Loading...
HomeMy WebLinkAboutContract 52889 10/10/19 10:51 AM COMMUNITY FACILITIES AGREEMENT WITH CITY PARTICIPATION Developer Company Name: PB Ventana 1,LLC Address,State,Zip Code: 4001 Maple Avenue Suite 600,Dallas,TX 75219 Phone&Email: 214-954-7025 Authorized Signatory,Title: Peter Pincoffs,Manager Project Name: Ventana Gravity Sewer and Force Main Line Brief Description: Sewer Project Location: Southwest corner of Aledo Road and Chapin School Rd. Plat Case Number: FP-15-119, Plat Name: Ventana FP-17-071, FP-18-139 Mapsco: <Mapsco> Council District: City Project Number: 102076 CFA Number: CFA19-0058 City of Fort Worth,Texas -- Standard Community Facilities Agreement with City Participation-Ventana Gravity Sewer and Force CFA Official Release Date:01.22.2017 L RECORD Page I of 13 MY SECRETARY Fir WORTH,TX COMMUNITY FACILITIES AGREEMENT WITH CITY PARTICIPATION THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 52889 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 Gravity Sewer and Force Main Line ("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 ("CIA" 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 Table and Exhibits attached hereto and authorized by City Council via M&C 29180 on June 25,2019; and WHEREAS, The City's cost participation shall be in an amount not to exceed $1,669,461.00 ("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 :he 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 and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Ventana Gravity Sewer and Force Main Line CFA Official Release Date:01.22.2017 Page 2 of 13 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) i. Sewer(A-1) 0 , Paving (B) U. Storm Drain (B-1) D, Street Lights & Signs (C) F_-. E. The Developer shall award all contracts for the construction of community facilities in accordance with Section 11,paragraph 7 of the Policy and the contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section II, 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 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 City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Ventana Gravity Sewer and Force Main Line CFA Official Release Date:01.22.2017 Page 3 of 13 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. H. Developer shall cause the installation or adjustment of die required utilities to serve the development or to construct the Improvements required herein. City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Ventana Gn.vity Sewer and Force Main Line CFA Official Release Date:01.22.2017 Page 4 of 13 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 indemnify, 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 injuries, death or damazes are caused, in whole or in Part, by the allezed nezlikence of the City of Fort Worth, its officers, servants, or employees. Further,Developer will require its contractors to indemnify and hold harmless the City for 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 improvements in a good and workmanlike manner,free from defects, in conformance with the Policy, and in accordance with all plans and specifications. City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Ventana Gravity Sewer and Force Main Line CFA Official Release Date:01.22.2017 Page 5 of 13 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 equa l 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. ii. Subject to paragraph i,above,the City shall reirnburse Developer for the City's costs upon presentation of proper documentation of completion of installation of the Oversized Improvements. City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Ventana Gra vity Sewer and Force Main Line CFA Official Release Date:01.22.2017 Page 6 of 13 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. Q. Developer acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel;and(2)will not boycott Israel during the term of the contract. The terms"boycott Israel"and"company"shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not boycott Israel; and(2) will not boycott Israel during the term of the contract. R. IMMIGRATION AND NATIONALITY ACT Developer shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form(I-9). Upon request by City, Developer shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Developer shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Developer employee who is not legally eligible to perform such services. DEVELOPER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Ventana Gravity Sewer and Force Main Line CFA Official Release Date:01.22.2017 Page 7 of 13 ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY DEVELOPER, DEVELOPER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Developer, shall have the right to immediately terminate this Agreement for violations of this provision by Developer. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Ventana Gravity Sewer and Force Main Line CFA Official Release Date:01.22.2017 Page 8 of 13 Cost Summary Sheet Project Name: Ventana Gravity Sewer and Force Main Line CFA No.: CFA19-0058 City Project No.: 102076 Items Developer's Cost City's Cost Total Cost A. Water and Sewer Construction 1. Water Construction $ - 2.Sewer Construction $ 672,261.47 $ 1,364,628.23 $ 2,036,889.70 Water and Sewer Construction Total $ 672,261.47 $ 1,364,628.23 $ 2,036,889.70 B. TPW Construction 1.Street $ - $ $ - 2.Storm Drain $ $ $ - 3.Street Lights Installed by Developer $ $ $ - 4. Signals $ $ $ - TPW Construction Cost Total $ - $ $ - Total Construction Cost(excluding the fees): $ 672,261.47 $ 1,364,628.23 $ 2,036,889.70 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 13,445.23 $ 27,292.56 $ 40,737.79 D. Water/Sewer Material Testing Fee(2%) $ 13,445.23 $ 27,292.56 $ 40,737.79 Sub-Total for Water Construction Fees $ 26,890.46 $ 54,585.12 $ 81,475.58 E. TPW Inspection Fee(4%) $ - $ - $ - F. TPW Material Testing(2%) $ - $ $G. Street Light Inspsection Cost $ - $ $H. Signals Inspection Cost $ - $ $ - J.Land&ROW cost $ 68,779.28 $ 133,512.72 $ 202,292.00 TPW Construction Fees Subtotal $ 68,779.28 $ 133,512.72 $ 202,292.00 Total Construction Fees $ 95,669.74 $ 188,097.84 $ 283,767.58 TOTAL PROJECT COST $ 767,931.21 $ 1,552,726.07 $ 2,320,657.28 Financial Guarantee Options,choose one Amount Choice (Mark one) Bond=100% $ 2,036,889.70 x Completion Agreement=100%/Holds Plat $ 2,036,889.70 Cash Escrow Water/Sanitary Sewer=125% $ 840,326.84 Cash Escrow Paving/Storm Drain=125% $ - Letter of Credit=125%w/2yr expiration period $ 2,546,112.13 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 City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Ventana Gravity Sewer and Force Main Line CFA Official Release Date:01.22.2017 Page 9 of 13 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. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Ventana Gravity Sewer and Force Main Line CFA Official Release Date:01.22.2017 Page 10 of 13 IN TESTIMONY WHEREOF,the City of Fort Worth has caused this instrument to be executed 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 effective as of the date subscribed by the City's designated City Manager. CITY OF FORT WORTH DEVELOPER PB Ventana 1,LLC vc� 3��LL Dana Burghdoff(Oct 9,201 Dana Burghdoff Retar Pi°`°ifs(o�e, 19, Interim Assistant City Manager Name: Peter Pincoffs Date: Oct 9, 2019 Title: Manager Date: Oct 8,2019 Recommended by: ATTEST: (Only if required by Developer) t Evelyn Robe (Oct 8,2019) Evelyn Roberts Contract Compliance Specialist Signature Name: <Namc> Contract Compliance Manager: Approved as to Form &Legality: By signing I acknowledge that I am the person iciohard fl, t0cCracklen responsible for the monitoring and Richard A.McCracken(Oct 9,2019) administration of this contract, including Richard A. McCracken ensuring all performance and reporting Assistant City Attorney requirements. M&C No. C-29180 Date: 6/25/19 Jennifer Ezernack on behalf of Janie Morales(Oct 8,2019) Form 1295: 201n-4q9n6i Janie Morales ATTEST: �OR �+ < �C Planning Manager Mary N;,yser(Oct 10,10 t91 Mary J. Kayser _ City Secretary AS OFFICIAL RECORD City of Fort Worth,Texas CITY SECRETARY Standard Community Facilities Agreement with City Participation-Ventana Gravity Sewer and F ce Mir"RTH,TX CFA Official Release Date:01.22.2017 Page 11 of 13 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 with City Participation Location Map C7 Exhibit A:Water Improvements ❑ Water Cost Estimate ® Exhibit A-1: Sewer Improvements ® Sewer Cost Estimate -3 Exhibit B: Paving Improvements ❑ Paving Cost Estimate ❑ Exhibit B-1: Storm Drain Improveme its fl 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-Ventana Gravity Sewer and Force Main Line CFA Official Release Date:01.22.2017 Page 12 of 13 ATTACHMENT"I" Changes to Standard Agreement Community Facilities Agreement City Project No. 102076 None City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation-Ventana Gravity Sewer and Force Main Line CFA Official Release Date:01.22.2017 Page 13 of 13 004243 DAP-IND PROPOSAL Page 1&2 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Ned Item Information Bidders Proposal Bidlistltem Specificadon Unitof Bid No. Description Section No. Meawre Quantity I1mtPn- Bid Value UNIT ll:SANITARY SEWER IMPR VEMENTS _ _ 1 0241.0100 Remove Sidewalk(4") 02 41 13 SF 330 $2.52 $831.60 2 0241.1300 Remove Concrete Curb 02 41 13 LF 15 $5.68 $85.20 3 2412.2016 Remove 15"Sewer Line 02 41 14 LF ____ 5 $8.87 $44.35 4 3125.0101 SWPPP t 1 acre 31 25 00 LS 1 $5 911.0 $5,911.03 5 3137.0101 Concrete Riprap 31 37 00 SY 168_ $69.52 $11,679.36 6 3137.0102 Large Stare Riprap,dry _ 31 37 00 SY 295 $73.47 $21 673.65 7 3211.0122 6'Flexible Base,Type A,GR-2 32 11 23 SY 2331 $20.00 $46,620,00 8 3213.0103 8'Reinforced Concrete Pavement(3,000 32 13 13 i SY _ 192 $42.67 $8 192.64 9 3213.0301 Replace 6'Sidewalk(4") _ 32 13 20 ^SF 90 .80 $432.00 10 _3213.0401 6'Concrete Driveway W 32 13 20 SF 225 $8,38. $105.50 11 _3292.0200 Broadcast Seeding 32 92 13 _ SY 17851.1 $2.66 $47,483.96 12 3301.0002 Post-CCTV Inspection Testing 33 01 31 LF 9099_ $1. $15,741.27 _13 3301.0101 Manhole Vacuum Testing 33 01 30 EA 17 $155.13 $2 637.21 14 3305.0109 Trench Safety 33 05 10 LY 9099 $1.00 $9,099.00 15 3305.0112 Concrete Collar 33 05 17 EA 17 25.75 $7,237.75 _ 16 3305.1104 24"Casing By Other Than Open Cut 33 05 22 LF 180 $460.00 2 800.00 17 3305.1105 30"Casing By Other Than Open Cut 33 05 22 ~_ _LF 115 $534.11 $61,422.65 18 _3306A 106 36"Casing By Other Than Open Cut 33 05 22 _ LF 224 $775.00 $173,600.00 19 _3305.3013 36"Steel Encasement for 24'PVC 33 05 24 LF 331 $750.00 $248 250.00 20 3305.300616'PVC Force Main 3311 10,33 LF 4929 $135.68 $668.774.54 21 3312.1002 2'Combination Air Valve Assembly W/Flush 33 31 70 EA 2 $6,727.57 $13 455.14 _22 3312.300616"Gate Valve w/Vaud 00 00 00_ _EA 3 $12.445.68 $37 337.04 23 3331.4115 8'ASTM 3034,SDR-26 PVC Y 3311 10,33� LF 530 $43.81 23 219.30 24 3331,4201 10"ASTM 3034,SDR-26 PVC 3311 10,33 LF 40 $39.22 $1 568.80 25 13331.4208 12"ASTM 3034,SDR-26 PVC 3311 10,33 LF 2194 $51.00 111 894.00 26 3331.4209 12"ASTM 3034,SDR-26 PVC W/CSS 3311 10,33 LF 105 $63. $6,703.20 27 3331.4215 15"ASTM 3034,SDR-26 PVC 3311 10,33 LF 82_ $48.47 $3 974.54 28 ^3331.422518"ASTM 3034,SDR-26 PVC 33 11 10,33 LF 591 $100.48, $59,383368 _29 3331.4308 21'ASTM F6579 PS 115 _ 3311 10,33 - LF 525 $115.33 $60,iZ.25 30 3331.4317 24'ASTM F679 PS 115 33 11 10,33 LF -5 1.62 $43 258.60 31 3331.4401 30'ASTM F679 PS 115 3311 10,33 LF _ 5 $1102.02 $610.10 32 3339.0001 Epoxy Manhole Llner 33 39 60 VF 2'3_2.11 $184.34 $42,785.31 _ 33 3339.1001 4'Manhole _33 3910,33 EA -- { $3,414.86 $10,244.58 34 3339.1002 4'Drop Manhole _ _33 3910,33 EA _ el $3,863.68 $15 534.72 35 3339.1003 4'Extra Depth Manhole 33 39 10,33 VF _q^ el $173.66 7 189.52 36 _3339.1101 5'Manhole _! 33 39 10,33_ EA_ 7__ $8,192.05 $57 344.35 37 3339.1102 5'Drop Manhole _ 33 39 10,33 EA 2 $8 560.76_ $17,121.52 38 `3339.1103 5'Extra Depth Manhole 33 39 10,33 VF 110 .2 $256.41 $25,948.69 39 3339.1001 4'Manhole W/Odor Control Unit 00 00 00 EA W 1_ $3,414.86 $3,414.86 40 3341.0403 42"RCP _ 00 00 00 _ LF 162 $120.68 19 551.78 41 0171.0101 Construction Staking 00 00 00 _ LS 1 $1,500.00 $1 500.00 42 0170.0100 Mobilization 00 00 00' LS T 1 000.00 60 000.00 T T Y SEWER IMPR NS1 $2,036,689.70 CITY OF FORT WORM STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Farm Version May 22,2019 CFA AM Fo m_Sewer LJne-a.21,2019 004243 DAP-an PROPOSAL Pye2 d2 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information BWdees Proposal Bidliu Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value Bid Summary UNIT I:WATER IMPROVEMENTS UNIT II:SANITARY SEWER IMPROVEMENTS $2,036,889.70 UNIT III:DRAINAGE IMPROVEMENTS UNIT IV:PAVING IMPROVEMENTS UNIT V:STREET LIGHTING IMPROVEMENTS UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS Total Construction Bid 52,036,889.70 This Bid Is submitted by the entity named below: BIDDER: BY:Steve Hugdahl / Blue Star UtlBtles,LLC t 2600 Chambers St ._., \ -TITI.ts:`OW Venus,TX76094 DATE: g�Sl (Iq Contractor agrees to complete WORK for FINAL ACCEPTANCE within 97 worldog days after the date when the CONTRACT commences to rue as provided In the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS F—V rd-May 22,2019 CFA aM fana Satyr U.J.21.2012 WORTH Z C cd rn WES RIDGE a ree G AL EDP y $.A �v �ALNUT c, a, cvy PROJECT 4 ��DFRNG WAY LOCATION z ) ST NE LEIGH 0 2871 REGENT RpW a c MEADOW HILL LOCK LE o w ��F RLAN IL � QP� DUNN � U 0 N N 0 Y c 0 N U O 4 3 377 1"=2000' N O a MAPSCO NO. 86N COUNCIL DISTRICT NO. 3 LL U c 0 0 J VICINITY MAP 0 VENTANA GRAVITY SEWER AND 0 FORCE MAIN 1-4 LJA Engineering, Inc. `,A 6060 North Central Expressway Phone 469.621.0710 Suite 440 Dallas, Texas 75206 FRN - F-1386 Gi CPN# 102076 CONNECT TO EXISTING WALNUT CREEK 30—INCH SANITARY SEWER N INTERCEPTOR CPN 01640 30" STUBy I CHAPARRAL PV \\ ASS SCALE:1" = 300' 10" STUBNX 24" GRAVITY SEWER LINE t!N ,, 21 GRAVITY il✓ ;,�!`f SEWER LINE 18" :\ 100—YR FLOODPLAIN PER FLOOD // ,�� %'s, y�P I •;I \ \� SEWER LINE,;- STUDY (SWM-2017-0368) BASED ON FULLY DEVELOPED \ if, � �;- �� Q ��=/�:.__;--J• � . ,�-'`;%=:;=z%-- =� WATERSHED CONDITIONS ;l f�'/ '�_ _ ��.! .r' .; "" i C-""\ % ✓� ,,�.,:, .rid% .r ,... 12" GRAVITY SEWER LINE 15" GRAVITY a l , SEWER LINE�+ ! JJ \ t r rl 1 11,Vj//�j4�, ,r / / / `' nj /rf,Jf,• '� i'1 i )jl u i II I I f iijl i' i / 1! , '/`� i'' xf m ! '/! / r r \` ti. \_�-rr li r,r /i' 1 1 , /i r rf•r` J`l - � IUU^\ \; �� r _ t t-..., W .� � _�._�`�-.�._.i 'r //- 1 r ' i � r � )f f Tr t � i TRANSITION FROM FORCE\ MAIN TO GRAVITY SEWER 1 \ \ i ILLI ;16" FORCE MAIN !',` SEWER < J , '`' `\ EXHIBIT 'A1' r MATCH LINE SHEET 2 VENTANA GRAVITY SEWER AND LEGEND FORCE MAIN N PROPOSED 6" GRAVEL ACCESS ROAD ® LJA Engineering, Inc. o PROPOSED SANITARY SEWER 6060 North Central Expressway Phone 469.621.0710 PROPOSED MANHOLE IEXISTING SANITARY SEWER Suite 440 EXISTING MANHOLE 0 Dallas, Texas 75206 FRN - F-1386 CPN# 102076 SHEET 1 OF 2 MATCH LINE SHEET 1 MATCH LINE THIS SHEET 1 V16" FORCE SCALE 1 = 300' I r , \ CONNECT TO 16' FORCE MAIN EXISTING JERRY � DUNN PARKWAY CPN \ 101133 15" STUB ` � `. �! � / 6-42 CMP GRAVITY I SEWER LINE ILLJ qq`y3m,;�11`iI I Zl,il i, I� �I liI t '�� �•'� } \\ \ \ \ 111� \ _ W i III` ,. I II I, i 'J\ \ •\ f' c t� Q U') 1 I 1 /. I IT LL. Z J�v, I a ' r i I I1 rlji 'A) ` \ �i 12" GRAVITY I I v�, ` SEWER LINE ° e%i \ i i' I I ' •,f I\, i ... %<< 1 I 1•\`` ` \, ` '�I I -i/���/�% j r •O° V' ifs/ /ter 13 Z\PHASE 2 -16" FORCE \; 8" GRAVITY '! �'o m,� LOMR 100 YR I MAIN SEWER LINE; ``U_ FLOODPLAIN , ;' \ =; o° PER FDP# \, ,\ /i �i: / �_- FP-17 188 FP • �\\ \� ...I' I�I I �! i\, i% _! I I i �:/ `r � i�`; /rr��'yam� '/�././ may/ ��. U r , i i ' 10" STUB 1 � 15" GRAVITY -{ / SEWER LINE. � p PROPOSED, �\ LIFT STATION k . < . \ , 5 �'•\ .. �� —. _,._✓' / , , 1. —f_. { r r , l SEWER EXHIBIT 'Al' MATCH LINE THIS SHEET VENTANA LEGEND GRAVITY SEWER AND N PROPOSED 6" GRAVEL FORCE MAIN ACCESS ROAD ® LJA Engineering, Inc. o PROPOSED SANITARY SEWER PROPOSED MANHOLE P yresswa 6060 North Cent al Ex Phone 469.621.0710 EXISTING SANITARY SEWER Suite 440 EXISTING MANHOLE 0 Dallas, Texas 70206 FRN - F-1386 0 CPN# 102076 SHEET 2 OF 2 M&C Review Pagel of 3 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FoRIr— TWORTH COUNCIL ACTION: Approved on 6/25/2019 REFERENCE ** 60VENATANA SEWER LIFT DATE: 6/25/2019 NO.: C-29180 LOG NAME: STATION GRAVITY & FM CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of Two Community Facilities Agreements with PB Ventana 1 LLC: for Construction and Oversizing of a Lift Station, with City Participation in the Amount of$1,661,405.00, and for Construction and Oversizing of Gravity Sewer and Force Mains with City Participation in the Amount of$1,669,461.00, in Southwest Fort Worth to Serve the Ventana Addition Development and Anticipated Future Development in the Surrounding Area (COUNCIL DISTRICT 3) RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a Community Facilities Agreement with PB Ventana 1, LLC with City Participation in the amount of $1,661,405.00, for construction and oversizing of a lift station to serve the Ventana Addition development and anticipated future development in the surrounding area in southwest Fort Worth (City Project Number 101675); and 2. Authorize execution of a Community Facilities Agreement with PB Ventana 1, LLC with City Participation in the amount of $1,669,461.00, for construction and oversizing of the gravity sewer and force mains to serve the Ventana Addition development and anticipated future development in the surrounding area in southwest Fort Worth. (City Project Number 102076) 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 sewer lift station providing 1.7 million gallons per day (MGD) and 8-inch to 30-inch gravity and force mains. The Water Department would like to oversize the lift station to 5.0 MGD, the gravity main to 30 inches, and the force main to 16 inches in order to serve anticipated future development in the area. The City will contribute approximately 66\% of the cost while the Developer will contribute approximately 34\% of the cost. The City's participation may include construction costs, easement costs, land acquisition costs, TXDOT permits, and Oncor extensions. The City is participating in the design of the public improvements pursuant to City Secretary Contract Number 51255 which was approved by the City Council on August 7, 2018 (M&C C-28780). The lift station will be publicly bid. Public bidding of the gravity and force mains is not required as authorized by chapter 212, subchapter C of the Texas Local Government Code. The City's collective cost participation for the improvements is estimated to be $3,330,866.00 as shown on the table below, of that amount, $4,117.00 for Lift Station Site Dedication and $139,849.00 for Land and R.O.W acquisition. Lift Station Public Bid: A Construction Developer Cost City Cost 66\ Total Cost 34\% % 2. Sewer $601,749.00 $1,168,101.00 $1,769,850.00 http://apps.cfwnet.org/council_packet/mc_review.asp?ID=27132&councildate=6/25/2019 10/10/2019 M&C Review Page 2 of 3 Contingency 25\% of total $0.00 $442,463.00 $442,463.00 construction cost Total Construction $601,749.00 $1,610,564.00 $2,212,313.00 Construction Fee: B. Inspection Fee (2\%) $12,035.0011 $23,362.001 $35,397.00 C. Material Testing Fee (2\%) 11 $ 2,035.0011 $23, 62.0011 $35,397.00 Construction Fees Sub-Total 11 24,070.00 $46, 24.0011 $70,794.00 Lift Station - Site Dedication $2,121.00 $4,117.00 $6,238.00 Cost Total Project Cost $627,940.00 $1,661,405.00 $2,289,345.00 Off-Site Sewer Private Bid: A. Construction Developers City Cost Total Cost Cost 2. Sewer $555,391.00 $1,078,112.00 $1,633,503.00 Contingency 25\% of Total $0.00 $408,376.00 $408,376.00 Construction Cost Total Construction 1 $555,3 1$1,486,488.00 $2,041,879.00 Construction Fees: B. Inspection Fee(2\%) $11,108.001 $21,562.001 32,670.00 C. Material Testing Fee (2\%) 11 $11,108.0011 $21, 62.0011 $32,670.00 Construction Fee Sub-Total 11 22,216.00 $43,124.0011 $65,340.00 Land and R.O.W Cost 11 $72,044.001 $139, 49.001 $211,893.00 Total Project Cost 11 $649,651.00 $1,669,461.00 $2,319,112.00 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 development is located COUNCIL DISTRICT 3. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as appropriated, of Water and Sewer 2017A Bond Funds. The Water and Sewer Bond 2017A CFA Programmable Project P00001 includes an appropriation of$4,725,496 for the city participation on developer capital projects. After the funding of this M&C, the amount of$1,394,630 of the appropriation will be available to fund future individual projects. Appropriations for oversizing of Lift Station and oversizing of gravity sewer and force mains in Southwest Fort Worth to serve the Ventana Addition Development and anticipated future development are as depicted below: FUND Existing Additional Project Appropriations Appropriations Total* http://apps.cfwnet.org/council_packet/mc_review.asp?ID=27132&councildate=6/25/2019 10/10/2019 M&C Review Page 3 of 3 Water& Sewer Bond 2017A - $3,683,556.00 $0.00 $3,683,556.00 Fund 56011 Project Tot 1 $3,683,556.00 $0. 1$3,683,556.00 TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year ChartField 2) FROM Fund Department—Account Project Program Activity Budget Reference# Amount ID ID Year I (ChartField 2) Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Chris Harder(5020) Additional Information Contact: Esteban Perez (8428) ATTACHMENTS Sewer Main Location.pdf Ventana Lift Station CFA Location Map1519271.pdf http://apps.cfwnet.org/council_packet/mc_review.asp?ID=27132&councildate=6/25/2019 10/10/2019