral. Fort Worth may cause Developer to pledge additional Securities (the "Additional Securities") as Pledged Collateral upon satisfaction of the following conditions: (a) Fort Worth shall provide Developer and First RepublicBank a written notice setting forth the Market Value of the Pledged Collateral and requesting Developer to pledge Additional Securities having a specified Market �� '11 f � 1 . Value; and (b) the aggregate Market Valtze of the Pledged Collateral (including the Additional Securities) shall be equal to (or, at Developer's option, greater than) the last-determined Estimated Cost to Complete (or the Estimated Developer's Cost if no Estimated Cost to Complete has yet been determined hereunder). Developer shall have five (5) days from receipt of such notice to pledge to Fort Worth, and deliver to First RepublicBank for the benefit of Fort Worth, all certificates or instruments representing or evidencing Additional Securities, the market value of which Addi.tional Securities shall be confirmed by First RepublicBank within five (5) business days after receipt of same. SECTION 14. Non—Assi�nabilityo uf Fort Worth's Riyhts. The rights, powers and interest held by Fort Worth hereunder in and to the Pledged Collateral may not be transferred or assigned by Fort Worth in whole or in part. Any attempted transfer or assignment shall be absolutely void and shall entitle Developer to a release of all Pledged Collateral. SECTIUN 15. No_Waiver. No waiver by Fort Worth of any Default shall be deemed to be a waiver of any other subsequent Default. No delay or omission by Fort Worth in exercising any right or power hereunder shall impair any sucli right or power or be construed as a waiver thereof, nor shall any single ar par.tial exercise of any such right or power preclude other or further exercise thereof. SECTION 16. Binding_Effect. This Pledge Agreement shal.l be binding on the parties, their successors and assigi�s. No provision of this Pledge Agreement may be amended, waived or. modified except pursuant to a written instrument executed by Fort Worth, First RepublicBank and Developer. SECTION 17. Choice of Law. This Pledge Agreement is to be construed and interpreted in accordance with the laws of the State of Texas. SECTION 18. Counkerparts. TYiis Pledge Agreement may be executed in any number of multiple counterparts and by different parties on separate counterparts, all of which when taken together shall constitute one and the same agreement. SECTION 19. First RevublicBa.nk Indemnity. Developer hereby agrees to release, hold llarmless and indemnify First RepublicBank (and its directors, officers, employees, agents 10 ,� , , � . {"��'�,. and representatives) from and against all claims, damages, expenses, costs, suits and other liability of any kind whatsoever that arise out of or are directly or indirectly related to the performance by First RepublicBank of its duties hereunder except for the gross negligence or willful misconduct of First RepublicBank or its directors, officers, employees, agents or representatives. HILLWOOD DEVELOPMENT CORPORATION SIMK0:664 By: H. R. Perot, Jr. Title: President Date: CITY OF FORT WORTH, TEXAS By: David A. Ivory Title: Seni�r Assistant Cit�r Mana�Pr Date: FIRST REPUBLICBANK DALLAS, N.A. By: Name: Title: Date: � 11 �ity of �o�t �orth, ��.�a� 0 .�I����° ���C� c���,+��.��ll c���,�,�uc�,��c��t���, DATE REFERENCE sus�Ecr: CONTRACT FOR THE INSTALLATION PAGE 5/24/88 "u"'BER . OF COMMUNITY FACILITIES - NORTH PORT 3 C-10990 ADDITION (FORT WORTH ALI_IANCE AIRPORT, 1°f _ EXTENSION OF SOUTH AIRPORT ACCESS ROAD AND HENRIETTA CREEK) Recommendation It is recommended that: 1) The following bond fund transfer be approved: F rom 80-013901-00 Unspecified 90-136901-00 New Development Unspecifi ed 90-095701-00 Ci ty's share of Design Engineering in New Development To 80-013001-00 Northport Addition 90-136079-00 Northport Addition 90-136079-00 Northport Addition Amount $ 32,000 To provide funds for City's share of sewer construction 1,805,178 To provide funds for City's share of Street and Storm Drain Construction 195,610 To provide funds for City's share of design fee for streets and storm drains Reason 2) The City Manager be authorized to make joint payments to the Developer's engineer for the City's share of design costs; 3) The City Manager be authorized to execute the Pledge Agreement with Hill- wood Development Corporation. 4) The City Manager be authorized to reimburse the developer for the City's share of cost for sanitary sewer, storm drainage and streets to include the costs for design engineering, non-labor charges, and survey for design paid by the Developer; 5) The City Manager be authorized to execute the Community Facilities agree- ment with the developer, Hillwood Development Corporation. Discussion Hillwood Development Corporation, acting by and through H. R. Perot, Jr., its duly authorized President, the developer of Northport Addition, has executed a proposed contract of community facilities to serve the area shown on the attached maps. DATE 5/24/88 REFERENCE suB�ECT: CONTRACT FOR THE INSTALLATION PAGE NUMBER OF COMMUNITY FACILITIES - NORTH PORT 2 3 C-10990 ADDITION (FORT WORTH ALLIANCE AIRPORT, °f� EXTENSION OF SOUTH AIRPORT ACCESS ROAD AND HENRIETTA CREEK) The estimated cost of the community facilities is as follows and subject to actual bid price: Estimated Project Cost Water Sanitary Sewers Street Improvements Construction Storm Drains Construction Design Engineering Speci al Se rvi ces Street Lights Street Name Signs Tot al Developer $ -0- 128,950 -0- - 0- -0- - 0- - 0- -0- $ 128,950 City -0- 27,300 964,013 841,165 89,110 106,500 138,075 80 $2,166,243 Total -0- 156,250 964,013 841,16 5 89,110 106,500 138,075 80 $2,295.193 Water facilities, sanitary sewers, street paving with curb and gutter, storm drai nage, street 1 i ghti ng and street name s i gns, wil l be i nst al 1 ed i n accord- ance with standard policies for the installation of community facilities. The contract includes City participation in the cost of sewer, streets storm drains, street lights, and street name signs. The Developer's obligations will be secured by the pledge of securities approv- ed by the City. The Developer will pledge additional securities if the market value of the pledged securities falls below the estimated cost of contract com- pletion. The City will assume the cost and construction responsibilities of the Develop- er in connection with the contract for engineering services previously entered into by the Developer with Albert H. Halff Associates, Inc. The City will also reimburse the Developer $70,090 for costs of design engineering, non-labor charges, and survey for design paid by the Developer to its engineer prior to the date of the Community Facilities Agreement. The City's assumption and reimbursement obligations are limited to the estimates contained in the Community Facilities Agreement, and any increases in such estimates must be approved by the City Council. For City awarded construction contracts, the Developer will be relieved of duties or obligations for activities that the City or the City's contractor pe rfo rms . DATE REFERENCE sue�Ecr: CONTRACT FOR THE INSTALLATION 5/24/88 NUMBER OF COMMUNITY FACILITIES - NORTH PORT C-10990 QpnrTrnN �FpRT W�RTH aLLIANCE AIRPORT_ EXTENSION OF SOUTH AIRPORT ACCESS ROAD AND HENRIETTA CREEK) PAGE 3_or-3 — Special Conditions The Community Facilities Agreement is prepared in conformance with "Service Plan for Annexed Area" attached to and made a part of Ordinance No. 9914, approved by the City Council on September 15, 1987. According to the "Service Plan for Annexed Area", the City of Fort Worth agreed to pay al l costs for the desi gn and construction of the South Ai rport Access Road not reimbursed by the Federal Avi ation Admi ni stration as part of the Ai r- port grant. Preliminary discussions with the FAA indicate that the FAA's participation will be limited to approximately 50% of the design and construc- tion cost of the South Ai rport Access Road. Plan Commission Approval On April 29, 1987, the City Plan Commission approved the concept plat (C-87-1) for Northport Addi tion. Financing In order to provide sufficient funds for the City's share of the cost of these improvements, a bond fund transfer is proposed from Sewer Fund 80, Unspecified, Project No. 013901-00 in the amount of $32,000; New Development Fund 90, New Development Unspecified, Project No. 136901-00 in the amount of $1,805,178 and New Development Fund 90, City's share of Design Engineering in New Development, Project No. 095701-00 in the amount of $195,610 (in which sufficient funds are available) to Sewer Fund 80, Project No. 013001-00 and new Development Fund 90, Project No. 136079-00 in the amount of $2,000,788, Northport Addition. Sufficient Funds are available in New Development Fund 90, Project No. 095104-00, Engineering Salaries, to finance engineering and administrative costs. The expenditures will be made out of Index Codes 680975, 621458 and 621227, res pect i vel y. DAI:fq ' �:,Yt �. A�� M��k1 � � � (tii,. CPorPtazy ef the SUBMITTED FOR THE CITY MANAGER'S OFFICE BY: ORIGINATING DEPARTMENT HEAD: David Ivory Joe Bilardi 7820 DISPOSITION BY COUNCIL: PROCESSED BY ❑ APPROVED ❑ OTHER (DESCRIBE) GTY SECRETARY FOR ADDITIONAL INFORMATION JOC B� � c�I'd� %HZO CONTACT: DATE