Loading...
HomeMy WebLinkAbout016477 - Construction-Related - Contract - Perot Investment Partners Limited�, / t � 1 , i COP�MUNITY FACILITIES AGREEMENT STATE OF T�XAS § COUNTY UF TARRAf�T § CITY SECRETARY. � �-���� ���� WHEREAS, Perot Investment Partners Limited hereinafter called "Developer", desires to make certain improvements to Northport Flddition/South Airport Access Road and Keller-Haslet Road Upgrade, an addition to the City of Fort Worth, Texas; and WHEREAS, the said Developer has requested the r;ty of Fort Worth, a municipal corporation of Tarrant County, Texas, hereinafter called "City", to do certain work in connection with said improvements; NOW, THEREFORE, KNOW ALL I�IEN BY THESE PRESENTS: That said Developer, acting herein hy and through H. Ross Pero�t, Jr., its duly authorized Managing Partner, 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 convenant and agree as follows, to-wit. �� i �; � ..t � � ' , ' , , I Northport Addition South Airport Access Road and Keller-Haslett Road Upgrade Water and Sanitary Sewer Facilities required for this portion of the Northport Addition will be installed under a separate Community Facility Agreement or Agreements. RECOMMENDED: ,�.��j.�c� �u.v�+ Richard W Sawey, Director Water Department Date: (��3�� 7 Z-1 � � II STREET AND STORM DRAIN IMPROVEMENTS A. GENERAL PROVISIONS: 1. The Developer acicnowledges that he has complied with Article 104.100 of Ordinance 7234 and hereUy 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 Ordi- nance, 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 develop- ment. 2. The Developer agrees to install or cause to have installed, the storm drainage facilities improvements shown on the attached Exhibits "A" and "A-1", in accordance with plans and specifica- tions prepared Uy 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 develup- ment. On Border Streets, the Developer will be responsible only for the costs of relocating the utilities, with the City coord- inating the utility construction. Prior to construction, the Developer will provide the City a list of a11 utilities that wiLl require relocating, along with assurance that no conflicting sL-reet construction will take place until the utility relocation has been completed. The Developer further agrees that before com- mencing 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 C�uncil'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 rigYit-of-way and/or easements required to construct the street and/or storm draivage improvements including any drainage out- fall, 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 request- ed 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 improvemenls required under this agreetnent. Such plans shall be in compliance with the policies, ordinances, and rules of the City of Fort Worth, and are subject to approval CONTRACT FOR: NORTHPORT ADllITION: SOUTH AIRPORT ACCESS ROAD AND KELLFR-HASLET ROAD UPGRADE I I-1 by the City Engiaeer. After said plans are approved as witnessed by the signatures of the City Engineer and of 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) une�ecuted, 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 Worlcs. It is understood that the Developer will initiate the con- struction of all improvements to conforrn with his own schedule, except for those improvements which the Transportation and Public Works Director deems necessary for the proper and orderly deve- lopment of the area. In the event Developer fails to carry out any such instructions within the 90-day period, the Ueveloper gives the City the right to award a contract for the improvernents 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 Spec- ifications to the satisfaction and approval of the City Engineer or his represenlative. 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 Ordivance 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. This bond or deposit will be conditioned upon the satisfactory compliance by the lleveloper 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 lleveluper sha11 pay the entire cost of the street and/or storm drainage facilities. `I`he con- dition set out in "General Requirements," Section V, Paragraph F of this agreement shall apply. CONTRACT FOR: NORTHPORT AD)�ITION: SOUTH AIRPORT ACCESS ROAD AND KELLER-HASLET ROAD UPGRADE I I- 2 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 part- icipation in the costs shall be as shown in Section II-B, (Street Improvements) and 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, sha11 be adjusted to equal the final costs, exce�t that the City shall not Ue 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 stalces 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 sur- veying and to checic the accuracy of the surveying aud the con- formance of the stakes to the approved plans. Following the setting of line and grade by a private surveyor hired Uy the developer, the contractor shall give 24-hour notice to the Construction Engineer so that inspection personnel wi11 be available. No worlc 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, einployees, 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 spec- ifications 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 con- struction project indemnify �nd hold the City and a11 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 CONTRACT FOR: NORTHPORT AllllITION: SOUTH AIRPORT ACCESS ROAD AND KELLER-HASLET ROAD UPGRADE I I- 3 ' ' � 1 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 aud employees, or any of thern on accoutit 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 agreemeut at the same time as streets are being constructed. 15. In the event that the City awards the construction contract, the developer will be relieved of all of the foregoing obligations that relate to or arise in connection with activities that wi11 be controlled by the City. CONTRACT FOR: NORTHPURT AllDITION: SOUTH AIP.PORT ACCESS ROAD ANll ICELT ER-IiASLET ROAD UPGRADE I I- 4 B. STR��T IMPROV�MENTS BY DEVGLOPER: 1. Developer hereby agrees and binds itself to: a. �xcavate a11 streets, including parkways, to line and grade established in the approved planso No fill shall be put in place unless a City of ForL Worth inspector is present and approves the installation. b. Require any contractor who will be involved in any earthwork wiL-hin any future public right—of—way, L-o notify the Transportation and Public [Jorlcs Department, Construction Section before any caorlc talces plaee and to require a11 earthworlc to be done I.n accordance �oilh the City of P'ort �-]orth Standard Specifications to the saLisfaction and approval of the City Engineer or his representative. c. Install all necessary storm drainage facilities in accord— ance with the Transportation and Public �dorks Department's "Policy Por Storm Drainage racilities". d. Construct all utilities and services in tlle str.eets to at least t�vo feet bacic to the curb line prior to Lhe con— struction of curb and gutter and paving of tlie streets. All trenches shall be bacicfilled in accordance �oith standard City specificaLions. e. Construct concrete curb and �utter on both sides of the street, unless this agreement specifies otherwise, including intersectionso Construct concrete driveways to the back of the wallc line for each lot fronting on the street in accor— dance with standard City specifications. Construct sidewallcs if specified in this a�reement. fe Construct pavement, including subdrains determined to be required by the City Street Inspector during construction, on all streets in accordance �vith the approved plans and/or specificat-ionse g. Improve border streets at the time of development unless conditions preclude improvements at that time as determined by the Director of Transportation and Publlc Works. h. Construct, at its o4m expense, curb returns at all street intersections within or adjacent to the area covered by this agreement. i. Be responsible for grading the park�vay between the curb lines and the property lines to elevations required by the City �ngineer. � j. Grade all 20' x 20' and 15' x 15' Open Space Easements down to a height of not more th�n tweiiry—four (24) inches above ttie top of curU. Ic. Construct, at it� own expense, curb, �utter, and approved paving at the following locations as depicted on Exhibit nA��� CONTRACT FOR: NORTHPORT ADDITION: SOUTII AIRPORT ACCESS ROM AIVD K�LLER--HASLET ROAD UPGRADE I I-- 5 . . . . . . . . . . . .. .. .. . . . . . . ... . .. .. .. . � . _ ... . ,_ . >.�. :, 1:. — ar�.....:.Shl�r{1v�ir:Y.da-.a SOUTH AIRPORT ACCESS ROAD - from the north right-of-way line of Keller-Haslet Road, northerly an approximate distance of 800 L.F. (including a 300' long, 72' wide bridge) consisting of a double 26' roadway of arterial grade pavement. 1. The City shall assume all cost and construction responsibi- lities required of the Developer in connection with the contract for engineering services concerning access to the North Fort Worth Airport located at the Tarrant/Denton County line between IH-35W and SH-156 as set forth in tile contract for �ngineering Services between Perot Investment Partners, Ltd. and Albert H. Halff Associates, Inc., said Agreement being attached hereto as "Contract for Engineering Services" and incorporated herein for all purposes. With resgect to costs and construction responsibilities under the "Contract for �ngineering Services," City shall be responsible for paywent of such costs up to and not to exceed the estimated amounts reflected in this Agreement under the heading of "Design Engineering" and "Special Services" for storm drains, streets and street lights. Should the fees for engineering services under said "Contract for Enginee�ing Services" exceed the amounts estimated herein for whatever reason, then City shall not be responsible for the payment of such additional �� fees unless same are formally approved by the ,Fort Worth � �ity Council and an amendment to this contract is executed ''by the parties providing for such additional fees. �' , � � : ,. � C- � ��. CONTRACT FOR: NORTHPORT ADDITION: SOUTH AIRPORT ACCESS ROAD AND KELLER-HASLET ROAD UPGRADE II-6 2. Cost Distribution: a, The City shall bear all of the excess cost of street im- provements for widths greater than: o Forty (40) feet adjacent to property zoned single family and/or duplex residential. o 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 reim- bursement to the developer upon completion of the entire length of street included in this Community Facilities t�reement . (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) T`he reimbursement due to Item (1) above shall be based on unit prices actually paid by the Develuper and approved by the Transportation and Public Works Director, except that the reimbursement for earthwork sha11 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 tlie cost of one-half of the curb, gutter, paving (including any base stabilization), and related earthwork adjacent to the parlc. 0 d. All Railroad Crossin�s 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 Railroad property, t11e developer shall reimUurse 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 CONTRACT FOR: NORTHPORT AllllITION: SOUTH AIRPOKT ACCESS ROAD AND KELLER-HASLET ROAD UPGRADE I I- 7 Cornu�unity Facilities Agreements, the City shall use six percent (6%) of the estimateci cost of its share of construction as defined above for design engineering. 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 cotistruction cost, Page II-9. 4. Special Condition: Community Facility Agreement 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. CONTRACT FOR: NORT�iPORT ADDITION: SOUTH AIRPORT ACCESS ROAD AND ICELLER-HASLET 1ZOAD UPGRADE I I- 8 4. Estimate of Construction Cost Item Quantity 2-26' Roadway 500 L.F. 7" Reinforced Concrete 6" Stabilized Subgrade (Excluding 300' long 72' wide bridge) Unit Developer Price Cost $148.26 $-0- City* Total Cost Cost $ 74,130 $ 74,130 Sub-Total $-0- $ 74,130 $ 74,130 10% Contingencies -0- 7,413 7,413 Total $-0- $ 81,543 $ 81,543 *City's participation due to proposed park site is $ -0- . 1� CONTRACT FOR: NORTHPORT ADDITION: SOUTH AIRPORT ACCESS ROAD AND KELLER-HASLET ROAD UPGRADE II-9 C. STORM DRAINAGE IMPROVEMENTS: 1. Based upon preliminary engineering design, the facilities Listed belocv are required. It is actual sizes, quantities, and costs may vary engineering is accomplished, and bids are taken. Description of Work to be Done: storm drainage understood that after detailed 'I�e Developer agrees to install or have installed, the storm drain system for this project as shown on Exhibit "A-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 esta'olished in the final plans. b. to provide sufficient drainage easements for all storm drainage facilities outside a public right-of-way, llrainage 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, llrainage easements along a required outfall channel or ditch shall be provided until the flowline "day lights" on natural grade. T'he minimum grade allowed on an outfall c'nannel 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 fully functional and readily maintainable. d. to provide for storm flow resulting from a one hundred (l0U) 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 wi11 be designed to ultimate land use. If sta�e 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. CONTKACT FOR: NORTHPORT AllDITION: SOUTH AIRPORT ACCESS KOAD AND KELLER-HASLET KOAD UPGRADE 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 Ue 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 participa- tion shall be as follows: a. Twenty-five percent (25%) of the cost of concrete lin- ing iu 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 Uottom is lined either with concrete or gabion; and/or the bottom of the channel consists of natural solid rocic. 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 Uridge 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) iuches 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 accord- ing 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. CONTI2ACT FOR: NORTHPORT t1DllITION: SOUTH AIRPORT ACCESS ROAD AND 10ELLER-HASLET ROAD UPGiZADE 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 - 2,50U 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 £3, 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 shall 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 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 tYie overall economic benefits to the City in all cases where its participation in a bridge or culvert exceeds forty percent (40%). The Director uf Transportation and Public Works shall submit an economic evaluation and recommendation to the Council in such cases. 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. CONTRACT FOR: NO�ZTHPORT ADDITION: SOUTH AIRPORT ACCESS ROAD AND KELLER-HASLET KUAD UPGRADE II-12 7. If the developer desires a roadway wider than determined necessary by the Director of Transportation and Public Works, then there shall be no City participation for the additional cost of the drainage facility necessary for the excess widtho 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 level 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-14 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 the Tarrant/Denton County line between IH-35Ld and SH-156 as set forth in the contract for Engineering Services between Perot Investment Partners, Ltd. and Albert H. Halff Associates, Inc., said Agreement being attached hereto as "Contract for���gineering Services" and incorporated herein for all purposes. �J•u%' ,',��� � � � �� ;- �� �� 3. Special Condition: ,��'°� ` Community Facility Agreement prepared in conformance Plan for Annexed Area" attached to and made part No. 9914, approved by the City Council on September 15, CONTRACT FOR: NORTHPORT ADDITION: SOUTH AIRPORT ACCESS ROAD AND KELLER-HASLET ROAD UPGRADE with "Service of Ordinance 1987. �T-a,3 (1) With respect to costs and construction responsibilities under the "Contract for Engineering Services," City shall be responsible for payment of such costs up to and not to exceed the estimated amounts reflected in this Agreement under the heading of "Design Engineering" and "Special Services" for storm drains, streets and street lights. Should the fees for engineering services under said "Contract for Engineering Services" exceed the amounts estimated herein for whatever reason, then City shall not be re3ponsible for the payment of such additional fees 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 fees. ���� � ,lY ����, i'y�J II-13A 4. Estimate of Construction Cost Unit Developer Item Quantity Price Cost Drainage Improvements for South Airport Access Road 21" R.C.P. 300 L.F. $ 26.80 30" R.C.P. 190 L.F. 45.00 33" R.C.P. 280 L.F. 48.00 36" R.C.P. 180 L.F. 50.00 42" R.C.P. 250 L.F. 60.00 10' Rec. Curb Inlet 6 Ea. 2,100.00 4' x 4' Drop Inlet 2 Ea. 1,000.00 42" Slope End Section 2 Ea. 3,000.00 300' long, 72' wide 21,600 S.F. 34.00 bridge Drainage Improvements along Henrietta Creek Channel Excavation 250,000 C.Y. 2.50 Clearing and Grubbing 20 Acre 2,000.00 Grassing 20 Acre 3,000.00 Grouted Rocic Riprap 11,600 S.Y. 35.00 5-10' - 10' Multiple 120 L.F. 2,231.25 Box Culvert Adjust Telephone Line L.S. 6,055.00 Sub-Total 10% Contingencies Total *City's participation due to proposed park site is $ $-0- -0- -0- -0- -0- -0- -0- -0- -0- -0- -0- -0- -0- -0- � $-0- -0- $-0- City� Cost $ 8,040 8,550 13,440 9,000 15,000 12,600 2,000 6,000 734,400 625,000 40,000 60,000 406,000 267,750 6,055 Total Cost $ 8,040 8,550 13,440 9,000 15,000 12,600 2,000 6,000 734,400 625,000 40,000 60,000 406,000 267,750 6,055 $2,213,835 $2,213,835 221,383 221,383 $2,435,218 $2,435,218 -0- . CONTRACT FOR: NORTIiPORT ADDITION: SOUTH AIRPORT ACCESS ROAD AND KELLER-HASLET ROAD UPGRADE II-14 D. STREETS TO BE IMPROVED ON THE ASSESSMENT BASIS: 1. The Developer her�by agrees that the following streets and storm drains as shown on Exhibit "A" and "A-1" as described below, will be improved on the assessment basis at such time in the future that the Fort Worth City Council determines in its sole discretion that developrnent warrants constructing this street. The Developer's participation will be calculated based on assessment paving policy in effect at the time of the assessment. KELLER-HASLET ROAD - from the east right-of-way line of Interstate Highway 35W, westerly on approximate distance of 1,7_50 L.F. consisting of a double 26' roadway of arterial �rade pavement. 2. Cost Distribution a. The City shall bear all of the excess cost of street improvements for widths greater than: o Forty (40) feet adjacent to property zoned single family and/or duplex residential. o Fifty-two (52) feet adjacent to property zoned other than single family and/or duplex residential. b. The Developer shall put up a cash deposit, bond or a Letter of Credit acceptable to the City for 1/2 the cost of the street paving and drainage improvements as required at the time of execution of this [�greement. 3. The Developer's participation in the cost of storm drainage facilities will be calculated in accordance with Section VI of the Policy for the Installation of Community Facilities and shall be installed in accordance with the Transportation and Public Works Department�s "Policy For Storm Drainage Facilities." 4. The aUove improvements must be advertised for and the City must receive bids, award the contract, hold a benefit hearing, and comply with the requirements of the State Statutes and City Charter. 5. The Developers participation must be paid in full at the time of the construction contract award. 6. The Developer hereby agrees that the amount of his participation in the cost of the above improvernents represents the enhancement in value and special benefits to his property as such is defined in Vernon's Texas Civil Status, Article 1105 B, Sections 7 and 9. CONTRACT FOR: NORTHPORT AllDITION: SOUTH AIKPORT ACCESS KOAD AND KELLER-HASL�T KOAll UPGI2ADE II-15 . .. . � . . . . , . . . . . . .. . . � , . .. ...,, , . , ,� . :. , . ., . _ �,.. . .. . . . .. .:-r wa.c».:::jqt<�lad+l�d�nr. r 7. At such time �hat the Developer exchanges ownership of the property adjacent to the street(s), the City shall convert all deposits to cash in order to insure the construction and design of the facilities as shown in Exhibits "A" and "A-1" and as described in this agreement. 8. The following special cost distribution conditions shall be in lieu of, shall supersede and sha11 prevail over any of the standard cost distribution provisions which may be in conflict herewith. See estimate of construction cost, Page II-�7. 9. The City sha11 assume all cost and construction responsibi- lities required of the Developer in connection with the contract for engineering services concerning access to the North Fort Worth Airport located at the Tarrant/Denton County line between IH-35W and SH-156 as set forth in the contract for Engineering Services between Perot Investment Partners, Ltd. and Albert H. Halff Associates, Inc., said Agreement being attached hereto as "Contract for En ir�eering Services" and incorporated herein for all purposes.�l) Special Condition: Community Facility Agreement prepared in conformance with "Service Plan for Annexed Area" attached to and made part of Ordinance No. 49I4, approved by the City Council on September 25, 1987. �1� With respect to costs and construction responsibilities under the "Contract for Engineering Services," City shall be responsible for payment of such costs up to and not to exceed the estimated amounts reflected in this Agreement under the heading of "Design Engineering" and "Special Services" for storm drains, streets and street Iights. Should the fees for engineering services under said "Contract for Engineering Services" exceed the amounts estimated herein for whatever L� reason, then City shall not be responsible for the payment p/� of such additional fees unless same are formally approved , by the rort Worth City Council and an amendment to this contract � ,�:;1i"�fj.�' is executed by the parties providing for such additional fees. � CONTRACT FOR: NORTHPORT ADDITION: SOUTH AIRPORT ACCESS ROAD AND KELLER-HASLET ROAD UPGRADE II-16 6. Estimate of Construction Cost Unit Item Quantity Price A. Street Construction 2-26' Roadway 1,250 L.F. $148.26 7" Reinforced Concrete 6" Stabilized Subgrade Removal of Existing 4,600 S.Y. 10.00 Asphalt Pavement Developer Other City'�X Total Cost Cost* Cost Cost $-0- $66,717 $118,608a $185,325 -0- 16,560 29,440 Sub-Total A 10% Contingencies Total A $-0- -0- $-0- $83,277 $14II,048 8327 14,8U5 $91,604 $162,853 46,000 $231,325 23,132 $254,457 B. Storm Drain Construction%�K* Storm Drain System 1,054 L.F. $30.00 $-0- $31,620 $ -0- $ 31,Ei20 (with appurtenances) Sub-Total B 10% Contingencies Total B $-0- $31,620 -0- $ 3, 162 $-0- $ 34,782 $ $-0- -U- -0- $31,620 3,162 $ 34,782 Total A + B $-0- $126,386 $162,853 $289,239 ��Other Cost is defined as the cost of construction to be assessed against other property ocvners. X* City's participation due to facilities constructed adjacent to City Parks: Streets $ -0- ; Storm Drain $ -0- . xx*All costs for the construction of Storm llrainage Improvements are estimates. The actual cost distribution for all the required Storm Drainage Facilities will be determined at the time of construction. aCost for 350' (under I.H. 35) of 2-26' Roadway @$148.26/L.F. and 900' of 1-26' roadway @$74.13/L.F. adjacent to Perot Property. CONTRACT FOR: NORTFIPORT ADnITION: SOUTH AIRPORT ACCESS ROAll AIVD KELT ER-HASLET ROAD UPGRADE II-17 c. SUMMARY OI' COST: Street.Improvements Construction Storm Drain Improvements Construction Design Engineeringa Special Services� Construction Engineering and Administration ( 6 % of Total Construction Cost) TOTALS (This Project) Developer $ -0- $ -0- $ -0- $ -0- City $ 81,543 $2,435,218 $ 152,480a $ 100,000� Total $ 81,543 $ 2,435,218 $ 152,480 $ 100,000 $ 151,006 $ 151,006 $ -0- * $2,920,247 $ 2,920,247 Assessment Paving Construction: Streets $ -0- $ 254,457 $ 254,457 Storm Drain $ -0- $ 34,782 $ 34,782 Design Engineeringb $ -0- $ 17,520b $ 17,520 Assessment Administration - (1%) $ -0- $ 1,264 $ 1,264 Construction Engineering and $ 21,693 $ 21,693 Administration (7.5%) of Construction Cost Special Services t $ 25 OOOt $ 25,000 � Right-of-Way Costs $ 50,000 $ 50,000 TOTALS (Asmt. Paving) $ -0- * $ 404,716 *� $ 404,716 *The sum of $ -0- to be deposited by the Developer prior to the execution of the contract. Does not include Developer's Design Engineering Cost on interior streets and storm drains. *��Include $ 135,233 to be assessed against other property owners. a�bTotal engineering fee of $170,000 ($152,480 +$17,520) as stipulated in the attached "Contract for Engineering Services". c�t Total Special Services Fee of $125,000 ($100,000 +$25,000). Encompasses extraordinary survey �vork, preparation of �right-of-way maps and descriptions, and soils testing, if necessary. 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 ;� � , '�'/� �� '� �� �� ;' Gary L. Santerre, P.E. Director of Trans�ortation and Public [dorksTsv Date Based on Policy Adopted January 7, 1986 CFA CODE 87006 CONTRACT FOR: NORTHPORT ADDITION: SOUTH AIRPORT ACCESS ROAD AND KELLER-HASLET ROAD UPGRADE II-18 III STREET LIGHTS 1. The Developer agrees to provide for the installation of street lights �� ����������x����x���x���xx��� i n a c c o rd a n c e w i t h engineering plans and specifications to be approved by the Transportation and Public Works Department. Street lights are to be installed in phase with the street construction required in Section II. When the Developer employs a contractor to install street lights, the conditions in Section V shall apply. 2. If the Developer requests the City to design and/or install said lights and the City agrees to do so, the Developer agrees to pay the City an amount equal to the estimated cost of the installation plus 10% for design services prior to the City starting its design efforts. 3. The Developer has the option to install lights on residential and collector streets using overhead or underground conductors. If the Developer selects underground conductors, then the Developer agrees to employ a contractor to install the lights. If the Developer selects overhead conductors, then the Developer agrees to pay the City to install the lights. Street lights on ar�terial streets require underground conductors, and the Developer agrees to employ a contractor to install lights on arterial streets. 4. The City agrees to furnish all construction engineering and inspection of the street light installation. 5. The Developer agrees to dedicate all necessary easements required for the installation of the street lights and to provide for the installation of any electrical transformers required for the proper operation of the street lights. 6. The current estimated cost of this street light installation is shown on page III-2 and is summarized below. In the event the Developer pays the City to do any of the work, it is agreed by both parties that final payments will be adjusted such that the Developer's payment is within $25 of the actual cost (to include overhead and fringe benefits). DEVELOPER'S COST CITY'S COST $ -0- $29,000.00 Northport Addition (Keller-Haslet Road Upgrade & South Airport Access Road ) ReCommended : Fort Worth, Texas 12/�/8� � ��,�/ ; � ;�, �Jr'�1 ��. ' , i�G ,f i . � L � �'�., Gary L�Santerr� P. E. Director of Transportation and Public Works III-1 STREE7 LIGHT COST ESTIMATE QUANTITY RESIDENTIAL STREETS Intersections Mid-Block Direction Change Underground Circuits COLLECTOR STREETS Underground Circuits ARTERIAL STREETS 2050 lf UNIT COST $ $ $ $ $ $ $ 12.86 TOTAL COST $ $ $ $ $ $ $26,364 SUBTOTAL $26,364 C ITY' S COST $ 26 , 364 DEVELOPER'S SUBTOTAL $ - 0- 10% FOR ENGINEERING $ 2,636 PROJECT TOTAL $ 29 , 000 ADJACENT DEVELOPER'S COST $ -0- DEVELOPER'S COST $ -0- Note: Adjacent Developer's share to be due upon platting of adjacent property or assessment paving of the border streets, whichever occurs first. NOTE: This estimate is based on preliminary information using standard type 18 poles with twin 33A arms. This may have to be changed due to airzone clearance requirements. Lighting design will conform to ANSI standards. Northport Addition (Keller-Haslet Road upgrade & South Airport Access Road) Fort Worth, Texas �-2���87 III-2 III-A 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 `Pexas Manual on Uniform Traffic Control Devices. Northport Addition (Itieller-Haslet Road Upgrade & South Airport Access Road) Fort Ydorth, Te�:as Recommended: / •�%i � % , /'`�"(.('/-'C�itJ �'�-�'�'''1C. ,,��' �-' Gary L. Santerre, Director Transportation & Public Wor3cs 12-14-a� TII-3 Iq STitEET IdAME SIQ�IS 1. In accordance with the Policy for �tree� Name Sign Installations, the developer agrees to pay the initial cost of street name sign installations requixed by this development to the extent of $ R n nn per intersection. This unit cost will be revised annually by ihe Depart�ent of Ts�nsportation and Public Wozks and reflects prevailing costs of materials and labor. 2. This development will result in the creation of t wo intersections and a cost to the developer of $ 160.00 . 3. The developer may deposit cash funda with the City equivalent to this amount at the time of comnunity facilities coatract closure or may elect to wait until the time when street name signs are to be fnstalled. If the developer elects to wait, the cost of street name signs will then be at the rate prevailing et the time the developer deposits money with the City. 4. The street name signs will be irsstalled by the City upon final approval of street construction and wili remain the property of and will be maintained by the City. NOTE: The City will pay for the cost of the street name signs required by this contract. Reco�ended : Northport Addition (Keller-Haslet Road Upgrade & South Airport Access Road) Fort Worth, Texas ,,'� � � ��,�/ ''% � , ;; , r��,� _ _ - � � , � �i;� { ';i,< �r f- (� Gary L:'�Santerre, Director Transporta�ion/Public Works 12/7/87 YV-1 v GENERAL REQUIREMENTS �1. It is agreed ar�d undersl:ood by the parties hereto that the developer shall employ a civil engineer, licensed to practice in the State of Texas, for the design ar�d preparation of plans and specifications for the consi;ruction of all facilities covered by this contract, subject to Paragraph B. B. For any project estimated to cost less than $10,000 or for any project designed to serve a single lot or tract, the developer may a�t his option request the city to provide the design engineering, and if such request is granted the developer shall pay to the City an amount equal to 10 percent of the final construction cost of such project. C. In the event the developer em ploys his own engineer to prepare plans and specifications for any or all facilities, the plans and specifica�tions so prepared shall be subject to approval by the departinent Piaving jurisdiction. One (1) reproducible set of plans with 15 prints and 35 specifications for each facility shall be furnished the departrnent having jurisdiction. It is agreed and understood that in the Pvent of any disagreement on the plans and specificatior�s, the decision of the Public Works Director, Transportation Director, and/or Water De partment Director will be final. D. It is further agreed and understood by the parties hereto �that upon acceptance by the City, title to all facilities and improvemen�ts mentioned hereinabove shall be ves�ted 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. F. The life of this contract shall be two (2) years and it is understood that any obligation on the par�t of the City to make any refunds hereunder shall cease upon the expiration of two (2) years from the date of execution of this contract, except for refunds due from "per connection charges" on sanitary sewer and frorn "front foot charges" on water rnains, both of which refunds may continue to b� 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 Facilities contract shall be extended for ari additional one-year period. Community Facil i�ty Contracts not completed within the time periods stated above will require renewal o�f the contract with all up-dated agreements being in compl iance with the policies in effect at that tiine. Developers must recognize that City funds may not be available to pay all or a portion of the normal City share Por renewal contracts. It must be understood by all parties to the Comrnunity Facil ities contract that any of i;he facilities or requirements included in �the contract that are to be perforrned by the developer but not performed by the developer within the tirne periods stated above, may be completed by the City at the V-1 developer's expense, and the City�of Fort Worth shall not be obligated to�make any refunds due to the developer on any f acilities constructed under this agreement until all provisions of the agreement are �fulfilled. F. Performance and Payment Bonds, certificates of deposit, irrevocable let'ters of credit or cash deposits are required for streets, storm drains and street lights, and must be submitted prior to execution of the contract for installation of community facilities by the City. The bonds should be s�tand ard Performance and Payment Bonds as provided by a licensed surety company (on forms provided by that surety company); a cash deposit may be made in the Treasury of the City of Fort Worth; or a certificate o�f deposit or irrevocable letter of credit may be from any financial institution in Fort Worth/Dallas Metroplex which is insured by the Federal Deposit Insurance Corporation or the Federal Savings and Loan Insurance Corporation. The Ci�ty of Fort Worth cannot pay interest on any deposit made hereunder in tne Treasury of the City of Fort Worth. (a) The developer shall execute four (4) copies of a letter assigning the deposit to the City of Fort Worth and providing for the City to withdraw the deposit if necessary to complete construction or on account of any default by the Developer of any terms or conditions contained in this agreement. Such let�ter of assignment must be accepted in writing by the financial institution. (b) Upon satisfactory completion of the facilities, the City of Forth Worth shall reassign the deposit to the developer, including arcrued interest or dividends thereon, upon express order of the City Manager. 1. When the option is exercised to provide a certificate of deposit in a financial ins�itution, the following terms and conditions shall apply: (a) The developer shall execute four (4) copies of a letter assigning the deposit to the City of Fort Worth . Such 1 etter of assign�nent must be accepted in writing by the financial institution. (b) Upon satisfactory completion of the facilities, the City of Fort Worth shall reassign �the deposit to the developer, including accrued interesi or dividends thereon, express under order of the Cit y Manager. V-2 2. When the option is exercised to provide an irrevocable let�ter of credit fro�m an authori zed f i nanc i al institution, the form of �the letter shall be approved by the Department of Law. The interna.tional letl;er of credit form used by banks is normally acceptable. 3. Pe rform ance and Payment Bonds, certificates of deposit, letters of credit or cash deposits will be furnished in the amount as required below: (a) 100 percent of the estimated developer's share of ��he cost of the storm drain. (b) 1U0 percent of the estimated developer's sha.re of the cost of streets. (c) 100 percent of the estimated developer's share o�f the cost of the street lights. (d) A cash paymen�t of the developer's share of the cost of the project is required prior to initia�tion of construction of water a.nd sanitary sewer facilities. (e) A cash deposit, Perforinance and Payment Bonds or Letter of Credit acceptable to the City for the developer's 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 drawings), in the name of the City, shall be furnished to the City as set oui; below: (a) Where the developer lets the contract, 100 percent of the estimated contract cost of construction, as stated in the construction contract, is required simultaneous with execution of the construction contract; or, (b) Where the City lets the contraci;, 100 percent of the developer's share of the construction contract cost is required prior to issuance of a work order b y the City. 5. ( a) Performance and Payment Bonds, Letters of Credit, Certificates of Deposit, and cash deposits furnished hereunder shall be for the purposes of guaranteeing satisfactory compliance by Lhe Developer with all requirements, tPrms and conditions of this agreement, including, bu�t not V-3 limited io, the satisf•actory completion of the improvements prescribed herein, and the making of payments to any person, firrn, corporation or other ent;ity with whom the Ueveloper has a direct contract,ual rel ationship for the performance of work hereunder. (b) Devel oper sh�l 1 keep said Performance and Payment Bonds, Letters of Credit, Certificates of Deposit, and/or cash deposits in full force and effect until such time as Developer has fully complied with the terrns and conditions of this agreeinent, and failure to keep same in force and �ffect shall constitute a breach of this agreernent. In this connection, a11 Letters of Credit furnished hereunder shall be renewed annually in the arnounts designated by the Ciiy, and the renewed Letter of Credit shall be delivered to the City on or before the tenth (10th) day prior to the date of expiration of the ihen existing Letter of Credi�t. If Developer fa.ils to deliver the renewed Letter of Credit to the City within th� time prescribed 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 he assigned by developer without written consent of the City Manager, and it is further agreed �that such wri�tten consent will not be granted for the assignment, transfer, pledge and/or conveyance of any refunds due or to becorne due to developer except that such assignment, transfer, pledge and/or conveyance shall be for the full amount of the total of all such refunds due or to become �ue hereunder. H. On all �facilities included in tr�is agreement for which the developer awards his own construction contract, the developer agrees to follow the following procedures: (1) If the City participates in the cost of the facilities, the construction contract rnust be awarded after adv ert i s i ng i n a 1 �c al newspaper at 1 east 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 wnrk. The sealed bic�s must be opened in the presence of a representative of the City. V-4 (2) To employ a cons�truction contractor who is approved by the Director of the Department having jurisdiction over �the facil ity to be so constructed, said contractor to meet City's requirements for being insured, licensed and bonded to do work in public streets, and to be qualified in all respects to bid on public projects of a sirnila.r nature. (3) To require i;he contractor to �furnish to the City pa,�nent, performance and maintenance bonds in the name of the City for 100 percent of the contract price of the facility, said bonds to be furnished before work is commenced. To further require the contractor to provide public liability insurance. (4) To give 48 hours notice to the department having jurisdiction of intent to commence construction of the facil ity that inspection personnel will be available; and to require the contractor to allow the cons�truction to be subject to inspection at any and all times by City inspection forces, and not to install any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. (5) To secure approval by the Director of the department having jurisdiction of any and all partial and final payments to the contractor, said approval is made, in accordance with requirements o�f this agreement, and is noic to constitute approval of the quantities of which p a,�nent i s b ased . (6) To delay connections of buildings to service lines of sewer and water mains constructed under this contract until said sewer and water rnains and service lines have been completed to the satisfaction of the Water Department. (7) It is expressly understood by and between the developer and the City ofi Fort Worth, that in the event the developer elects to award one single construction contract for storm drainage and pavement, shall be separated in the bidding and City participation, if any, shall be lirnited to the lowest possible combination of bids as if each of the above were awarded as separate contracts. I. Anything to the contrary herein notwithstanding, for and in consideration of the promises and the covenanis herein rnade by the City, the Developer convenants and agrees as follows: V-5 (1) Tfie Dev eloper shall make separate elections with regard to water and/or sanitary sewer facilities, storrn drai nage, street improvements and street 1 ights as �to whether the work prescribed herein shall be performed 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) months prior to the expiration of this agreement. In the event any of such separate elections has not been so made and del ivered to City by such da�te, i t s��al 1 be conclusively presumed tha�t i:he Developer has elected that such work be perforrned by the City in accordance with all of the terms of this agreernent, and in particular Paragraph V-F hereof. (2) Irrespective of any such election and whether the work i s to be performed by the Ci ty, i t s Contr actor or by the Developer's Contractor, the Developer covenants and agrees to del iver to the Ci ty a perfiormance bond or a cas�i cieposit 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 preceding paragraph, in the event Developer elects that the work be perforined by �the City, or its Contractor, or such election is presurned as provided above, the Developer covenants and agrees to pay to the City his share of the estirnated construction costs. The amoun� of such estimated payment shall be computed as set out in Sections II, III and IV hereof, based upon the lowest responsible bid for such work as determined by City, or upon a cost estimated to be performed by City forces prepared by the City, as appropriate, and shall be subject to adjustment to actual costs upon final completion of the subject. Such estirnated paymen� shall Ue made prornptly upon demand by City, it being contempl ated tha�t such payrnent wil l be made after the receipt of bids for work but in every case prior to the award of any construction cantract, unless otherwise specifically set out herein. (4) Deve1oper further covenants and agrees to, and by these presents does hereby fully indemnify, hold harmless a.nd defend �the City, its o�fficers, agents and employees from all clairns, suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, inclu�ling death, resulting from, or in any way connected with, this agreement or the construction of the irnprovements or facilities described herein; and in addition the Developer covenants to indemnify, hold V-6 harmless and defend the City, its officers, agents and employees from and against all claims, suits, or causes or action or any nature whatsoever brought for, or on accoun�t of any i n j ur i es or d amages to persons or property, including death, resulting from any failure to properly safeguard the work or an account of any act, intentional or otherwise, neglect or misconduct of the Developer, its Contractors, Subcontractors, agen�s or employees. (5) Developer covenants and agrees that it discriminates against no individual involving employment as prohibit�d by the terms of Ordinance No. 7278 (as amended by Ordinance No. 7400), and ordinance prohibiting discrimination in employment practice because of race, creed, color, religion, national orig i n ( except for i 11 egal al iens) , sex or age, unl ess sex or age is a bonafide occupational qual i�Fication. Developer further covenants and agrees that no labor organization, subcontractor or employment agency, either furnishing or ref�rring applican'ts to such developer, nor any agent of developer is discriminating against any individual involving employment as prohibited by the terms of such Ordinance No. 7278 (as amended by Ordinance No. 7400). J. The attached Exhibits A, A-1, Contract for Engineering anc� Location Map 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 incorporated herein by reference, and Developer covenants and agrees to comply with said Policy. V-7 � IN TESTINIONY WHEREOF, the City of F�ort Worth has caused this instr�rnent to �be executetl in quadrupl icate in i�ts name and on its behal f by its City Manager, at�tes�ted by its City Secretary, with the corporate seal of the City affixed, and said Developer has executed this instrurn t in quadruplicaLe, at Fort Worth, Texas this the ��� day of �,�� , 19�' . ATTEST: , �'7/G�%����---_ R th oward City Secretary CITY OF FORT WORTH, TEXAS BY� ` , David A. Ivory Senior Assistant C' Manager APPROVED AS TO FORM AND LEGNLITY: Wi 11 i a�n W. Wood Deputy City Attorney Date: S�"��'g�' � i��� C;�i��t,: �.�;�c �'s: i��.n _; z i���a.�ion ��a.te DEVELOPER: PEROT INVESTMENT PARTNERS LIMITED , , BY : i _ �� _ � H. Ross Perot, J�: Managing Partner ATTEST: : y��� ,- �/7/�� V-8 APPENDIX "A" COST ESTIMATE SUMMARY PROJECT NORT'HP�RT ADDITION�(SOUTH AIRPORT ACCESS ROAD AND KFLLER_HASLET ROAD UPGRADE) PERFORMANCE CONTRACT SECTION DFVELOPER CITY TOTAL GUARANTY Section I Water $ -0- $ -0- $ Sewer -0- -0- Section II 1. Interior Streets Construction '�- 81,543 Design Eng. -0- x Eng. & Admin. -p- k* 2. Storm Drains Construction -0- 2,435,218 Design Eng. -0- 152,480* Special Services -0- 100,000 Eng. & Admin. -0- 151,006k* 3. Border Streets (Assessment Paving) Construction Streets -0- 254,457 Storm Drains -0- 34,782 Design Eng. -0- 17,520X Assessment Admin. -0- 1,264 Eng. & Admin. -0- 21,693 Special Services -0- 25,000 Right-of-Way -0- 50,000 Section III Street Lights -0- 29,000 Section IV Street Name Sign -0- 80 80 TOTAL $ -0- 3,354,043 $3,354,043 %�LUMP SUM ($170,000) COST FOR STREETS AND STORM DRAINS X��LUMP SUM ($151,006) COST FOR STREETS AND STORM DRAINS -0- $ -0- -0- -0- -0- 81 , 543 -0- 2,435,218 152 ,480 100,000 151 ,006 � 254 ,457 34 , 782 17,520 1,264 21,693 25,000 50,000 -0- -0- $ -0- �• 111 � ,``,��, , •, "� Q q � . " ���s ti, ,,.� . >�. . � � .,,,t , � U � � � �a� 4 � `♦ `{ � �� � \� � � Ma� \\� ``\ �1j ; `1,`.°; ,1§4r 11�,�, \S �.F^'r, �� \` �� , \ \ 'I l� jf11',:� ��Oi��I';�� �� . � �� �a'o� �� +,�`a "`` ♦,a\`e` 0 V � 1������, ��r�'}.�i%r� •� 'i�� . � ,�� `��� `� e � ``� �" � .��' .'�l� � ��117� � o�n ��♦ � ��� �� �: 1 A p� i � .C)��`l � �� ,i�4f ������� �� �Y���/f � zt"' � � ; n "'i � 1 � ��♦ �`�\ 9 ♦,`. ��-.:.�1 1 a t � ,�� � � � e• 1 ♦ ` �� 1 ,..•-r• .. 1��� � � ,� ��� � ` ` ` `. � ' �,�,yr-. � . l. a,� � � \ ��lr tat.� � � ♦ � _ .'_..---^ � � , � + � �'[� =I O� r +� � t � 9 � �. � t T" � ��{� , ` , � ,` � � "v / ,l '� `� `,� •� a� 1 " `� ° J ' - _'�` � ` ��f ' �� �' � , � • n •,.��``� � � r � r'� ��` /, ; t�� ` C ♦` D f 1-vq t � / � i , � fi .4 { � �' � Q � � •`"�.,� ' � � � r (� � � r _ � ` ��,M i ' i / e r � � •�) Y i 0 \ �. � . . � 4 ! � , `� /� �` � D � � e'r � � 0 9 � ���( � �., r � . r� � �r f �E;'.�t f °e ; �� e�t � � , , ` � ' `�[�j/�jj� � `�({ � `� '� ~ � � ^ �' � � ' , !` _ � � 1•'��t +/ j' � � `� )' � °�~ ` � \ . y ` `' ` j ' �' '� �, • , �� � t t �F� r,�j�t%� rr D �,�"��! V � % � � �Q� � � � ` ` � ✓ `� , � % � '�J� i� t ', �- ` ` � ' ����i�}I � � �� � • � «��,��. � \ r � � p��•`}'� t, ',, ` .. � i � , � � ` � .r ��Z� ' � (hv '7 �4 - `\i -�' `� �'- = a , �. R �' 1 `. � + ; .�� ��, ' � . ; � � ' 1;� � , w r„' � _ _ ` �r �� � �1 ti � � � t ., ���� { _ � .p � ^ / ' �;,m',�' � . � ' � ����'� � � ' .- o�l� ' .�' ` � � i r�� '� � � .�- � .r, j7 � � e afl o � �.� ♦ � i i �,., ` q"dt �� t � � �/ ^.--- _ � - �,�y%` e � � � � � i� . 0�„ � ;> , .y � , , ••� . .. .r- ' � � � Q ' L � � +1 � - 4i ..�•., ,.Z `� e � � ii �y� � ` � � • � �� "4i� � � � � �y�,�'� � � � 0 � � � � �� ,�� . �j, ; -,.,. ' p �\� `� �� \1 ; `', , e °"' ' �p ,y �\� ri� • 1 � e � ° � � t1 =�C� ' � ���i � �-"�.�." '�i� r�^�� `�.n � ♦ �� �� 0 `�`' 1] �; �a�� � y x"-3' �'! .�,i��l.':�it.`. t.` � ♦a • �w..a� � ♦ � �. _ - �' ' �. '3 �-�� i' � �'�i � � ° b � � � �, "�� - . , _�S,"::c.- °-�' �' `;.. �'�'1 ,' �_ �,ti�{, � ` \ a �� � ` � + '' '� � , � � q ` � � e � 0 r `' � � (�i 3) i 14 � . � eR �� � e � e ....'--„. \ �, �'`�.`,.�,ry.�"'..y ,.'"'.......�� �' ,f8 � � t ~ �,�� \ \ � \�A � � ;r . ` ; � � � � �� �� � �� � �. r t �� 9 � � `� , ,�� i, ew�� . �� .��— �.� , �1 -- _ e , � �� I , �, ` �, { 4 1 � #.��r � • T ! � \'�'* O y � Il [ ` I i � �` 0 � 1 ! 1 � `� . � ` ~ ' ,) , v � h y \� � � `. = pn( `�1�4 ♦ 1 ` � r�l � ��Q'� � ,i, ,l d" o�.�b�{t: �'t\��` •oe �\ "^ � ^n..u�' A � y� �-' � � � � � � � �s. a�..te'7 � ; � A � � wb � � ea � ♦ � r � Q,� ♦ � . W ���.� `Rn` °� � m`�74„0 � ` , ~ � \ , ` 1 ! , � , �; � � �I'+, � � ��\ e O�` w � /n D '�.'�'! �� Z '� �' �` � ` � �''���Y� �F' � ., � �;• D --"" -- 'e � � o _ - '�x - � ` .`� i O ,7►`�� ��',11� O � -�+ � .,`� \�� R` V �� \�\ (n � � y 1 '�+� �` Qt t.� �� 0 ` �,. ` ,1'` .... _ �o\Y���- ` �,(y� �` '�` ...1. � �! �' � � � ':U�X� �� �� � d Q f��C�'' -'t ,p� �" � 1 � . O . � i •, � � r �._ _ o .! �- u ,• N t ' ��, �p \\ `� .. � �d � ,.F_ �, V1 � ' ;.� . .. �, ,� - o" 1\ � . n e , � ` � 7o R` �s � . � . ..�' '� � ,t N ', �� \ + � i �\ � .� Q ����.� Ay� �� * �`Z� � ��.� t S �, . �e ' - � � � ',".��y' (1 d � � �0 �� M ,J�S�. � `� `�� 4 � �4'0 � ~ � � `g � 1 in '1 V� �'-.' � \�. � � � .� .'``�!' ` -� ��t` ♦ � � � ')� e '� � � � ��_.� � 'aC� � ��-��t���,(�� otif>1 O �� � �:6� . _� ,,•� ���� -"! ` � � %� . � � � �., jt'���� �C.)i„ )� � � . _ _ O � r p �� � , B , ��c` `t� �. } ., p � . � i � k �y � �`;� � � �� ' � � �7. � q � � . � . ,� 1 �� '9 � a �i. ' � /i i'� . 4 �:t,'' �` ' � � � . '� � .._--=--" � , ?---� �' -,,.., � z�� - _ "` ��\` `���a y :� -'' \ `5 _ �--^-----� t — " �-._.�-�.,._,a.7 - ;, ' �,� .-� ` �--5-�-'v.._., � "��,'S�',,�, - , .,�-x S � `, _ y "``� r ` „ , �-N"�"`�.� G'� � a; e4f�{rrY� Cy?r"L` a - -.. _ 7 � L.;:i 0 � gm.e,.��-_ _...:..,--c . �v«ym+�wn-�`-�._ ., _ .. �, _u..os.i,.�_r_�. . ._ . � �;�1 —� .�, .�-i �+.s.a.���c>.�...�,v.. _.,_'.`.� :. _ � '" `-�.. i'.�.. � � \ __ � _ : . ,� - ' / ` ` � N •�� _ •-'r+�-+r- _ •. l t i ^ _ _ ` . . . -�� i �'j "_7�aa �4A . -__,_.,,.;�--y �cv�-s¢ ., .. _ - '-�"`�- � ` �z � -- .__"---+`-U . ''�a "- - - � j �'L°.t� EQ `�' r f ...+-----" .. .r � ��ti rW ] .. ' ' � _ ' ' _ ` 5 ' s� . _ •. ��'� � � t, �C...� �-�-a. ..�,...�-„"' .. y � . ti ♦ �i . « � o e �� � , ' � �- ry,' , _ _ 1( _';"_,.,.-.zy-�... _ i �,��`�--_� _ : � ' : i Q 9 �� ��� � � � .. .. . �_ _../ , ^ ' � � �,n_��i�.� - - - , u� .7 _ _ . _ � � - : � � � �} � � � � 9 ^� � .. �j's"„�"°^�^^ _ � � ' ('i l � � . ♦ .�, � Y � � n 1 � � � t rl 4 � �` ': �`�t ��;� ��, � ♦, `\ \ �� � ` ti�,,i'r, � ` ` ra;.�=... � D ti � ,\� ' , `� � � . � ~ �y` 0 � � ;'. � " 0 � . �� �.J,�.. ._;s��'f � 't� p,';�1 `.'; 1 �` ���°ti� ` ':� `� �'� r � "�t,>����t��i�c_.'. � S� , 'a t ` �, Q �" {�� �� ��_ �� � �;�; a��'�• �"r� _ .:�.��s�?:Irr�:� e��.�- I� � ♦ ii � i� � j � {�" _ � .� � �� � ��,� ��y Ct , t � ��.""'.,( �...b�� _• i 1� 1� �\ t � 0 � � � r 4 � y� �f` r � " \ � , \, _+''S` �� 1 � •���c`��4, � `� r� �i� y ���� b `� �R��1 � �1' ¢� � � � � � . �� �,� �x � i� ..,��-�+ .�=�' \ `j; '� �. Sy, . ` � � 11 "�L �'� �` �'' ��t a, �� �',� � +, � �� � � p - `. � � .f,1.���C) ''�-.-,,`� r `� # ; � �\ � c ,� t � � ,%1^- "�' f t k � � � ys} � b �, l �. \\ �r r,�- ,; � i r^'� - ' ` \ � � \ ,� "�. ��� / . ( ' l // t „r�'` ; � � � � .tii'''?�. �� � �• ti: �-7 �!,- � � � � � , 1.� �� ^, ,..� � ����r" �e � ; <I'� r � '� ,. , , E�--'� �:;:�, � ;�� �� ��l � ,�- e + � 1 ,`� ✓ '� �� i i�l� � � � ' � 4. �.... �� t ��_ t� +�, 1 � `I ��y ` �1 Q �� ` ' t �,�-�°"�.�.+�."'��� 4 �� ! ` ' .'` ��� "'' � � � ' ''+ �\ r �.�"""� � -,i � a �' ,�� �'.,� ` '� ,`' . � ".-�-�--� �„'c -rn,,. � �'� , � `� � � , , . � _, � , � 1 R t , � -' ' �' � � ����� , ` � 1 , � ,.,�� , f, 4- e `, �� ,,.. ; _ o' `` ` t , � 1 � , `�;" _.��P � ��6 ,�,,1 k;,� `: . �P' � ,`\ � 0 � �a a,\. ,l� � � � � \ V � •' �; � �� e � � � � <.�''°�� � . � )�i �'ti ��.�`�` "�d o�e;?° �� I ! ;C( ' ���� 1 ` 1 i\� �q \ ` j �yt !' �y4 �n/ ^ � � ,�� �°� � \� -� ♦,` \ � j x�1:� } �>, yt !' � r \ � � ♦ � 4 � 1 f/t�1y��� ��'ff� � ,� � � 4 .�°'�e � `` ���a` �s�` " LI � ' 1 �'V ` !�/ 1 \ ��P` �\ ♦ � \ ♦ �a '� ( ` � �1� r i 1 1��} 4 � ��� o� �� o" `�� � �` `` La i� t � 1i,1 �� r i 1 � 1 .O 1 � � .� ♦ e � t � ' l,Ai �,% �� , ,'i' � a " . � . e . � ,.�� , � �� _ _��,,...,r-�'-" , t� �1� i � � � , r ,y � •i �e� o � � �1 �` , �, , j � .�'ti � � �11 Is��l 1 \ 1 � � = ;--�'�``� ,°�'{yo ; � , ��` ' ' �' � ���w' �� �' ' �,� ' ' � ° � �` � �� - . � 4, 1 ` / �J , �, � , -p ` ,' / 4' � . . g .a LJ � �, t� '! ! � + � • • �-t •• Y �� O `` � � �, � � � \ 8 t` Q p �,.s�� , -a � �� ' . ,�' ; �4 / • , � , � :� ' 1 'py � 0 G�,�� @ r � ' , .; �'.�i�� )� Q � �+ r � o � � Q. �� @ `� r .' �i� ��I � 9 , p � , a \ ... �� ., . -o � m ` i'� , � ; ,/ , � � � �_ ,. , , , � , 0 1 o � ' j�,��� , . � � , t,, � . , � ,. � : �n '. � /� ,,,:i; , � � � .e ,.� � � - _ { rn ' � � i.h` `� : � . .�yt� ' o .r-t � 1 ` �±,;`�� ;: • � p. � � l7 �, , , c ,�/ � e 4 ,p`� � .W � � ,i �s•4 � � �� � � ,�t���.Z'.i ,` �� �� � y ' � ; , � a - s, � � .�i%� � (� � ; ti J � -� �rr � (1 - � f�y%�' ` � p� � � ��1 dC C �?'� � �Q�1� � �:� -� � � � � <r � -�1 •+ � r / �' � �.`. � 3 � �:a' � `�� .A- � _ _ _ , � •h Qf�, � 4 I�� , � 1;(��'�r�i, ', •-� , �, �,•� Z, m 4�" ' `' ", ' 'fF�`�;� t � �"' ' ,�o � _ -f'�"7 '�''� ' � � �,, � r f ,' �� � �F,� ,�'� y�t t" � , � ` � . ' i s �,'� , � � �aw � � ' .� ' . � 7�+ , '� �� � � � �' 1� , �, , � .- -� � �, �d� � i � ` �' � p �. i \� �� \� ,` 1 �` ��� .... ,., 4 � " � �1. cr ` 1 � 1 a l u ' `� � y . ✓,;..: - �,�'�' �' QSi� .a " j�.' ,�`� \�� 1` � .,.F'� 1� e `=� � _1.�.--�J'`_` -� T � 1 � yt �` � � •"' eo ' 6 - ' � Z ! 7r t v� , � �� , 't�,�,,,,,�'6m°'r� . � , e e e� � �� �, ` � . Q0. � _ � � . R � � , � C��-�- --��}� � ,� , °� , '., � �,'�, � ,b 'e+�^' � ` � � a ' ¢ ` ',_'�} �1.p � . � \e • � p P I q \ '� � " ., _ J� � .--,r -- tw�:.37' t � -1s' . ��� ` � `� o � � � `� 9 � "��•;li� ° ` _� ". _i �.: . ' 1`''.;,. vi�� ?��� � M , `� �f � � _.�-'- '.'-,�' �`-�"�" 1j1 � � �� J�'��� � � � . �S j }�3 r � '� . � e � 7 ,v3�,'.�!������r'.,.::,.� v;l,�� � 1`� ! �. ���t 1 � � � � � .. � " _ � _ , t � � ` 0 4 1 � � � I �'� � � � " �.�rr � �e. �iL�_ � � � �'� � � � t �� , � o � 1 fi� � - � �' o e � � �� t i q \ �� , ��� , , � .. ,� ;'P o`� C7'b " ° 4 , - y ,,,, , � . , y, 6 �L,,� �i o �p R. �, + � . � � � � � ' � � � .. � � � � • ...,,� '" � r ♦ p � � - , s, : , � ,�, � , � � � e � �I � � � � � �, � • „ • " `c ' , � � `t \`� ` � � � � � � ' � � ' � •^ �t"'t ``� � ,F � �. i � , t ti. ��"`3 ,`.��` "'m, e�"� . � '� �`�r'`„�-.� � � �",1 \ � � ti� � �i';' ` �, •. � � o � `° e 1� ^ °� � _ _o�..+�o � a -' '. 3 `�b �, , , � � �, � �, � � � �3�, .� � � „e _ p�. - - \` 1 � �� ` , ' *a �. � ``t,l'� y' �_ ° W'_ '_ ���� < . � �. � � � - �\r� �/•d'""'� p� p�....,.i. �4� -.... � � � t � � � 0 �C) %�-"' "� ��' •' ' ��~ v t � e ��,`.",�,4 - ''��.__ ` �' "b� ~` ti � _> -�'� �� a '� '� � � � � � ,� E S� �.�,�--, o , ���', 4 t , � � p �� � � Z� �•�` � .�� ��'�'`�``� p ~ ' � , ,�{ t � �„ a � , �\ � 1 �,�{'7 r+��. + � . , ^ u , 1 �� � � � �� �l � (2�� �\�A 'J ��kri! 1 C} � " � e � �a � ..f ` � _ . � ( � �t � � ` � � `�.�� �'" r � � �� �•�3 t �_ ` � � � ° o � f � l � •�.� `` `\t , c , � '� Cy '` � .6'�. �_ .. , a � � � �� �� �t� ' _ _° , � . 6 � ' � � '� � , , � � ., : a., + �, , � � ` ` � ,. � � „ o ' � � ,. ' t ` �� ` ^ Q e ` 1 e �` tZ'� �'� ti : � k, i `` , � - � � ^ � i� � • `,, ` _ _ �` � � _ ..�.. »r �y ? � `.� � � - --,� f—..�.�, '��__. , `\ \_ . �. _ � � .� .. - .. . _ � �.� = � , .. _ - . ,..— ____�__ � � S' ' ' e ._ 1 , � 4 3 . �`----9'-":. � / v, i� ti x Ja� � -.. � �..0 ,-��- - u .- �+`u=� � - �4 ,,:, �a'� .t_ ,�,-..z�� , i �-w..._,..._.. � �,: , , d �_ _ � �-.,�� � . fl \" . � . � ' � , '..�_''._`-_''^,,..��-r-_��...----�---'--a'�4� .,J�j e ��d�'�.�"�'+it,.�`��y' ,'�'1.� --..;5� �. � �. � .,��� �-�� �_�ei.s`r'`�"-`_„' �: ' - _ _ _ — __ _ . 1 ` ��'. ,�` _ �. �.. ,a-"v� �....._` =.1�. ;,,: � -_- - -- - � `� I 1 �� ' 4a �-�"�S`'z�-^- �:'"-'i`";_,� .:, :.,,o-.�.s�:..:_. _-.. �-__,,,,,.,_. � ~ � _ . • .��. F t ''^^^"�..:•, "--GGg' �^'�" �"�'^�r' _ - �-�� 4 'r ' � ��.^.L9'G `'�c^h�C�~��_�f � Rw��� . __.,"`�2- � +�'.�L' i,.4� � }s t� ` � � ° �l-�ir� : ' � _x _ � . � � � � � '" a 'r r - ` _ _ ., - + "�.� l"`-..�.4 fi �. .._,�-- _ .�--='e^ad3; ~ ,. :?'. �i-0 � '�� � ��„ ""'� � ^ '� � ` � ' �___t� ' ,� �ti. 'klti � il. , ----�'' _ ' - � _ ` = . � '. - � ^`° �"pi � - �� '�-�----�r-�as,.....�._.,r,-...,� �� f, `� ;(p� `� � - t � \ `` , ` s` 'i `��A , � 4 9� ~ � � ` \ ` `� �--,'�-�. ` �{ � : �. � � + � 6 �`. ,�� � � �,t � � ����. a� i~ 10 �..:--� _^�.y` l {� � ` ��Q �� 't� � �, i' � � � � 1 � i } �' � ` j /` � �.`y ...-.-.""'_'-`.�s`` `' , ,,,.,� � ! ` �\ � � t� �'� ! � � � �\��`�o ` � _ `�,, ri \ ` p � � �\ V ' � py \ ���fi 4, , ��� �ti��,,,.�---�� O� ..r � i . , '; l� '' � z, , . , - °,' ' �r '�', ; � � ��- '-� ; � _`_-w..---- � � � � � � ��,` '�wt `��a' 4 'y z �� p��` � �� � @ �/� . ?� -z:.�; . � � �' - s, r�.y � `\ \ � ti {, � '� 'C , � ;. �J nr�' � - � ' 4 � _ � i� ' ` �' •�. � l `��_ ;�� �\ O � ��r � � �i.,�1�` �� 3 � `� � � �y � � `y� \`��� 1 Z" . �� � '� '',� � ;;,? /` � {~c�`� �' ,� �� � 1 -� ;' ! �` � � � � .,_�`t�:� .l:�f 1 ��. ,�'.` ' i , =-� l .- —�'�' 1\ i`; , � t , , � `"t, —�,- �, �4� t ° � /' � � � f � ' F�� � ���������, �' ��..� "` \ �� ;y,.� ' !� ,,, � ' -,�." � �� , ,_. , � ;P" , ;� � � ;� '�,ti t' � ��f �"�"�.► j .� ` � \ ' ,� ''�� ,. , . � �` � -' ,- ; _�, �i��� �� t � t ... t ��,� � ' � •��� t t � �Fi , t � �' � j � � t +� � ��.j'%� � � � � �ti ' , �,y,� , � � � f �, �j � \\ � � , � ` � "� ` � ' ,,.--�---�" a �� �v��. , , �. -, � �t ��s� ,'��� �� ; ����� ' ' � 1 � � '�., , �� _ � " t �s `, � ` `, _�: ` ' �( / E_ _ 1�t{- l 1. `` �a�b"`'�<. v �. � � k ��� ?� t �` � . i � � __... � -�-. _ -� - - � , � _ �. .� � � � �. _ � � _ � CONT�ACT FOR ��GINE�RT�G SE�VICES ICNUW ALL M�N �Y TH�SE PR�SL��S THIS �NGiNEE�T.N� CON�R�CT, by and be�wee�� H.R. PErot, Jr., and 1�lbert H. �Talif Associa��s, 1°Engineer. °' • � f tna�e, en�exed into and ex�cuted �er�a.na�teg called the "CTwa�e.�, " Znc., h�reinaf:ter c�11ed tne W I T N E S S E T i�i The Owner desires t� eon'��ac� for �ng.ineering services con- cerning access �o the Nor�h �'orti Wo��h Airport located ati �he Tarrant/Denton County Zin� between IH-35W �nd SH-156. A G R E F M� N T The Own�r and �he Er�g�r�eer, in consideration of the mu�taal covenan�s and agre�ments �2erein conL-ainecl, do mutually ac�zee as follows: Th� O�rrn�r agrees �o �m�loy th� Eng�.nPex ancl �he Enginee� ac�r�es to �e��orm prof.essional engineering s�rvic�� in connecL-ion caith the pr.o��c'c a� sta�ed in thc sections to foll�w and outlinec3 hEreinaft�x, and f�r havzng r�ndered sucll services, the Owner �gr�es �o pay to �he Engineer compensation for �hes� services as se� �or�.h b�lowo A11 se�:v�.cc;s perform�d under this cotZ�ract sha11 be p�r�o�med under th� dj.rec� supervision oE �.he Owner, ar his duly authorized representative. The EngS_neer will. be advised, �.n wri�ing, of any such represer�tative. 1. S�� of Services, �o S�rvic�s by f.he Owner - �1r�y �exvices or, separate con�rac�s to be p�oQ�idecl k�y Owne'r sha11 be coordinated a.n a professional manner by tihe Engineer. B. Services by �.he Engineer Th� Enyine�r wi11 fu�r��sh engineerir�g ar�cl/or survey- ing services �s s�� fo�th in A�tachment A, "Services Lo be Pxovided by the Engin��r," at�aahec� hex�e�o and made a par�. oi �tiis Pngir�eering con�ract. 'L. Pxogresse £xe�utioai of this contrae� �hall se�ve as th� notiee to �che Ez�cfin��r `�o proceecl wYth �he work. ThE work unc?er 1 • ' I f ��Ii� corntrac� shall ue eomplet�d wi�.hin 250 calendar days a�te� au�horized �.o ��xo�ced. LTnless ex�.�nded l�y s�pplPmental agr�emen�, �h�s con��act sh�.11 terrnina�.e a� Lh� expiration of �.he speciff�d calendar c�zys. Tl�� Engin�e� sh�ll, frc�r�7 �ime tio time e�uriny the progres� of �he wor)�o c<�nfer wi�11 the Qtunek, �nd pro�ric�� f.he Owner wi�.az pe��- oc�ic wrii.t�n p3:ogress repo��s t�� may �� reque5t:ed by th� own�z. �h� Fngifleer �g�a'll pr��aa�e and pre�er�ic suc�a �_nf�rma�ion ar�d ��udie , as m�.y ia� ��ex�tinen� �nd n��es�a�� �ar a� nay bu req�.ie�tcad by �he Owne�e i.ri order to eva�.ua�� fea�ur�� og �che wo�� o At the requ<:�t of th� Oz�n�� oa: the Er�gia��er, conferenG�s s1�a21 be provided a� th� �a�c�.�n��� °s of�ice, �.he ogfic� of the O�anero o� a� �atYaex loca`ci�n� d��ign�ted b� �he Owner. These con- ference5 aha11 a1�o i.nclucl� a.nspec�ion �b �h� �ngineer's s�rvic�s and worlc when request�d by� �.1ie Owne�. The "Time Schedu:Le" a�.izch�d h�re�o and m�de a p�rt o£ �.l�is consczaet shal�. bE aclhered �o by �.he �ng�.n�er to a5sure 'the woi�. i.s compieted in p�Upex sequence �nd on �irt�. This Time Scl�edule is c�-i�icaZ to �hc Uw�ero Should 4:he Owner d�5�r� i:o suspe���i �h� G�oric, but not ter- mina�� �he con�rac�, thzs may b� done by �en (10) days' notice g�ven �o ti�e Enc�iYze�� by �he Owizer i.n w�iting 'co �.ha� effec't, and �he work may bE rein�:ta��d and �esumed in full foxce ancl effe�� upon the Engin�er°s �ec�ip� �rom the Ocr�ner of 4�higty (30) days' no�ice: in w?=a.t�.ng �o i.h�t ��f�ct. Compensation p�yable �o �.he i�glc��_ne�r sha11 not b� sub��ct to adjus�.m��at as a resvlt of �ny su5pensio� of less �Zi�n 1�0 c�ays in du�a��.on; suspe.nsi.ans of 150 days or m�re may ��sul� tn an equi�able adjustment in the Eng:�neer' s c�mpens��ion agx�e�d to by �.he Chfaner anci tlze Engin��r . A�1 employ�eg o�' ihe I�;ng�nE�r sha1.1 have sucl� knowl�cic�E and �xperiencE as wi.11 �nab1� �hem �c� pErfogm 'cgie c3ui�i�s �ssigi�ed �.o �hei�na �1ny enplo�e� o� �he k;ng�.neer, ��h�, in the o�inzon of the awne�, is in�omp��c�aa�t, o� cahos�� condu�t becomes de�.rim�ntal to th� work, stia7_I immedia�elg be �emo�rPd by thP Engi�iecr irom as- sociation w.�th the projeef�. Th� Engxz���i eertiti.e�s tlz�t h� �resen��,y ha� zdec�uate q�aalified pe��onnel in lza.s �mploymerb� for p�r�ormanc� of tlze services Yequ:�x�d und�r thi� con�racto Th� Enga.gleer sha:�l �x��p�re monthly progress r.epo�ts (whicY� rnay zncltxde �� bar c�xaph oz: d�aw�.nc� coi��,r.ol shee��) iri �u��i�i.�nt cie�a�.l to siappo�� tta� pxogre�� of �ctle worlc aizd in sup��rt of vvucher r�qu�s�i.rag mont�].Y g�aym�n�. 5hou�.d �l�z� rec�ucs� �or pay� men� at C-�ny tame �xc�ed �he �erc�nt wor}c comg�let�d ir� the opina.o� o� the Own�r, th�n �cla� 'paymen� �I�a.11 b� ��duced to ma�.ch the per- cenf� of caork complet�da Fo� �x�mple, �.� wor)c is juclgecl by tile 2 Owner to b� 50 percent complete and the Engineer invoices for 60 percent of the guaran�eed maximum cost, then Owner will reduce paymen� to 50 pe�cent of th� guaran�eed maximum cost. The intent at this paragrapyh is th�t bil�ings as measure� against the guaranteed maximum sum will not exceed the percentage of work perform�d at any time. The Engineer shall furnish a11 equipment, materials and supplies required to �erform his work under this contract except as provid�d herein. 3. Chanqes of Work. The �ngineer shall make such revisions in the work incZuded in this contrac� which has been completed as are nPcessary to correct errors appearing therein when required to do so by the Owner. No additional compensation shall be p�id for this wor?c. If �he Owner �inds i� necessary to reques� changes to previously satis�ac�orily completed work or par�s ther�of, �he Engineer shall make such xevisions if requ�sted and as direc�ted by the Own�r. This will be considered a� additional worlc and paid for as specified under paragraph Additional �aork. 4. Additional Worlt. Work not s�ecifically described under "Scope of Services" must be approved by supplemental agreement to this contrac� by the Own�r before i� is und�rtaken by the Engineer. zf the Engineer is of the opinion thati any work he h�s been directed to perform is bey�nd the scope of this agreemen� and constitutes ��ctra worlc, he sha11 prompt].y noti£y �he Owner in writing within ten (10 ) busialess ciays o�E Owner `s reques� for such extra work. In the event �he Owner finds th�t such work does constitute ex�ra work, then the Owner sha11 so aclvise the Enyinee.r, in writing, and shall provide extra compensation to the Engine�x for doing this work on the same basis as covered under "Compensa�ion°' and as provided under a supplemen�al agreement. The Enqineer shall not be entitled to receive extra compensation unless expressly agreed to in wr.iting by the Owner. 5. Compensat�_on. The Owner sha1.1 pay anci the Enginee� ac�rees to accept in ful�. compensation far �the engineering services �o be performed �and�r this contrac�, fees as outlined in the accompanying Attachmen� "B". The basic fce amount payable under �his contrac� without modification of the contract is $170,000 (including reimbursable costs) plus special serva_ces as ou�lined by par�.graph 2B of Attachment "�". The basic fee amouni. payable may be revised in the event of change in scope, complexity, or character of work as authorized by the Owner in writing. 6. Method of Paym ent. Payments to �he Engineer for serviee� rendered cvi11 b� made as outlined in paragraph E uncler Attachmeni 'B°�'. 3 , I 1. � , 1 The x�emized and certi�ied s�tat�mer�ts shall 5how th� �.a�al amount eaxnec� �o date o� submissinn and th� amoun� d,ae and pay- able as of 'the dat� og th� �utrrent stat�men�. P'inal paymen� of any t�non�y sha1l be macie to �he �:ngine�r aftier 5c1t1SfdCtAY:jt com�le�ion of �11 servic�s and obliga�ions covered xn rhis con�ractc, including accep�tance of wor)c b� �the Owner and cotz��le- t:ion of a f3na1 audit of records pertAin�ng �o the projec�, and Owner's receipt o� ftxll and �inal lien relea�ea �rom �he Engineer anci any and all subcontrac�ors and supplierse 'rwo copi�� of invoices should be submi��ted to the Ownex and paymen� w�_11 bc made by Own�r witlzin �hirty (30) day�s of owner's r�ceip� thEreo�. 7. Subl���i.nq, The Enginee� sha11 not sublet c�r t�an�r�r any por�ion oi tk�e worlc und�r �his con�ract unless speci�ically� approved by Owner in wx�i�.ing. Subcon�ractor� shall comply with the prov��ions of �.h7s contracta 8. Termia�at�on of Con�:�r�ct. T11P contrac� rnay be �erminated by any of the iollow:�.ng condxf:ions: (��) �3y �nut�,�al agr�ement and consen� of both par_�ies therei:o. (�) �3y �he Ownex, by no�tice in wri�ing �.o tize Era�iiieer. as consequence of iailure by the Engineer to p��-- form �.he services h�rein set forth in a satisfac- tory manner and wi�hin thE lfmits provideci. (C) �y either pa��.y, upon �he �ailure o� the other party �:a fu1��11 i�s obligatgons as set forth in the "Scope of S�rvices." (D) �y th� 07aner in Uwner's �o1e c�iscretion ancl for any x�eason whatsoev�r, and no� �ubjEc� to i.he mu�.ua1 consEn�c of �he �ngineer, upon ten (10) days' ca�it- t�n noscic� �o tlle Er�gineer e � tE} By sat�.sfactomy completion of �11 servi.ces ancl o1�ligations d�scribed hereia�. Shou].d tlie Owne� t�rmina�ce this con�ract as h�r�it� �rovided, no fees o�h�r than fees c�ue and payable a� the �ime of �ermiraation, sh�ll �hereaf�er be pairl to the Enc�ineer. No ter- m5.nation sha�1. l�e deemed to t�rmin�te any duties k�ereunde� . P���- ment for wox�k a� �.exmin��.zoti wi11 b� ba;�ec� on work satisiactorily complet�d a� �tZa� time. Tf the Eng�.n�er defa�lt� in perfo�manee on �his contract, f.he Owner sha11 inform �he Eragine�r �h�� a coraciition �f clef�ult exists a TYae �g�gtin�er sha11 f-.h�n be gi�ren a r�a�or�able ti�ne, zio't 4 �o exceed �wenty (20) days, �o cure o� �� commence to cure and dllig�ntily pu�sue �he cure o� ��e default. If a�t.er said time, �h� �ngine�x :ts s�ill judged �o b� in default by the Ow�er, the con�rac� will be t��mina�ed. Tn det�rmi�ing �he amoun� of fees payable to tihc Engin�er at �h� �ime o� default, the Owner wil2 give considera�ion to the ac�ual co�ts incLtrred by the Engin�er in p�r�o�m�ng wo��lc �o d�te of defaul�, �h� amount of work required which w�5 �atisfactor3ly comple�e� to dat� of default, and �h� value ot �he worlc which i5 usable �o the O�aner. The termination of thfs contract arad paymen� of an ainount in settlement as pr�scribed above shall ex�t�rgui�h all righ�s, du'��_es, obliga�i.ons and liabiiities ot `che Own�r and the Enc�ineer undex� this con�rac�. If th� �ex�mination of �his cont�act is due to th� �ailu�r� �,f �he E�g�neer to fuitill his contr�ct obliga�ions, �he Owner may �ake over �he proj�c� and prosEcu�e �li� work to com�let:ior� by cor�trac� or otherwise in such case . 9> OwnEr.ship o� Dacum�tl�s. AlZ documents prepa��cl by the En�iii�ee� or iurnished �co �I�c� Engine�r by th� Owner s��a1J. be the p�oper�.y of �ize Owner and upox� completrnn or termin��ic�n of tl�is con�rac� and upon paymen� o� amounts owec� �o the �nyineer shall be delivered p�omptly to Own��. AI1 basic sketches, char��, calculations, p1an�P �pecification� and otM�r data prepared under tizis con�r�ct shall be made available, upon rec�u�st, to the Owner w�.�hout re��rictf on or limi�Ztion on �heix� �ux�Izex use. The En- c�ineer may, a� hi� own expenae, hav� copa,�s mad� oi i.he document� or any other data he h�s fuxnishetl the Ownc�c under this contract 47:L��IOLIt re5tric�:�on or 1imi�.ation on �.h�ir gurther use by the Engineer. 10. Compliance w��h Laws. The Engineer sh�ll comp].y wi�h al1 federal, �tate, and 3oca1 Zaw�, stattttes, ordinances, rul�� and regula�ions, and �he orders and decxees of any cour�s, or ad- ministrativ� bodies or t�ibunals 3n an�r ma�ter af��ctir�g �.he pex�- �orr��ance o� �his cor��tx��c�.� iracludiz�g, w��chou� 1imi�.a�ion, worker'� comp�nsatian �.aw�o ar�inimum salary and ��age sta�utes and regula�ion5, �nd licensing l�ws and re�ulatcions. When required, �.h� £ngir�eer shall gurni�ii �h�: Own�r with satisf�ctor� proof of his com�lianc� �ch�rea�itii. 11, Oc�rrrie� Inciemnif.z.ed. `�'he �ngiraEeY shall �ave dIl� ho�.c� harmless �he Uwne� from a�y �nd al.l claYms, damages, ac�cions, causes anc� li��b.i.l�.ties due �.o ac�..zvii.iev of �.he �nc�ineer, its agents, rspr�senscata.ons, oificers ox �mgloy��s, or which resvl� from an ���rox�, omiasiono or nec�liger�� �ct o� the Enc�ine�r or o� any of the Er�gine�r ° s agents, r�presen�.atives, su3�cc�n�r�c�.oi s, off icers or �rt�plc�yees . 1 Z. Eraqi�neer' s W�rrar�ic o Th� Engineer warranf:s �haf, h� has no� employ�d or ref�ained ��ny company or p�rsor�s, o�her than a }aona ficie emp�oyEe a�orkiny solely for the Engine�r, to solici� or J secu�� thi� cont�a�� and that he ilas no� paid o� agreed �o pay any comp�z�y ox p�rson, othe� th�n a bona �ide employee working �ole�y �OZ' ��1P Engin�e�, any fee, commission, �exr.�n�ag�, bx�ols�r�ge �eE, gifts, or �ra� ot��e� con��.o��ra�ior�, conting�nt upon or result,�nc� ��om the awa�d or ma}cing of f:his con�ract. F�r brc�ach or vio_la�ion of this caarr�n�y, '�he OwnPr shall havP �l�e ri.gh'c to �.r�nul �tii� con�xac� �oithou� liabili�y or, in its disc�e�ion, �o deduc;t from the con�ract price or compensa�.ion� or� othei_wise r�c�ave�, the ful]. amount of such fee, cor��a.ssior�, perc�nt�ge, b�olce�ag� fee, gift; �r contingen� i��. 13. Suece�sors �nd Assa.qn�. The cc�ntra� sha11 k�� binc�in� and sha11 �nu�� to th� bene�i� o� the partie� hex�to and eaclz �i �heir h�irs, �uccessors and a��iqn�, e�e��pt as o�herwise provzce� heretn. The Enc�ir�e�r shal.:i_ not assign, subleti, or trans�e� i'�� intcrest in ��iis agr��men� caith�ut writ'c�n consent vf ���� Own��. 14 o rnclinE�r ° s Seal . The Engir���t� shail place tiis T�xa� Pr��'essi.ona�. �ngin�er's �ea� af �nc�oxsemcn� on a11 do;;uments and engin�erir�c� d�,�ta furnis�ed Tay ham �o �he Owner. 15 . 7r��p�ctxe�m of. Engi��ez ° s Boa}cs a�d Recvrds o T��e O���Y�e::� may, �og pu�pase of terma.rxation o� the contract prio� t{� c�mple�ion, e5camine �he boo}:s ancl rero�ds o� �he Engineer �c��c �.he pur�ase of chEcici.ng �he amoun� o� the work p�rfo�rmed by the En- gine�r at �h� ��,me ofc cont�act texmiflationo The Engineer 5ha11 m��.n�ain aIl book�, docwt��t�t�, papers, a��oun�cing reeard:; and o�h�r �vi.c3enr,e peY�ai.ning �o �:he cast ineuxred and shall. ma;c� suc2z ma�eraals av�i3able �t theix of�ice duxing �he con�xact p�z3od and for �`Y��ee years from the aat� o� £inal payment unc��r �.he contrr�ct, fox inspection by �he awn�r. In, the event fec�eral gr�n� or T'or� Wo�tl•i City funcis are us€�d in whole or in pa�t to pay for cost� inaur�ed und�r t�iis agre�m�n�, th� duly authorizecl rE�resenta�ive� og Fort F�lox�tl Citgr �nd/or tYte Comp�troller Gener�l of �he Unite�i Sta"ce� shali. have acce�s �.o a11 recox�d-s anc� C�OCIIf[I�Il'�c'�t�0Y1 per�a�.ning �c� �.his eont�ac� for ta�� pua�pose �a making �ran�cript� or audit�.ng. 16e Warr�nties of Snqnatorv< Thv un�3er�agned si.gr�ata� as- sigza�tor.�e� for t�ae Fngin�e� F7ereby r�pr�senf: and ��ar_ran'c �o Own�x �ha'� tlze Enc�ineer i.5 a Pgo�essional Er�g�nee°r la.cen�ec� by �Tze State o� �'exa�, �.ha� the signatory is an o�ficer of th� En� gine�r c1Y1(� �k�a� he hzs full �nd com�le�e authority �.o execute �his contrac� on b�half o� �he EngiY�e�r. Z7. Cc�nfa.dea��a.a�it�r. �ngin�e� shall rso� divulge or r�Iease an� �n�orma��.�n cor�c�rnxng tYa� Pgojec� to �he public or �he mec3a.a rep�: ��enta�ives c1ur.�ng �h� ter�� o� �hi� Agr�eemenf: without C7aaner' s prior wri�.��n conser��c o 6 1�. Ins�r.ance. Engineer sha11 �urnish insurance with reup�ct to �h� P�oject an� �he a�o�k as se� �orth in Attachment "C'° here�o and Ynco�porated herein. 19a E�fo:�Nce�ten�, Venu� and Governinq I�aws. This contract shall be enfo�ceable in Da11av, DaY1as Caua��y, Texas, and if 1ega1 actio� is n�c�ssary b� ei�hex party wi�h respect to the en- fo��c�m�nt of any or all o� the terms or conditions herein, e�- clusive venue for same sh�11 lie �.n D�llas Gounty, Texas. This agre�men� shall be governecl by arad cons�crued in accorrlance with Lhe laws of thc S�.a�te of Tepas e 20o Assux�z�ceso PnginPer sha11 eon�orm to aII federal, s�ate and Fort Wor�h Ca.�:y poli�i�� and �.aws wi�tz regard to non- d.iscrimination and minor;ty }�usine5s EntErprise par�icipa�ion .irz �his cotZtrac�. IN WIZ'N�.SS Wi3ERE�F, �he partie� to �his Contract �or En� gi.n��ring Ser�ric�s have si�nec� o� caused their respective nanes �o be �igned �� duplica�e counterpart� l�aereof on this day of , 19 e EI�IGINEER: k3Y : � �'\, ` � I o�.�C.�� Martin Mal�o� v OWNER: BY : s:='=%'!`.�- `'_� � .� H. Hoss Perot, Jr. T�TLE : �l; c,t Pry s;.,��.- .:�" ADDR�SS : ADDRESSo �CQ f � �o.-"�l��s� ���;��: �i� , '/. t IGS � o,�/�� � S ZZ� 7 A7.'�'AChjP9�IVT ��A�o SGOPE (7F WORK � ESTxP�ATE AI�7D SCH�DU�,E HAS I C F'EE : The l�asic fee services a,re f-or the de5ign of 4-lane clivided ICe11er-Has1Et Ro�d imp�overnent� �rom a point 1,100 feet wes� �f Inter�tate 35W c�r��erline �o Intei�ta�e 35W and a n�w �-].ane divicled acc��s �oac� arid k�ridg� a� ���e sou�l�east cognEr c�� �t�e Airport tirac�t from �he c�n��x�l:ine of ItellerpHasiefi Roacl nor�herly for approxima��ly �00 fee�. The prop�sal al�o covers rela��cJ. channel ar�c3 cul��rt i�nprovem�xc�s along H�nrie�ta Creek fram a poin� �p�ro�,zm�t�ly 1,200 la.�ear �Eet west o� Ir�terstate 3SW k�.��.dg� �o a pna.n� appro�cimately 1, 000 f�ct east o�E Tn�exstate 3SW bx�iclge . The basic fee se�:vices irzcl.uc�� the follocainc�o 1< Co11.ec�:ion of data r�l�vant �o th� project such as utilit� �lan�, ava:ilabl� �opogr.apkaic map�, bour�da�� sur�r�yv, as-built plan� £or a�d�ac�n� facilities, avail� �b1e c�ca��echizical data, etc. 2e 1�repaxatzo� of �xelim�nary plans and c�st estimat�s. 3a Prep��ratio� of f�na1 con�truction dxawinc�s for gr�dinc�, p�va.x�g, 5�orm dx�ai�aag�, bxidg�, reclama�ion and s�reet- :la.c�hi:.s as r�qui�ed for cons�ruction of 4:ile improve- �n�n�� . Prep�x���3on o� ar� Engi.n��r' s Est.ima�E oi Prok�- �b1� Con�t�uc�.iQrt Co�� e 4 o Pr��aratioi� o� 5pecifications and cantcract docum�r�ts for s�ic1 ij•npravemen�s. 5. COOgdl.Ylc`��G1flI1 �nd me��ings ���ith �.h� Oc�izer and governrne��a�., u�a.l:i�y, and othe� agencic�, and g�xepara- �ion af 5ubmifi.�a1 mat�rcials ��s r�qui�eri for projec� coorc�.ina�t�on, sp�cifically excludins� any en�i.ron��en�al a�se�smen��, ir�g�ac� s�atements or permi� application�. 6. �d�ce.�v�.ng a�d analyzing comp�titive bids, Adver�ise� men�. o� �11� proj�c� if r�c�uir�cl. 7. Pr�para�ion of a Communa.�y Facili'�ies Agreemen� be'cween Oam�x ancl Ci�y o� �'or� Wo�tii. II. Coordin��ir�n of g�o�ect��ica� and t�a��rials tes�iny. (Such �es�ing is �o be paad ior by �he Ownerej 9. COi]�Z c3GiG admi�i�icx�tior� includ.�n� re�res�ntas�ion o� tl�e Ownc�x a�. precons��uct�.on eonferer�ces, visi�s t� th� �i'te e�r��y �wo week� o is�uance of field e�iange� 4�iiai. do no� af fect �he cos�. o mee�ings an�l coordina�iora w��ch �t�e 8 �tudi�� and flooclplazn map im�act statements, or 15< S�ecial inves�iga�ions involving det�iled consideration of opera�i�ns, main�enance, and overhead expenses; p�e�aration of rate �chedul�, earna.ngr ancl expense s�a�emefz�s; special f�asibility st�zdies; appraisals, valuat�.ons; and materi�l audi�� or inven�ories required �'o�c cert�f�.ca�ion of force accounfi: construction �er- formed k�y the Owner. Owner, and review and es�ima�Es. app�ova2 ot ContLac�or's pay The basic �e� services do flo� include �he �ollowing, ��hich can b� p�ovided as special �ervices: 1. IIout7dary, topographi�, and tree �urveys and mapping. 2. Prepara�ion of �r�limin�ry an� �inal pla�s. 3. Sur��ys �o� d�sign. 4. S�aking for const�uctione 5. R�productions of p1an� and specifications. 6. Sal�� or lease plats, 7. Soi1 borings and fQun�ation inv�stig�ations. 8. �u11-time r�sident �nspectore 9. Gertifica�ion �ha� wor}c is buil� �n accor�ance with plaz�s and speci�Ycatiaris a.s not included. Cex'tiric��� �i.on tha� worlc i� built in accordance with pZans and speca.fi.cations ia includer� if accorcipaniecl by �ull-time �esicient inspector, I�em 8. 10. Site �rigineering on individual parCe�.s as required for con:truction of bu�ldings. :L1. Conceptual planning, master planning, or traffic engineering. 12. Fili.ng fee�e 13. �iyci�ol.ogic and �ydxaulic amendment r�quest:�o 14> �nvi.iorunental assessmea��s, �erm.�ts . 9 SPECIAL SERVICESe Th� propos�d �pecial services on this projec� ar� as follows: lo Survey tor Design: Surv�y for design wi�� include �11 fie�d and office work required �o provide th� following items: � �s��bl��h �he cer�terline ��ntrol for Keller-Haslet Road and the proposed ai�port a�cess road and tie said centerlin�s in�o exis�ing property corners, the cen�erline of In��rstate 35W and miscellaneous struc�uxes an� u�i3�ties. * Ob�ain exisLi�g elevatia�s fv� cross sec�ions alony 1,600 linear fe�t of ICe�ler��asle� Road and 800 linear feet of accesv road. Cross sections will be pr�par�d a� 100-foot i��er�als, 'Y �s�ablish soil �oring loc�tions and tie �hes� in�o the project con�rols (horizon�al and vertical). 2e Su�vey for Cons�ruc�ion: ��rovide cen�erl.i�e con��ols and one se� of �ou�h grade s�akes at 10�-�00� zntervals �or 1,600 Iine�r �ee� o� Kell��-Haslet Road �n� �00 linear feet o� the airport access goa�. ��rovide cen���line co��rol� and one set of gine gr�de paving sta}c�s at 50-foo� in�ervals for Z,600 linear fee� o� �e11e��Hasl�t Road and 800 line�r fee� o� the airport a�cess road. ��rovid� o�� set of offse� s�a�es and cu� sheet5 tor drainag� pipes, inle�s and cu�verise * Provid� one s�� of cen�erlin� con�rol and � suitable benchmarle fo� �h� bridge construc�ion. ���avide on� ��� o� rough gradP stakes a� 100-ioo� in�erval� for the channel construction along Hen- rie��a Cre�k (a�proxima�ely 2,000 feet). * Provide on� s�� of fin� g�ad� st�ke� a� 100-f�ot in- tervals �or �he char�nel con�truc�ion along Henr��tta Cre�lc arid ori� s��. of con5truction s�iake� for hydraulic �tructures. � Ci�ecic 00as-buil�" cross sec�ioras of channel int��ovp- m�n�s �t 500-foot intervals< 10 3. Fiydrol.ogic and f3yc�xaul�c Study ot1 H�nrietta Creek and F3uf ialo Creek ( Phzse T) The HEC-2 models for H�nxie�c�� Creek and Buffalo Creek hatre be�n obtained from the Corps of Engineers in �'ort Wor�Ch anc� tlz� c�xis�.irag condz�tions model, a �u11y aeveloped ►nodel and a preiimina�y cha�neli.zation model have been rune The scop� of work assumes �.hat the fu11y dev�ioped flow e�tima�ev that have been m��de to da�� wi11 be satis£actory to tlze Ci�y of For'c W�rth, anc3 th�t no addi�ional hydrologic modelling will be requir�d. ThE following worls items remain �o b� done. �� Ta� as,ociati.on wi�h the Gor�a of �nc�ine�rs and �he i7.So �i�h and &7i7.d1i�e Sexvlce, perform a we�lanci de�ermination �'or the pxojEct arPa, an�i develo� a �re�.a.m9_nary improvement scheme which will sati,sfy 404 Permit criteria. � Siz� a, r��ief culv��� across Ke11er-Haslet Road �o prev�n� � base flood level increase if the ICe11er- ���s1et �toad in�e�charag� �.s closed off �o flooc�waL-ers. L,ayout a channelization �cheme For fienrie�ta Creeko Op�imize the relie� culver� size, c;hannel. size anc� p�opased bridge size through suc- cessiv� hydraul:�c maclelling> * Gonfe� wx�.h f:he variou� pre�p�rty� Own�rs, �'it�r and k��.ghway Depar�mer�t to f.ina:�iz� the improvement scheme. Prepare con��ruc�ior� cost estimate�. � Prepare a prelimin�ry concep'tual plan with flood da�.a. Prepaxe a letter r�po�r� fo� the Ci�y of For� 4vorth �a process throuc�h F�MA. The letter, repor� w.�] 1 r�quest a Cond�.tional Let�cer of Map Amendment and cvi11 inclixde the collo�a.ing: a. I2ev�sed Wa4:e� �SuYi��ce Prof�l�s ior the 10-, 50-, �00- and 500-y�ar floods. 1�. Me•�hodolc�c�y and Staxting Parar�eters �o� the Study (Flood Discharc�es and Computer Model), Verifica�iori of ea�isting computer model. c< Floodway hydraulic barltwate� model in,cluding any prn�os�d chann�liz��ione d. D�awirag5 delin�ating �h� 100py��ar and 5�0-yeai �flood baunc�arie�, 100-y��ar f:loodway bound�r�r, loca�ion of cros�-sec�ior�s �nd flow liness e< Me�.hoc�s �or handling a�eas of high chanYzel v�10City, i� any. 11 '� Coorc�inate the processing af �he Map Amendm�a��t/ Ftevision Reque�t �hrough the City of For�: Worth, F�Nl� Region VI e;ngine�rs in Dentcon, TexaS ; F�MA, W�shingtnn, �o �'. , and the FE1�2A Technical EvaluaL-ion Con�ultant (1EC). �_ �upply �.echnical information as r�cyt�ired to suppor� �he reques� for Map Ar�nendm�n�/Revision. � b�o7.low up with ���1R and the TEC �o insure prompt processing of the T�chnical Data. Obtain Condi- tiona2 Letter of Map Amencimento *�xepar� a Courtesy Suk�mittal to i.he Texas vepar�ment o� Water Resources ii requested by the Ci�y oF E'ort wUrth. * i�r�pare and process a 404 Permi� through i:he Corps oi �ngine�rs. Fo11o� up as required. * Ob�caa.n a fill permit ii required from the City of I�°oric Worth. �l < Hydrologic and Hyciraul.ic Study on I�enrie�ta Creek and E3uf �Calo Creek ( PYaase I I) 7Che Phave I sttudy ��i1i conelude b� obtaiiling a FEMA "[.ettier of Aelief1° agreeing to the channeliz��ion concep�, and � Corps of Engine�rs 404 Permi� agre�ing �o �he ex��n� of a1�ce�ation of we�la�d in the proj�ct axea. Th� deitaiZed cons��:taction plans for the chanr�eliza�ion, bridge, culv�r�, �tc. will be compl�ted �.n para11e1 with �his procesa. Ths Phase Ii work con- cerns fii�al processing af the floodplain recl�.rr�a�ior� af�er constzuc�`ian so �che FEMA will officially G.lt�� Xts E�'1ood�laiM Map� a T�►is steg� is �ritical to plat�inq ar�d ob�aining bu�.lcling pern�its . The steps in tizi:� �aroc�ss �ge o i� Obtain as-built clZanneZ s�ct�on5 b� field surve�. *�2ecompute �.he hydraulxc models anc� finalize the fl�od�lain m�p�. Pxepare as-bui.l�s ch�nnel pl�ns. Prepare a lette� repor�. to FEMA. Fo11ow up �.s i�cquiredo Obt�in Fina1 L��ter of Map Amendment. 5e Pla��ing: �' Frepare prel.�minary nnd �inal plats for �he required projec� areaa Process plats through the City o� ro�ct t��or�ii o � �repare chanr�el eas�m�nts �� covex� drainage imgarove- men�cs ou�sid� of tch� plat�.ed are�. 12 6. 7. * By �i�ld �urvey, establish the corners of the plattEd a�e� an� �he drainage �a�emen�s. Construc�ion Inspections � ProvidE �ull-�ime construction inspection �Qr the du�ation of �11e construc�iQn contract if required. It is expec�ed �hat th� City of Fort Wort� will in� spect �his pr����t. How�ver, Engineer recomnaend� th�t it� inspector be assigned to the bridge a�d culvert con�truc�ion. �abor��ory Testing * The Owner w:tl� provide laboratory testing to �h� �ngineer'� speci�ica�ionso 13 Ti9�E �CH�D�LE �IORT� �ORT 1N�RTs� A�RPORT S�UT� ��1�RA�C� ���PRC'���E�T� TdSK ¢���S� f � �r2EL[t�lN�RY EPSGii�E��t�lG D ) ��TA ��LLEC�€�f� 2) �'RELI�A6�AR� CQ�lC�P7 PLAPIS �9�,�SE II - DETAIL �ESiGN e 3��CESS R�AD At�O E�ASLET RQAD 2� BR[OGE 3) Cf�ANt�EL �� ca��R�cYs � sPEc��Ec���o�� �il PLATS. EASeMENTS. & Co�oA< 'F�dSE ! � i — �OMSTRUCT14id ADl�lNISTRATlOr1 3 4 5 6� 7 �.— R�9��.�F B �4TY, ; � R� ii�9E ER! MOIV�HS � ` 9 to f� � �2 �3 S� GE � � � Y�i B'j� Ci71', SI-F7 & OE � � , � ���ri�ii�i�. � A'�A�?J � � iiii��r�iiii��iiiiii� � � � E�I�D91�� � 14 !� t6 6i ! t� l E S�Rtl�TlOi �f� � E < u��� sz ��a��-�s � � � iii/i/�/iiii aii/ii� ii�ii �;��iiia�ii ti� - Assumes City of Fort b�o�*h �ssz�es ltdor� Oz d�r prior �o issua�Ce of Bei��f Letter. it is anticipated tha� it E,ri11 �ake 4 to 6 months to obtain Belief �etie� from FEMAe � 1 2 1 A�"�ACHMENT "13 P1 SA��� O�' CQMI�ENSA'�'IUN ��'OR ENGTI��.�RTNG SEFdVTCL'S SASIC F��: A. The k�asi� of� co�a��n�a�.ion fox basic: f�e shall b� �.h� di.rect sal�r�r cos� of eac}� o� �he Engin�er B��mg�loye�s enc�Gged �.n pxoduc�ion o£ the �roj�c:�t, times a mu1�i�lier of 3.0 ior ��i.r�c�c beiz�f�t�, ovexh�ar� and p�ofi�. This m�,i�t�.�lier includc�� a12 costs of �ccountirac� and o�her 5t��i ��� di�:ectly invol��d in prc�jec� p�od�c�ioraa Ei. Direc� non-la}�or e�pEnses inciud� sex�vic� of sl�sc_ial consulf:.an�s ( a.£ au2:hor�zed b� Ow�a�� ira �rriting) , computer ancl CAD� cliarg��, reproc��c�io�i and c�eliver� ckzarges, �.�1�g��pY� �nd te�eph�n� �o11 epias�c�es, bicl adve��is_4ng char_qesP filing f�e�, e�c. and �_��vel anci subsiste��ce for �rips ou�side oi ��Ze �I��rop��:c by p�inci.pals azzd st�rf whez required fo� tl�z� �rapex� ex��u�zon af the w�rka A schedule of ch��y�s �or rezmbu�:s�ble expenses Ys shown on Page ls of �hi� contract, o C e The ma�imum a_mount; p�y��r�le �o� ��sic eon�x��� ��ithous� moda.��c:��ion $170,OOOo00, incluc�ing Y�Ymburs�blc S�'ECi1�L S�RVI��S o f'�� services under this of the contrac� is ��p�nses. s�. The basis o� comp�r�sat�on ior spec:i�l �ervices shall be �he c�i�ect �a1a�y cost� �� each of �.he Engin�er's employee� engage�l i.n p�aduct:io� ob �he �roje��, times a multi�liex of 3. 0 �or �� ir�g�: :ber���i�s, overh�ad anci profi� e Thi� rt�ul�ipl�e� :�nc7.udes �11 co��� oi acc�un�:ing and other s'��ff not d�re�tly �.a�valv�d :Lg� p�eo ject proe3.uc�.ion o B. Dir�c'� r�on�labor e:�p�ns�s :ir�el�ad� service or s�eci.al eonsuZta��s ( z� a�z�ho�.iz�e� b� Owrze� i�t c,�ri��.ng) , eomput��: anc� C��I?D charges, reproduction a�� delivery charges, �.c�le9raph 1I1G� �el�phor�� i�11 cha�ge�, bid adver�isit�g charges, �iling fcces, e��. and �.��ve1 anc� subsistence for �rips �uLside o� �l�e Nle�zop���c by principa:�s �r�d staff when re�ui��cl fo� �hs prop�:�- ex�ctz�.�on �£ �he wark. A sche�ule o� cha�g�s �or g�imbur�alb�� ��penses is shoc�n on page 18 of this cvntLact. .15 C. Estimated Contrac� Fee Sched�le for �pecial Services: 1) Surv�y For Design Cen��rZin� Control and �ies $2,200 Cro�s ��eg�on� for Roads J.,70U Soi1 �orin� Ties 800 �ies �o �xx�ting Struc�ures and Ut�li�ie� 1,S00 S�b�ota� $ 6,200 2) Survey �or Constru��ion �ou�� Grad�� �ox Iaoads �i�� Grades for Roa�� Grade S�akes �or. D�aznage Con�rols for Dr��g� (C�n�erline and I3enchma�lc onl� ) �touc�h Graele� ��r Channel �'in� Gr. acle� fo-r Ghanrael Ch�ck "As-nuilt" �ecrcion� Subtotal 2,400 4,800 5,90� 700 2,4Q0 �,000 z,000 3) �%yci�alogic and Hyc�.x�aul; c S�udy, Phas� T 47�i:1a�d� nete�m:inai:lon $ 1, 500 �p�:�.mize Channel b� Mod�llitig 23, 000 Pre�ar� Report �o b'EMA and Coorc�ina�s 7, 000 Pr�:p�re and Proces� 409 Permi� 10,000 �tlbto�a� $ 20,200 $ �1,500 4 D T��d�o�l�gic and I��d��ulic S4:udy, Phase IT Pxe�ar� l�s-Buil� Sectxa�s � 2,000 al��.�in I�'inal F2�po�t 3. Q00 5ubto^�al $ 5,Q00 5) Pla�ting Pr�gar� ane� P�oc�s� �l��t� (S�r�et R.O.W. oni�) Pxe}?�r� chaa�n�l L�semen�s E��ab1�,sP� I��.�� anci Easemezit Corncrs Subto�a�. $ 2,000 2,000 3,000 $ 7,000 16 6) Fu11�Time Inspection (No� Budgeted) $ NI� 7} Laboratory Testing (By Owner) � �ZL Total Special Service5 Lstimate $ 79,90Q D. Inspection: Inspection will be provi�e� if requested in wri�ing by the Owner on an hourly basis at approximately $36 per hour, dep�nding on the individual assigned: Inspec�ors are equipped with nuclear density measuring devices, thereby making them capable of ��sting earth�r�ork a�d saving testing services. It is not possible to budget for i«spec�ion at tt�is time because the construc�ion time is not set. Payment for inspec'cion will be fqx actual on-job time, and hourly ra�es inclu�e car �nd mileage allowances. E. Payment will be made at two i�tervals during �he contract: 1. At 50s completian of the design caork and as the City of ror� Worth reimburses 4wnex fo� design services. 2. At 100� completion af all plans an� specifications and as the Cit� of �ort Worth makes final paymen'c �o Ocaner for design activity> 17 R�It�BURSABLE RAT�S �C�EDULE �eimbur�able �xpens�s an� ��iei� ra��s ar� Iis�ed b�low. The amoun� of �eimbursahle �x�ense on this project zs shown on the cos� bre�k��ws� sheeLs. Vehicle�e Harris Computer: In�e�graph (C1�D): Prin�.ing ( in-houve ) ^ Survey Veiiicle�: Survey Equa.pjt��nt e Traysl (outside of the Da11as-�'ort Wo��h Metropl�x): Deliveries (in-house?e Othex� Direc� �o��s ( no�t in��iouse ) : No c�arge £or travel in the ����oplex. $0.2�20 per second for CPU time �o ch�rge �o� connect �ime �0.002� pEr line tor pri��ing $O.Q040 �eg second for plo�ting �30v00 p�� hour for connect �ime (��at ra�e) $12 0 �0 ��er plo'� for ink plo�� c�n myl�r �11.G0 per plo� for electros�a�i.r plo�� on gilm $3070 �er plat ror elec�rostatic p1Qts o� paper $1e10 e�ch �or standard bluelines �3050 caeh �o� �tanclard myl�rs $0 e 11 e:ach fo� photocopies Nc� r,harge No charge ��in�bur�ab�� charge x 1.00 $0.20 per mile for vehicl� use Dc�7.ivery charge� ar� es�.ablisl�ed fo� varzou� zones in the City. T�ie�� cha�g�s vary from $9.20 �c�� a d�li�rc�ry app�oximately � Ti1�,1@5 fra�n oux offiice to $2�e75 ��r a del�very to an ou��ying a�ea s�.ch as The Colony or Iialch Sprirzgs . 1000 x Actual Tnvoice Cost il:� , � �iT'i'ACHMENT C �AII insurance pol�.cies �%a1.I be with approved insurers, with deductib3e� an�3 in �orm accepCable �o th� Own�r, and shall be subj�ct to Owne�'� z�vi��� and ap��ava�.e Certifica�es of in- surance sha'17. be provi.ded b�axang endors�ment "Not to be can- celled wi.thou� t}�a.r�y ( 30) day�' priox no�ic� to Owner.'° En- gi.ne�r sha1�. p�ovide, a� Eng�.n�or's sole cos�. anc� expense, the following ���s of insurar�a� with limits r�otc less than tho�e �et fo��h below: (i) Engin�ex sha11 £il� with the Ovaner certificates og �rrors and om.issions (profes�aona�. �.iabiiity) insurance having mir�imum 1imi�s of �'ivE Mi].laon L�ollars ($5,OOOo000.00) for each occurrence ancl Five Millinn Dollars ($5,000,000.00) aggregate. ( ii) Wor}cer's Compen�atior� �:nsurance �.o cove� t'ull liabili�y t�t�dc�r �h� Woxke�'s Compensation La�vs of �he Sta�e of Texas with ��m�loy�r's �,iab.�lity coverage in limits not less �h�:� $100,000; bodily irajury b� acaiden�, $100,000 each acciden�; bodily �njury k�y di��ase, $5040000 poiiey limit. ( ii.i ) Comprehensiv� G�raeral L.iabilifcy Insurat�ce, including, on an "occurrence1° b�s.is, insu�ance fo� Hazards of Op�ra�ions, �l�v�tor�, Tnc1E��nderat Con�ractor�, Pr_ocluc� aiid Cam- pl��ed Ope�at�.ons, Contractual T�:�ability Insurance ei�h�r d�sig�- �aa�ing thi� con�ract or written General T�iability and Contractual Liabili�.y Tnsurance must be endorse� with broad Form Froper�y I�amage �ndo�s�ment (including Completed Operations) and afford c;ovex�age £or explosion, eollapse, and unc��rground.hazards, Per- sonal Tnjury �'��ability Insurance for Groups of Offenses �, �, and C, wa�th Exc�.usi.ons (�) and ( c) d�le�ed. Owner shall be narned as an additional in�ured under this policy. The insurance required by this clause shall be in limits not less than the following: Bod�ly Tn�ur�r Liabili�.y $250,0�0 eac�l oacurrenc� $500,000 �ggrega�e produc�s - compl���d operations �roperty Damage Liabila.�;V $250,0�0 �a�h occuYrenc� $300,000 agc�r�gat� op�x��tions �300,Oa0 ac�gregate prote�tiv� $30Q,000 aggr�c�ate prodizc�� � $300,000 agg:rega��e contrac�ual Perspna�. Inju�� i,i��bi 1i�y $250,0�0 �ach p��son agg�c�ga�� $500,000 gen�ral aggreg��e �ompletea opeiations 19 w �� � , � . ' ` Automoi�i�.e �,iabiY.ity ia7suranee covera.ng all own�d, non-o�3ned anc3 h.z.r�d arx��r�ok�iles u�ed i.n eonnec�iQ� wi�2a �he wo�k caith �h� follc�wing minimum limits: �odily� IgZ7ux�r $250,000 $SOO,OOQ each accu�rence P�operY�� Uamage �100,000 each o��u�renec Produc�s/Completed Op��ations coveray� r�hall b� m��int_ained in force co� a perioci oi �wo (2) year� £allowing compl�tion a£- a11 worlc hereua�der s Enqine�r shai.l al��o tarovid� and maintaiil insuxa�zce for �u�omobile 1i�k���iZ�y ar�c� au��mobi�,� p�op�r�y damag�, c�vexing �-�11 automobile� aa�d �rucl�s, whe�izer ownec� or �ired by Engine�ro usecl by �ng.ineez ox any of En�tin��r' � ag�ni�s, �mployEes ox� su�-- con�ract�rs, �ither or� or awa�r ��om th�: Project, it� lit�its ot� $250,000 fo� each pex�son �nr� $500,000 �or each occuixeilce fc�r l�od�.�.y inju�a.�s or de�th r�,ul�a.glg �h�refrom; ancl in ��rnits of �10Q,000 fo� prop��f:y d�mage� for each necurrenc�a Owner shail k�� nam�ci as adc�i�.a.onal i��isured on �uc�i a�atamobil� liabil�ty and pxoner'�y damac�� ��olicie� . 'I'he co�� u� ��n�r �o�ses sust��la�ied bEe�u�� ot the clauses �i�at specifcy ded�c�ib�.e �.mounts �.ra aray of th� insurance policie� rei'erred to ar�ov� uh�11 b�: p�icl b�r �.he Enginc��. �nginc�r sha17 reguirE all poli�:i�s o� �nsur�nce (with �he exce�tion o� �l�e �:�rc��s �nd �missa.c�n� In�urance ) tlzat are .in �n�r cya� �elated �o �he wa�lc �nd tia��� are sec:ux�c1 and maintairae�i by Enga.Yic�e�, �o inc�uc�� c1�u�es prov�d:ing �I�a� each und�rwri�er �i�aA1 waive a�.l �� it:� rig'ri�.� o� �ul�zo�at�on ag�in5t Owii�r. f�].�. iz��ux�ar�ce de�crzbEd he�'e2r� sha�.l be written in com}�a��y o� compan�.es sa�.a.sfae;�or�r to Ch�n��. IsE Enc�ineer fails to produc;E �nd rnazn�ain �%� saic� insu�ance, Ownex� sha11 Y�av� �he righ�, bu�: no� �he oblic�a��ora, L-o procure anc� maiiztaiYl the �aid insurance for ���zd in fihe name of such Y�ar�zes anc� '�.hc� E�.gine�r sha1.1 �ay �he co5t �.hei�o� ��c� sh�11 furz�ish all necessar�r inform�tion to mfal�e ���ecta.ve ancl m�in�aia� �uch insuranceo The Engine�r will no� viol�t� of. )sn�v�xngly p��i�nii: 'Lo be vio3.ated any condit.�ons of ii�asuranee c���c�ib�d he��.if�. 20 � „ ,. � � � CONTRAC`.0 AMF.NDMENT NO. 1 Th�is amendment is -to the contract far enginPerine� roncerning acce�s to the Narth �'ort Warth A:irport and between H, R. Perot, Jr. and Albex�t H� Half:E and dated December 3, 1987, 91 Prov.id� cor�ceptual plann.ing for bric�qe, channelization and access r�adways consisting of hydraulics an.d hydrology for Henrietta Creek and Buffalo Creek; prepare alternatives for creek ch.annelizatian, roadway� and bridge, and work with Owner to devel.op th;e scope c�f wor•k and cos�t estimat�s . l� On Page 13 of said con�tract following subparagraph 7, the Foll.owing subparagra�hs are hereby added to the descr.iption of �.he scope of the Special Ser�vic:es in Attachment "Af1 ta �:�E CUiI.�Y'dC1=.: £3) Geotechnical testing �or bridc�e, cYzannelization and access roadw�y per proposal by Rane Engineers. 2. On Page Number 17 af said Contract following �ubparagraph 7, add the followi.ng subparagraphs. These added subpar�graphs are uz�der Paragraph C of Special Servires in AttacYunent "B" ta the cont.r. act : �3) Ge�technical testing .for bridge, c:h�nnelization and access roadway per p.roposal by Rone Engineers. 30 4. servires entered into by �ssaciates, Inc. $ 5,G00 9) Px�ovide canceptual planning for bridge, channelization and �ccess roadways consisting af hydratilics and hydrology for Henr.ietta Creek and Buf_falo Creek; prepare alternatives for creek channelization, roaciway and bridge, and work with Owner to develop tY�e scope o£ work and cost estimates. $28,500 On Page Number 17 of saic� contract, revise thP amount listed af.ter "Total Special Services Estimate" to $114,�Q0.00. Revise the name of �t.he Owner listed in the contract to Perot Tnvestment Partners, L�td. and delete the name H. Ro Perot, Jr. A11 other terms and conditions of the contract shal"1 remain in effect. 21 ' , C.��nt�rac�t Amendme�.zt No. 1 :E��a.ge Twa Th:is .Amenclment No. 1 ta the contrac�: is agreed to on this d�zy �f December � 1987 . ENGINEER: ALBERT ii. HALFF AaSOCIATES, INC. B,y � T:itl�: � /�� � / Niartin Mal o Vice President Address:8616 Northw�st Plaza Dr. c�WN�R : PEROT INVESTMENT PARTNERS, �:�r.L'D . ��' / ".. � - _ - � � =..���1 ���/�� �3y: - �,� .�- �r _ H.R. Pernt, J.rd Adc�ress:12377 MPrit Drr�re Suit� 1600 Da11as, Texa� 75225 Dallas, Texas 75251 22 1 � � � ,��, ( ,� � j ��i�% ,/i'�.�/ �. `j/%.;, ��, _. / . �� � ��� � 1F��� ���th, �C�.��.� � >�'�, � - � � .� .�I���� ���C cC���,�c�ll c���,�,��,��c�����, DATE REFERENCE suB�Ecr: CONTRACT FOR THE INSTALLATION PAce 2�9�88 NUMBER OF COMMUNITY FACILITIES NORTHPORT lof 3 C-10792 qDDITION/SOl)TH ATRPORT AC(:FSS R�A� AND KELLER-HASLET ROAD UPGRADE Recommendations: It is recommended that: 1) The following bond fund iransfer be approved; From 90-136901-00 New Development Unspecified 90-136901-00 New Development Unspecified 90-095701-00 City's Share of Engineering in New Development 90-095701-00 City's Share of Engineering in New Development To 90-136060-00 Northport Addition/ South Airport Access Road 90-136061-00 Keller-Haslet Road Assessment Paving Northport Addition 90-136060-00 Northport Addition/ South Airport Access Ro ad 90-136061-00 Keller-Haslet Road Assessment Paving Northport Addition * Totaled together equals $2,720,767 **Totaled together equals $295,000 Amount Reason $2,516,761* To provide funds for City's cost of construction. $ 204,006* To provide funds for City's cost of Construction. $ 252,480**To provide funds for Ci ty' s cost of Engineering. $ 42,520**To provide funds for City's cost of Engineering. 2) The City Manager be authorized to reimburse the developer for the City's share of cost for storm draingage and street improvements upon satisfactory completion of the same; 3) 4) The City Manager be authorized to make joint payments to the developer and the developer's engineer for the City's share of design costs: and The City Manager be authorized to execute the Community Facilities Agreement with the developer, Perot Investment Partners Limited. Discussion: Perot Investment Partners Limited, acting by and through H. Ross Perot, Jr., its duly authorized Managing Partner, the developer of Northport Addition/South Airport Access Road and Keller-Haslet Road upgrade, has executed a proposed contract for community facilities to serve the area shown on the attached maps. DATE REFERENCE s�,e�ECT: CONTRACT FOR THE INSTALLATION PAGE 2�9�88 NUMBER OF COMMUNITY FACILITIES NORTHPORT 3of 3 C-10792 ADDITION/SOUTH AiRP(lRT AC�ESS ROAn AND KELLER-HASLET ROAD UPGRADE The contract includes City participation in the cost of streets, storm drains and street lights. Payment for the City's participation in design costs may be made jointly to the developer and developer's engineer. In order to provide sufficient funds for the City's share of the cost of these improvements, a bond fund transfer is proposed from New Development Fund 90, New Development Unspecified, Project No. 136901-00 in the amount of $2,720,767; and City's share of engineering in New Development, Project No. 095701-00 in the amount of $295,000 (in which sufficient funds are available) to New Development Fund 90, Northport Addition/South Airport Access Road, Project No. 136060-00 in the amount of $3,015,767 and Keller-Haslet Road Assessment Paving, Northport Addition, Project No. 136061-00, in the amount of $246,526. Sufficient funds are available in Fund 90, Project No. 095104-00, 87-88 Salaries, to finance engineering and administrative costs. The expenditures will be made out of Index Codes 621318 and 6212?_7. Assessment Paving A portion of the street improvements in this contract include the construction of Keller-Haslet Road from the east right-of-way line of Interstate Highway 35W, westerly an approximate distance of 1,?_50 L.F. consisting of a double 26' roadway of arterial grade pavement. Letters were mailed to all property owners affected by this assessment project on January 29, 1988, advising them of the proposed community facilities contract for Northport Addition/South Airport Access Road and Keller-Haslet Road Upgrade, and that the City Council would be considering the contract at its meeting on February 9, 1988. Plan Commission Approval On April 29, 1987, the City Plan Commission approved the concept plat (C-87-1) for Northport Addition. Special Condition The 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. DAI:wq SUBMITTED FOR THE CITY MANAGER'S OFFICE BY: ORIGINATING DEPARTMENT HEAD: �-�Dav i d Ivory Joe Bilardi 7820 ;1I'F�I�t�1��� 13Y ����Y ��I�N�IL �:� � ���e -, DISPOSITION BY COUNGL: j; � ��r C'�/ �, , pROCESSED BY ❑ APPROVED ` f'�'`' , ❑ OTHER (DESCRIBE) �t� � � ,ITY S�CRETARY . vy„ , t�. FOR ADDITIONAL INFORMATION CONTACT: J�e Bi 1 ardi 7820 DATE