Loading...
HomeMy WebLinkAboutContract 47870 CITY SECRETAW /,� CONTRACT NO. COMMUNITY FACILITIES AGREEMENT WITH CITY OVERSIZING PARTICIPATION Developer Company Name: PB Ventana 1,LLC Address,State,Zip Code: 4145 Travis St. Suite 202,Dallas,TX 75204 Phone&Email: 214-954-7025,peter@pmbinv.com Authorized Signatory,Title: E.Peter Pincoffs III,President Project Name and Brief Ventana Veale Ranch Parkway Description: Plat Case Number: PP-15-036 Plat Name: Ventana Mapsco: 86N Council District: 3 City Project Number: 100076 CFA Number: 2016-26 DOE Number: None To be complete taff Received by: Date: OFFICIAL RECORD 71, City of Fort Worth,Texas SE�CRETAR� �� Standard Community Facilities Agreement with City P ii n , CFA Official Release Date:07.30.20 15 F7.WORTH 1 TX Page 1 of 11 COMMUNITY FACILITIES AGREEMENT WITH CITY OVERSIZING PARTICIPATION THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, PB Ventana 1, LLC ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Ventana Veal Ranch Parkway ("Project") within the City of Fort Worth, Texas("City"); and WHEREAS, the City has reviewed the proposed Improvements and desires to have the Developer oversize the proposed Improvements to provide capacity for future development in the area("Oversized Improvements");and WHEREAS,the Developer and the City desire to enter into this Community Facilities Agreement ("CFA" or "Agreement") in connection with the collective Improvements for the Project; and WHEREAS,the City has reviewed the Project and desires to participate in the Project in accordance with this Agreement as presented by the Cost Summary Tape and Exhibits attached hereto and authorized by City Council via M&C L-2?705(401".) 1,20 ils,and WHEREAS, The City's cost participation shall be in an amount not to exceed $396.378.00 ("Participation"); and WHEREAS,the City has requested the Developer to cause,and the Developer agrees to cause,the design,permitting and construction of the Project for which the City will, subject to City Council approval, reimburse the Developer for the City's portion of those costs after City's final acceptance of the Project. NOW, THEREFORE, for and in consideration of the covenants and conditions contained herein,the City and the Developer do hereby agree as follows: General Requirements A. The Policy for the Installation of Community Facilities ("Policy") dated March 2001, approved by the City Council of the City of Fort Worth, as amended, is hereby incorporated into this Agreement as if copied herein verbatim.Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation CFA Official Release Date:07.30.2015 Page 2 of 11 and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. B. Developer shall provide financial security in conformance with paragraph 6, Section II, of the Policy and recognizes that there shall be no reduction in the collateral until the Project has been completed and the City has officially accepted the Improvements. Developer further acknowledges that said acceptance process requires the Developer's contractor(s) to submit a signed affidavit of bills paid signed by its contractor and consent of surety signed by its surety to ensure the contractor has paid any sub- contractor(s)and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full by Developer for all the services provided under their contract. C. Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City-approved construction plans, specifications and cost estimates provided for the Project and the exhibits attached hereto. D. The following checked exhibits describe the Improvements and are incorporated herein: Water (A) ®, Sewer (A-1) ®, Paving (B) ®, Storm Drain (B-1) ®, Street Lights & Signs (C) N. E. The Developer shall award all contracts for the construction of community facilities in accordance with Section II, paragraph 7 of the Policy and the contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section ll, of the Policy. Developer shall ensure its contractor(s) pays the then-current City-established wage rates. F. For all Improvements included in this Agreement for which the Developer awards construction contract(s), Developer agrees to the following: i. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to meet City's requirements for being prequalified, insured, licensed and bonded to do work in public ways and/or prequalified to perform water/wastewater construction as the case may be. ii. To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent (100%) of City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation CFA Official Release Date:07.30.2015 Page 3 of 11 the contract price of the infrastructure, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the infrastructure for a period of two (2) years from the date of final acceptance insuring the maintenance and repair of the constructed infrastructure during the term of the maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253, Texas Government Code. iii. To require the contractor(s) it hires to perform the construction work contemplated herein to provide insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer-awarded infrastructure construction contracts. The City shall be named as additional insured on all insurance required by said documents and same will be evidenced on the Certificate of Insurance(ACORD or other state- approved form) supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours advance notice of intent to commence construction to the City's Construction Services Division so that City inspection personnel will be available; to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces, to not install or relocate 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. V. To require its contractor to have fully executed contract documents submitted to the City to schedule a Pre-Construction Meeting. The submittal should occur no less than 10 working days prior to the desired date of the meeting. No construction will commence without a City-issued Notice to Proceed to the Developer's contractor. vi. To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement, if any, until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. G. Developer shall provide, at its expense, unless otherwise agreed to by City,all engineering drawings and documents necessary to construct the Improvements under this Agreement. City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation CFA Official Release Date:07.30.2015 Page 4of11 H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the Improvements required herein. I. City shall not be responsible for payment of any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. City will be responsible for the costs of utility relocation necessitated by the City's participation in this Agreement. J. Developer hereby releases and agrees to indemnify, defend and hold the City harmless for any inadequacies in the preliminary plans,specifications and cost estimates supplied by the Developer for this Agreement. K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer and required for the construction of the current and future improvements provided for by this Agreement. L. The Developer further covenants and agrees to, and by these presents does hereby,fully indemnify, hold harmless and defend the City,its officers,agents and employees from all suits, actions or claims of any character, whether real or asserted, brought for or on account of any injuries(including death) or damages sustained by any persons or to any property, resulting from or in connection with the construction, design,performance or completion of any work to be performed by said Developer, his contractors, subcontractors, officers, agents or employees, or in consequence of any failure to properly safeguard the work, or on account of any act, intentional or otherwise, neglect or misconduct of said Developer, its contractors, sub-contractors, officers, agents or employees M. The Developer will further require its contractors to indemnf�, defend and hold harmless the City,its officers,agents and employees from and against any and all claims, suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from or in any way connected with the construction of the infrastructure contemplated herein, whether or not such iniuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. Further,Developer will require its contractors to indemnf�and hold harmless the Cityfor any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and construct the City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation CFA Official Release Date:07.30.2015 Page 5 of 11 improvements in a good and workmanlike manner,free from defects, in conformance with the Policy, and in accordance with all plans and specifications. N. Upon completion of all work associated with the construction of the Improvements, Developer will assign to the City a non-exclusive right to enforce the contracts entered into by the Developer with its contractor along with an assignment of all warranties given by the contractor, whether express or implied. Further, Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. O. Inspection and material testing fees are required as follows and further apportioned in the Cost Summary Table below i. Developer shall pay in cash water and wastewater inspection fees and material testing fees equal to two percent(2%)for a total of 4%of the Developer's share of the total construction cost as stated in the construction contract. ii. Developer shall pay in cash paving and storm drain inspection fees equal to four percent(4%)and material testing fees equal to two percent(2%) for a total of 6% of the Developer's share of the total construction cost as stated in the construction contract. iii. Developer shall pay in cash the total cost of streetlights or if the City is not installing the streetlights, inspection fees equal to four percent (4%) of the Developer's share of the streetlight construction cost as stated in the construction contract. iv. Developer shall pay in cash the total cost of street signs necessary for Developer's portion of the Project. P. COMPLETION WITHIN 2 YEARS i. The City's obligation to participate (exclusive of front foot charges) in this Agreement shall terminate if the Improvements are not completed within two (2) years; provided, however, if construction of the Improvements has started within the two year period,the Developer may request that the CFA be extended for one (1) additional year. If the Improvements are not completed within such extension period, there will be no further obligation of the City to participate. City participation in this CFA shall be subject to the annual availability of City funds as approved by the City Council. City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation CFA Official Release Date:07.30.2015 Page 6 of 11 ii. Subject to paragraph i, above, the City shall reimburse Developer for the City's costs upon presentation of proper documentation of completion of installation of the Oversized Improvements. iii. Nothing contained herein is intended to limit the Developer's obligations under the Policy, this Agreement, its financial guarantee, its agreement with its contractor or other related agreements. iv. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the construction of the Improvements if at the end of two (2)years from the date of this Agreement (and any extension period)the Improvements have not been completed and accepted. V. The City may utilize the Developer's financial guarantee to cause the payment of costs for construction of the Improvements before the expiration of two (2) years if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction, the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation CFA Official Release Date:07.30.2015 Page 7 of 11 COST SUMMARY TABLE Developer's Cost City's Cost Total Cost A.Water and Sewer Construction 1. Water $ 250,631.79 $ 333,771.39 $584,403.18 2. Sewer $ - $ - $ Water Construction Cost Sub-Total $ 250,631.79 $ 333,771.39 $584,403.18 B. TPW Construction 1. Paving $ 627,040.25 $ - $ 627,040.25 2. Storm Drain $ 193,665.00 $ - $ 193,665.00 3. Street Lights $ 85,280.24 $ - $ 85,280.24 4. Traffic Signal $ - $ - $ - TPW Construction Cost Sub-Total $ 905,985.49 $ - $ 905,985.49 Total Construction Cost $ 1,156,617.28 $ 333,771.39 $1,490,388.67 Construction Fees: C.Water/Sewer Inspection Fee(2%) $ 5,012.64 $ 6,675.43 $ 11,688.07 D.Water/Sewer Material Testing Fee(2%) $ 5,012.64 $ 6,675.43 $ 11,688.07 Water Construction Fees Sub-Total $ 10,025.28 $ 13,350.86 $ 23,376.14 E. TPW Inspection Fee $ 32,828.21 $ - $ 32,828.21 F.TPW Material Testing Fee $ 16,414.11 $ - $ 16,414.11 G. Street Light Inspection Fee $ 3,411.21 $ - $ 3,411.21 H. Traffic Signal Inspection Fee $ - $ - $ - I. Street Signs Installation Cost $ - $ - $ - J.Civil/Geotechnical Engineering&Survey(20%) $ - $ 16,072.21 $ 16,072.21 TPW Construction Fees Subtotal $ 52,653.53 $ 16,072.21 $ 68,725.74 Total Construction Fees $ 62,678.81 $ 29,423.07 $ 92,101.88 TOTAL PROJECT COST $ 1,219,296.09 $ 363,194.46 $1,582,490.55 Financial Guarantee Options, choose one Amount Choice Mark one Bond= 100% $ 1,156,617.28 x Completion Agreement= 100%/Holds Plat $ 1,156,617.28 Cash Escrow Water/Sanitary Sewer= 125% $ 313,289.74 Cash Escrow Paving/Storm Drain = 125% $ 1,025,881.56 The costs stated herein may be based upon construction estimates rather than actual costs. The City's portion of inspection and material testing fees are directly allocated to the City's accounts for charges and does not reimburse the Water Inspection and Material Testing Fees to the Developer.The City's participation estimate shall be limited to the unit prices contained in City of Fort Worth Ordinance No. 19192-06-2010,as amended,("Unit Price Ordinance")or as determined by public competitive bid. The City's cost participation(excluding inspection and material testing fees)is not a lump sum amount and may be less than stated above depending upon actual quantities as shown on the Notice of Final Completion package(`Green sheet')and based on unit prices from the construction contract documents.In no event shall the City pay more per unit than as determined pursuant to the Unit Price Ordinance or public competitive bid. City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation CFA Official Release Date:07.30.2015 Page 8 of 11 Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment ® Attachment 1 -Changes to Standard Community Facilities Agreement ® Location Map ® Exhibit A: Water Improvements ® Water Cost Estimate ® Exhibit A-1: Sewer Improvements ® Sewer Cost Estimate ® Exhibit B: Paving Improvements ® Paving Cost Estimate ® Exhibit 13-1: Storm Drain Improvements ® Storm Drain Cost Estimate ® Exhibit C: Street Lights and Signs Improvements ® Street Lights and Signs Cost Estimate (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation CFA Official Release Date:07.30.2015 Page 9of11 ATTACHMENT"I" Changes to Standard Agreement Community Facilities Agreement City Project No. 100076 None City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation CFA Official Release Date:07.30.2015 Page 10 of 11 IN TESTIMONY WHEREOF, the City of Fort Worth has caused this instrument to be executed in quadruplicate in its name and on its behalf by its Assistant City Manager, attested by its City Secretary, with the corporate seal of the City affixed, and said Developer has executed this instrument in quadruplicate, effective as of the date subscribed by the City's designated City Manager. CITY OF FORT WORTH DEVELOPER PB Ventana 1,LLC By: PB Ventana Manager,LLC Jesus J. Chapa Name: E.Peter Pincoffs III Assistant City Manager Title: President Date: 67 '���i Date: Zo!� ATTEST: (Only if required by Recommended by: Developer) 1��� L- -&�,('L Wendy Chi abulal, EMBA, P.E. Signature Development Engineering Manager Name: Water Department � 4 GJ. Dougla6W. Wiersig, P.E. t'-0Z-1-aL Director Transportation&Public Works WA-re2 ?"Af-'rM4F44- Department F F0 y p Approved as to Form &Legality: ATTEST: *g 100 Mary J. Kayser Richard A McCraken 6t = /lq City Secretary ° °°��y Assistant City Attorney 7� M&C No. 2Z R�.I•�.s� Date: -4110/1&c OFFICIAL RECORD City of Fort Worth,Texas CITY SECRETARY Standard Community Facilities Agreement with City Participation CFA Official Release Date:07.30.2015 FT. WORTH, TX Page 11 of 11 20 IN ERSTE 820 O Z� QJ Z� 00 ALEDO ROAD PROJECT OWNER/ DEVELOPER: 1101 PELOTON VEALE RANCH PARKWAY PB VENTANA 1, LLC �� t RDRI LuroOKS KROGEDRIVE 5751 ROVE SUITE 185 4145 TRAVIS STREET,SUITE 202 KELLER,TX 76244 NOT TO SCALE DALLAS,TX 75204 PHONE:817-562-3350 DATE:MARCH,2016 PHONE:214-954-7025 _ / -. - -- .__- I I i� Vw�TRx u�ellTr``� s p I i P M��� o I1 / o� MO OVFMF =51, T.r, D2Yi'I+1Na+ -1I C.R.T.C.T. T. I li '1 �� �d wun usr u1: �fl /// lO FACILITY AS EE j IT EAIMEIR CACT. V OL 1435.M 4mIT CAT.C.T. / f/ ri r I; WI@1IIII , DDc F.T.G t�SIL2T I' — __— =7 • =- LEGEND -- -------__ PROPOSED GATE VALVE EXIST GATE VALVE pee'=rnnra<.+.uc -..._- w17 1-1 �1, ax..r`cti-.w r.: xe ZQI xa.m�srneec C.R.T C.T i > i ! i PROPOSED FIRE HYDRANT >o EXIST FIRE HYDRANT NOTE:ALL PROPOSED WATER LINES ARE 8" UNLESS OTHERWISE NOTED EXHIBIT A - WATER .................................................................................................................................................. ...--- OWNER/ DEVELOPER: 11111 PELOTON NS 0 NORTH 300' VEALE RANCH PARKWAY PB VENTANA 1, LLC I'575 LAND 1 KROGDERD II RIVE 575E 4145 TRAVIS STREET,SUITE 202 SUITE 185 DALLAS,TX 75204 KELLER,TX 76244 GRAPHIC SCALE DATE:MARCH,2016 PHONE:214-954-7025 PHONE:817-562-3350 ...-- . .... ----..... ..............................i ------ ---------- -- , IIS I �A -e �,EASE LLL LE I I ��� uue ua D2tluala„ ,� VEA � / / o I : 2CVACCEMAGREB,gR �O\ one rr,.Dxni„b, cn.r.rr. ��\ 10 ' II1! i li '. Ml11AEA^of LLU �/ 7,0 ISCI�D Jt E It ` 20 PEJtLL EBMf cn.rc.r. , o. ,omA�1 20'WATER I W TL.T. 'iAGIL EASEME T D2,D1215JD R I �:� I, LEGEND — ROUNDABOUT 16'WIDE CONC TRANSITION -.._ 23' BACK OF CURB/ 11V ROW <>I (TYPICAL NORTH SIDE) C.R.T.0 T wD III I SIDEWALK BY DEVELOPER >M I I i ---- SIDEWALK BY HOMEBUILDER i O H.C. RAMPS BY DEVELOPER EXHIBIT B - PAVING .............................................................................................................................. ..------------...... OWNER/DEVELOPER: 1191 PELOTON 0 � 5T„ 300' VEALE RANCH PARKWAY PB VENTANA 1, LLC AAMC tOLV 5751 KROGER DRIVE 4145 TRAVIS STREET,SUITE 202 SUITE 165 DALLAS,TX 75204 KELLER,TX 76244 GRAPHIC SCALE DATE:MARCH,2016 PHONE:214-954-7025 PHONE:817-562-3350 .. .. . .. .. ... ... ............ \ . ... ...... ... ... ... . .. ..... .............. 1.. ... ..... .. I oo WW I �T1CAT�TM I 111%q.�AWVOL RP III uGc.eux,5ua,a., / �. III e/ // III e e tOO/ AORmIBIT o\ ppf,Nrl'D"'41M, / CA=T. C'MIT. o` � / ruF ecsr,uc Q fiAVD DA.";a�, r„C.��T e 1111 / \ C ."C.T.. ✓°Z 111 e e e / I VOL luea ro..n !�f C.X.T.C.T. �/ I / I oop oT'uav o.P.P.r.r. ,. �I t0 Aasss Sarr "�•••� /// �' �vx rr AEnsMR ee Erol I I SRT C.T. ortoLP41 I / "'RR,G.F. II --------------- LEGEND I PROPOSED STORM DRAIN INLET PB V[11/PrLL t,LLG � P—1.1710, - p�T Q> GA.T.0 T1 — r..T r i --J-- EXIST STORM DRAIN INLET >o ! ( I ---�— PROPOSED STORM DRAIN MANHOLE PROPOSED STORM DRAIN HEADWALL i EXHIBIT B1 - STORM DRAINAGE .......................................................................................................... OWNER/DEVELOPER: 1;111 PELOTON 0 WRTT, 300 VEALE RANCH PARKWAY PB VENTANA 1, LLC IU LAMC tOLY 5751 KROGER DRIVE 4145 TRAVIS STREET,SUITE 202 SUITE 185 DALLAS,TX 75204 KELLER,TX 76244 GRAPHIC SCALE DATE:MARCH,2016 PHONE:214-954-7025 PHONE:817-562-3350 I .. ._ .. . .: ._\ __._ e_ .,.....:.... _ 1fMM EA6T LC .._. y.. �. .. .__.._...._.........a :.............. I __.__ -a.. I I I \ 7 — VF�`��c" I l i / TE"11Cr�5AQRE9ABiT � PP.O G VEALE °T1E1}EETI IXJG 1l;k U�011t tgOt I � � / CRT.GT. — 5� / HJNA Ftsr uc Q� 0. of fsc�NJLF 2, FAC C.RTL.T..0I I I CA � / / - / III / / GAT.C.T. / uo�J1n�o niiis�s //��� 00" ,111 I m ACCME!! I( DH TtT-I IAACRNI FASEMEMt I CATF.T. � � D21U1T155D PB VEfffAW.t,LLC i+U Y[NTA11A1.Lr; U4:..wl.UT1511A& UC:wl U1+5'TVJb CRT.C.T. QWI --....— C,lLTC.T. i I I LEGEND z-1 >o I PROPOSED STREET LIGHTS m 0 EXIST STREET LIGHTS EXHIBIT C - STREET LIGHTS OWNER/ DEVELOPER: 11'91 PELOTON 0 oRTH 300' VEALE RANCH PARKWAY PB VENTANA 1, LLC 'I' `""° `°`"T'°"' 5751 KROGER DRIVE 4145 TRAVIS STREET,SUITE 202 SUITE 185 DALLAS,TX 75204 KELLER,TX 76244 GRAPHIC SCALE DATE:MARCH,2016 PHONE:214-954-7025 PHONE:817-562-3350 ........... .. .. ..--.--.--. ,, .r......,.-....--..' III �-. - I�I �� W WATERUE ESWT 17C T. 1 / I I aLP ACCESS AtitE981T . fYN YO ICRrili'm I a' f• I I/)NA—T LLG O / I I T.tscraar T'LLT FALIIYF/1BEIENT CA.T.CL.T. I .T. /".100"WACCESSEASEMENT / I YCL 1425L M 4's c,R.T.c.r. .000 "00000"/�T�TTI II I I. 10WACCELB / Da101a1530 I I II f9VE!AFNr•t,LLC �Q oB VE!tINtA 1 LLC I I I II Z>I { R�,�L I LEGEND w� I I >m III I PROPOSED STREET NAME SIGNS I , 0 EXIST STREET NAME SIGNS EXHIBIT C1 - STREET NAME SIGNS .................................................................................................................. ................................................................. OWNER/ DEVELOPER: 1191 PELOTON 0 NORTH 300' VEALE RANCH PARKWAY PB VENTANA 1, LLC -ilil LAMS .OLY„om. 5751 KROGER DRIVE 4145 TRAVIS STREET,SUITE 202 SUITE 185 DALLAS,TX 75204 KELLER,TX 76244 GRAPHIC SCALE DATE:MARCH,2016 PHONE:214-954-7025 PHONE:817-562-3350 Veale Ranch Parkway WATER IMPROVEMENTS rC'O I•'N' M N ITEM NO, BID ITEM S ecification Section No. UNIT ITEM TOTAL 1 N f I'PRI(.F. ITEM TOTAL COST 1 3311 0261 8"PVC Water Pie 33 11 12 LF 1559 S,2 n+! $49,888.00 2 3,1 1.0541 16"Water Pi 33 11 10,33 11 12 LF 564 714,;0 $82,344.00 3 '311 064 1 24"Water Pi 3 11 10,33 11 l2,33 11 13,33 11 14 LF 1133 S31 a 00 $356,895.00 4 3312.01 1' Connection to Existing4"-12"Water Main 33 1225 EA 1 53+i0(o $300.00 5 ,1,01(8 Connection to Existing 24"Water Main 33 1225 EA 1 55.0+++;a+! $5,600.00 6 ;341_I 1 1 S 4"-12"Pressure Plu 02 41 14 EA 1 S r)Q 00 $300.00 7 i+_4 1.1 16 16"Pressure PIM 0241 14 EA 2 51,0;0 0o $2,000.00 8 024 11 100 24"Pressure Plug 0241 14 EA 1 5,.;00 uu $3,000.00 9 , 12.100-, 3"Combination Air Valve Assembly for Water 33 1230 EA 1 15,0+;+)„t+ $15,000.00 10 ?312.30u6 16"Gate Valve w/Vault 33 1220 EA 2 $1 OW1 0o $30,000.00 11 331,.3;08 24"Gate Valve w/Vault 33 1220 EA 1 S2t),un!;.o+) $29,000.00 12 3305.0 109 Trench Safety 3305 10 LF 3256 S! +) $3,256.00 13 ,31 1 00o I Ductile Iron Water Fittings w/Restraint 33 11 11 TON 3.06 S4. +)t+00 $13,770.00 14 33o4 M02 Cathodic Protection 3304 12 LS 1 S i iut+0 Ou $15,000.00 TOTAL WATER $606,353.00 PAVING IMPROVEMENTS COFIN M NO I I-EM NO. BID ITEM Specification Section No. UNIT ITEM TOTAL t NI IP11 1, ITEM TOTAL COST 15 ,21,.+)105 10"Conc Pvmt 32 13 13 SY 8193 SdM�fi $405,553.50 16 9099 0009 Full Depth Red-Color Concrete 00 00 00 SY 387 S`> (''! $36,765.00 17 00900,W) Full Depth Sand-Buff Color Concrete 00 00 00 SY 128 0+;u $12,800.00 18 ,'11,001 8"Lime Treatment 32 1129 SY 8947 S,'S $29,077.75 19 ,211.(400 Hydrated Lime 321129 TN 135 S1?°00 $23,625.00 20 9>99.0;11 3"Mountable Curb 000000 LF 280 S4rjn $1,120.00 21 3'13,0x04 Barrier Free Ramp,Type M-2 32 1320 EA 4 i,vt:u u0 $4,000.00 22 99)9.000' Const Std Street Header&Install Barricade 00 00 00 EA 1 S2+).+;{! $20.00 23 321?21 103 REFL Raised Marker TY II-A-A 32 1723 EA 56 S�0; $280.00 24 13.1301 4"Conc Sidewalk 32 1320 SF 27690 5 +;+' $83,070.00 25 ,217.00k)1 4"SLD Pvmt Markin 14AS W 32 1723 LF 94 S 150 $141.00 26 3217.00;2 4"SLD Pvmt Markin HAS Y 32 1723 LF 2702 —$1 >n $4,053.00 27 1'00=101 18"SLD Pvmt Markin HAE W 32 1723 LF 48 y,O+t $288.00 28 ,21 Too 1 24"SLD Pvmt Markin HAE W 32 1723 LF 180 SS.;u $1,440.00 29 ,217 02;1 8"SLD Pvmt Markin HAS W 32 1723 LF 120 ht} $360.00 30 ',217()1(j, 8"SLID Pvmt Marking HAS Y 321723 LF 369S 0o $1,107.00 31 ,?1'.100' Lane Legend Arrow 32 1723 EA 2 S.(u u0 $600.00 32 9099 0011 Lane Legend Yield 00 00 00 EA 2 44uo(u $800.00 33 1 3 t41.a;0o Install Alum Sign Ground Mount 3441 30 EA 33 Som.,)00 $21,450.00 TOTAL PAVING $626,550.25 STORM DRAIN IMPROVEMENTS COFW M NO ITE.N1 NO. BID ITEM Specification Section No. UNIT ITEM TOTAL LNI I PRI(I'. ITEM TOTAL COST 34 3341020 24"RCP,Class 1I1 3341 10 LF 97 ti56 0o $4,850.00 35 3,41,0'01 21"RCP,Class 111 3341 10 LF 93 5=t5 0; $4,185.00 36 ,?41.1103 4x4 Box Culvert 33 41 10 LF 190 c I?S.+K $33,250.00 37 ,341 12x2 5x4 Box Culvert 3341 10 LF 260 51,)<M) $50,700.00 38 3140.501 10'Curb Inlet 33 49 20 EA 2 S'.oOU 9 $5,200.00 39 3,40500, 20'Curb Inlet 33 49 20 EA 1 >5,3t±U u0 $5,200.00 40 ,3050109 Trench Safety 330510 LF 640 On $1,280.00 41 9)99.0015 4'x4'Headwall 00 00 00 EA 2 Sl 5,1f,I ou $30,000.00 42 0990 o01 o 10'x4'Headwall 00 00 00 EA 1 S2+?,u^+;u0 $20,000.00 43 99)9.0019 Sloped Headwall 00 00 00 EA 1 ',,40;C r+t, $4,000.00 44 9099 0;14 Modified Parallel Wingwafl 00 00 00 EA 1 S?,5+!:•t„) $7,500.00 45 313'.0104 Medium Stone Riprap,dry 1 31 37 00 SY400 Sb'.;')i+ $24,000.00 46 33-19.90;; 4'Grate Inlet 33 49 20 EA 1 S?5o'+.'r+t! $3,500.00 TOTAL PAVING $193,665.00 STREET LIGHTING IMPROVEMENTS COFW M N I I"FAI NO. BID ITEM Specification Section No. UNIT ITEM TOTAL t NI"f PRICE ITEM TOTAL COST 47 3441300, Rd Illum Assmbl TY 18,18A,19,and D-40 34 41 20 EA 17 S:'.0 17'' $34,802.74 48 ,4113 302 Rd Ilium Foundation TY 3,5,6,and 8 3441 20 EA 17 S 15u on $16,150.00 49 ?4=11 3404 2-2-2 4 uad lex Alum Elec Conductor 34 41 20 LF 2,985 S' a $7,462.50 50 2605,1011 2"CONDT PVC SCH 40 26 05 33 LF 2,985 S"On $26,865.00 TOTAL STREET LIGHTING $85,280.24 STREET SIGNS M N 1TIai NO. BID ITEM Specification Section No. UNIT ITEM TOTAL I'NI l PRICI: ITEM TOTAL COST 51 1 1)92)0000 IStreet Signs Name Blades 00 00 00 EA 2 ?,45 00 $490.00 TOTAL STREET SIGNS $490.00 TOTALI $1,512,338.49 Item City Dev Difference/ City's No. Description Unit Qty Engr Est Difference/Percentage Percentage Dev,Portion Participation 24"Water Pipe DIP Station 1 10+61.91-11+07.00 LF 45 $350.00 100% 0% $0.00 $15,750.00 16"Water PVC 0+00- 2 0+77.15 LF or 100% 0% $0.00 $10,890.49 24"Wter Pipe DIP 0+25.77 3 10+61-91-4 16"Water DIP LF $175.00 $175.00 $190,344.00 $190,344.00 8"PVC Water Pipe 0+43.46 5-15+14.67 LF 0.63 0.37 $18,430.96 $31,382.45 24"Gate Valves Station 60+12.50 $29,000.00 7 16"Gate Valve EA 1 $15,000.00 $14,000.00 $15,000.00 $15,000.00 $14,000.00 Cathodic Protection 8 LS 1 $13,000.00 0.33 0.67 $8,710.00 $4,290.00 24"Gate Valves Station 911+20 EA 1 $29,000.00 100% 01/. $0.00 $29,000.00 10 2"Air Release Valve EA 1 $8,491.13 0.33 0.67 $5,689.06 $2,802.07 8"Gate Valve(1)Station 11 0+50 EA 1 $1,126.67 0.33 0.67 $754.87 $371.80 Connection to Existing 4"- 12 12"Water Main EA 1 $1,215.24 0.33 0.67 $814.21 $401.03 Ductile Iron Water Fittings 131w/Restraint ITON 1 2.0 1 $4,349.87 1 1 $0.00 1 $0.00 $8,699.74 14 8"Trench Safety LF $7.85 0.63 0.37 $4,525.59 $7,705.73 15 rent avey LF $7.85 0.33 0.67 $6,363.10 $3,134.06 $250,631.79 $333,771.39 Total $756,233.27 Engineering Cost 2014 LF 8"/$14`.50 Per Lf City cost participate 50% $14,098.00 Total with Contingency $770,331.27 Grand total 671,956.88 770,331.27 Note:Fittings,trench safety and paving repair are calculated by percentage:24-16/24=0.333,33%. City of Fort Worth, Texas Mayor and Council Communication ' � �'�``COUNC(C:�A`CT(O�ly�`A�pproved pori X11 Q%2@1�6 . Resolufi�o�"° a���6?7�05a 2016~}�,Y���_ I..i�s1�l DATE: Tuesday, May 10, 2016 REFERENCE NO.: C-27705(Revised) LOG NAME: 06VENTANA CFAS WATER FUNDING (PROJECTS 002749 AND 100076) REV SUBJECT: Authorize Execution of Two Community Facilities Agreements with PB Ventana 1 LLC, in the Combined Amount of$3,967,361.58 of Which City Participation is in a Combined Amount Not to Exceed $945,741.00 for Oversizing of a Water Main and a Recirculation Water Line Located in the Ventana Addition to Serve the Development and Anticipated Future Development in the Surrounding Areas, Authorize a Waiver of the Community Facilities Agreement Policy Regarding Competitive Bidding for Pump Stations and Adopt Reimbursement Resolution (COUNCIL DISTRICT 3) RECOMMENDATION: it is recommended that the City Council: 1. Authorize the execution of the Ventana- Pump Station Community Facilities Agreement with PB Ventana 1, LLC, in the amount of$2,485,973.00 of which the City is participating in the amount of $512,987.00 for the oversizing of a water main and a recirculation water line to serve the Ventana Addition and anticipated future development in the surrounding areas; 2. Authorize the execution of the Ventana-Veale Parkway Community Facilities Agreement with PB Ventana 1, LLC, in the amount of$1,490,389.00 of which the City is participating in the amount of $396,378.00 for oversizing of a water main and recirculation water line to serve the Ventana Addition and anticipated future development in the surrounding areas; 3. Adopt the attached resolution expressing official intent to reimburse expenditures with proceeds of future debt for the oversizing of a water main and a recirculation water line located in the Ventana Addition; and 4. Authorize a waiver of the Community Facilities Agreement Policy, Section iI, Procedures for Obtaining a Contract for the Installation of Community Facilities at subsection 7. C. 3 Construction of pump stations, lift stations and storage tanks. DISCUSSION: The Ventana Addition (Ventana) is a single-family development located in southwest Fort Worth, west of FM 2871 and south of Aledo Road. Ventana requires a 16-inch water main to serve its site. The City is cost participating in the engineering and construction costs of oversizing the water line to a 24-inch main to serve future development in the area. Additionally, the City is cost participating in the engineering and construction costs of an 8-inch recirculation line to provide a looped system for the ultimate build out of the City's Water CIP Master Plan. Staff and Developer elected to develop separate CFAs for these improvements. Public bidding of these elements of the project is not required. The Community Facilities Agreement(CFA) Policy requires public bidding for construction of pump stations. A pump station is required for this project to increase water pressure to serve portions of the project. The City is not participating in the cost of the pump station and the developer has requested relief from the public bid Logname: 06VENTANA CFAS WATER FUNDING(PROJECTS CO2749 AND 100076)REV Pagel of 3 requirement for this item. Staff recommends approval of this waiver request. The City's collective cost participation of these improvements is estimated to be$945,741.00 as shown on the table below, of that amount, $21,026.25 is for engineering services. Item Developer Cost CilLCost Total Cost Water construction Cost $671,957.00 770,331.00$1,422,288.00 Contingency (15 percent) $100,794._00___J$139,034.001$ 239,827.00 Construction Subtotal $671,957.00 $909,365.00$1,682,115.00 inspection Fee (2 percent) 1 $ 15,455.00 $ 18,188.001$ 33,643.00 Material Testing Fee (2 percent) $ 15,455.00 $ 18,188.001$ 33,643.00 Construction Fees Sub-Total 1 $ 30,910.00 $ 36,376.001$ 67,286.00 Total Project Cost 1 $803,660.00 _945,741.00$1,749,401.00 The reimbursement of the participation, excluding inspection and material testing fees, is not a lump-sum amount and may be less than the stated amount depending upon the actual quantities and unit prices from the Notice of Final Completion Package, commonly referred to as the Green Sheet Package. This project is anticipated to be included in a future revenue bond issue for the Water and Sewer Fund. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Direct Purchase Note (DPN) Program will be used to provide interim financing for this project until debt is issued. To the extent resources other than the Water and Sewer portfolio are used to provide interim financing, the Water and Sewer Funds will be charged interest that is equivalent to the overall rate of return being earned by the City portfolio (currently approximately one-percent annually). Should the City's portfolio not support the liquidity needed to provide and interim short-term financing source, another funding source will be required, which could mean issuance of securities under the DPN Program or earlier issuance of Water and Sewer revenue bonds than is currently planned. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution. The City Council adopted the Water Department's Fiscal Year 2016-2020 Five-Year Capital improvement Plan on February 2, 2016 (M&C G-18662). This City Council adopted plan includes this specific project, with funding identified through the DPN Program to be reimbursed with future revenue bonds. In accordance with the provisions of the Financial Management Policy Statements, Staff anticipates presenting revenue-supported debt issuances to the City Council for consideration within the next three years. This debt must be issued within approximately three years to provide reimbursement for these expenses. If that does not occur, the costs will no longer be reimbursable by issuing tax-exempt debt and the funding source will have to be made whole through other budgetary methods. Adoption of this resolution does not obligate the City to sell bonds, but preserves the ability to reimburse the City from tax- exempt bond proceeds. This development is located COUNCIL DISTRICT 3. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that budget is available and that this project is included in the Fiscal Year 2016 Water&Wastewater Capital Improvement Plan, as appropriated. The adopted Water&Wastewater Capital Improvement Plan includes an appropriation of$9,400,000.00 for programmable Community Facility Agreement Projects. Logname: 06VENTANA CFAS WATER FUNDING(PROJECTS CO2749 AND 100076)REV Page 2 of 3 FUND IDENTIFIERS (FIDs): TO Fund Department ccouni Project ProgramActivity Budget Reference# Amount ID ID Year Chartfield 2 1560051 0600430 5310101 CO2749 C01483 2016 $512,987.00 1560051 0600430 5330500 CO2749 C01484 2016 $10,260.00 56005 0600430 5330500 CO2749 C01485 2016 $10,260.00 56005 0600430 5310101 1 100076 1- - - 1-001480-1 2016 396,378.0 56005 0600430 5330500 1 100076 001480 1 2016 $7,928.0 56005 0600430 5330500 1 100076 1001480 1 2016 $7928.00 FROM Fund Department ccoun Project Program ctivity Budget Reference # moun ID ID Year Chartfield 2 CERTIFICATIONS: Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: John Carman (8246) Additional Infonnation Contact: Julie Westerman (2677) Logname: 06VENTANA CFAS WATER FUNDING(PROTECTS CO2749 AND 100076)REV Page 3 of 3 CERTIFICATE OF INTERESTED PARTIES FORM 1295 iofl Complete Nos.l-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING I Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2016-31482 PB Ventana 1,LLC Dallas,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the formis 03/28/2016 being filed. City of Fort Worth Date kno ivedge 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the goods or services to be provided under the contract. 100076 Construction of Community Facilities 4 Nature of interest(check applicable) Name of Interested Party City,State,Country(place of business) Controlling Intermediary Raef,Ben Keller,TX United States X Baird,Taylor Dallas,TX United States X Pincoffs,Peter Dallas,TX United States X 5 Check only if there is NO Interested Party. 6 AFFIDAVIT f swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. k", ..°wI CASSANDRA F.FOREMAN rr y �' Notary Public.Mote of TBX09 —Q - My Commiaslon Expires '-a �r- Aptit 26,2017 Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE Sworn subscribed before me,by the said this the�day of 200to certify which,witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.312