Loading...
HomeMy WebLinkAboutContract 47170 (2)RECEIV E OCT 27 2019 CITY Of FORT WORTH I `kF,� ii :ARi� CRACK Noc ca W TIUTY FACILITIES AGEEMENT H �ITOVER IZING PARTIC PAT Olv Developer Company Name: FG Aledo Development, LLC Address, State, Zip Code: 3045 Lackland Blvd, Fort Worth, TX 76116 Phone & Email: 817-717-7133 kgill@sableholdings.com Authorized Signatory, Title: Kim Gill, General Manager Project Name and Brief Description: Project Location: Plat Case Number: Morningstar - Off -site Sanitary Sewer None FM 3325, Parker County Plat Name: None Mapsco: 760D Council District: ETJ Adjacent to CD 3 CFA Number: 2015-59 To be completed by staff* Received by: City Project Number: DOE Number: 7503 City of Fort Worth, Texas Standard Community Facilities Agreement with City Participation CFA Official Release Date: 07.30.2015 Page 1 of 14 Date: 02606 OFFICIAL RECORD CITY SECRETARY FT. WORmTX COMMUNITY FACILITIES AGREEMENT WITH CITY OVERSIZING PARTICIPATION THE STATE OF TEXAS COUNTY OF TARRANT § § City Secretary Contract No. WHEREAS, FG Aledo Development, 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 Morningstar - Off -site Sanitary Sewer ("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 the amount of $5,176,135.89 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 C-27459 on September 15, 2015; and WHEREAS, The City's cost participation shall be in an amount not to exceed $2,794,031.96 ("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 City of Fort Worth, Texas Standard Community Facilities Agreement with City Participation CFA Official Release Date 07.30.2015 Page 2 of 14 hereunder 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) ■ 0 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 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 City of Fort Worth, Texas Standard Community Facilities Agreement with City Participation CFA Official Release Date 07.30.2015 Page 3 of 14 (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 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 Imes have been completed to the satisfaction of the Water Department. City of Fort Worth Texas Standard Community Facilities Agreement with City Participation CFA Official Release Date: 07.30.2015 Page 4of14 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 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 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 damages are caused, in whole or itt part, by the alleged negligence of the City of Fort Worth. its officers. servants. or employees. Further, Developer will require its City of Fort Worth Texas Standard Community Facilities Agreement with City Participation CFA Official Release Date: 07.30.2015 Page 5of14 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. 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 City of Fort Worth, Texas Standard Community Facihties Agreement with City Participation CFA Official Release Date 07.30.2015 Page 6 of 14 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 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 IN I'ENTIONALLY LEFT BLANK) City of Fort Worth Texas Standard Community Facilities Agreement with City Participation CFA Official Release Date: 07.30.2015 Page 7 of 14 A. Water and Sewer Construction 1. Water 2 Sewer 25% contingency Water Construction Cost Sub -Total B TPW Construction 1. Paving 2 Storm Drain 3. Street Lights 4. Traffic Signal TPW Construction Cost Sub -Total COST SUMMARY TABLE Developer's Cost City's Cost $ 1,832,387.64 $ 458,096.91 $ $ 2,149,255.36 $ 537, 313.84 $ 2,290,484.55 $ 2,686,569.20 Total Construction Cost $ 2,290,484.55 $ 2,686,569.20 Construction Fees: C. Water/Sewer Inspection Fee (2%) D. Water/Sewer Material Testing Fee (2%) Water Construction Fees Sub -Total E TPW Inspection Fee F. TPW Material Testing Fee G. Street Light Inspection Fee H. Traffic Signal Inspection Fee I. Street Signs Installation Cost J.Civil/Geotechnical Engineering & Survey (20%) TPW Construction Fees Subtotal 45,809.69 45,809.69 91,619.38 53,731.38 53,731.38 107,462 76 $ Total Cost $ 3, 981, 643.00 $ 995,410.75 $ 4,977,053.75 An $ 4,977,053.75 99,541.07 99,541.07 199,082.14 NEB Total Construction Fees $ 91,619.38 $ 107,462.76 $ 199,082.14 TOTAL PROJECT COST $ 2,382,103.93 $ 2,794,031.96 $ 5,176,135.89 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. (REMAINDER OF PAGE IN IENTIONALLY LEFT BLANK) City of Fort Worth, Texas Standard Community Facilities Agreement with City Participation CFA Official Release Date: 07.30.2015 Page 8 of 14 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 Jesus J. Chapa Assistant City Manager Date: irrAla--, � Recommended by: Wendy Chi-Bk ulal, EMBA, P.E. Development Engineering Manager Water Department („1 tvul Douglas WWiersig, P.E. Director Transportation & Public Works Department Approved as to Fo1711 & Legality: Douglas W. Black Assistant City Attorney M&C No. C `2.441ri Date: Q— ire i t y" DEVELOPER FG Aledo Development, LLC Name: ,Kim Gill Title: General Manager Date: 11(/Lr//r ATTEST: (Only if required by Developer) Signature Name: <Name> D� Joh Carman, Director Water Department ATTEST: d' kary J. City Secr tar City of Fort Worth, Texas Standard Community Facilities Agreement with City Participation CFA Official Release Date: 07.30.2015 Page 9 of 14 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 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 Cost Participation Table Location Map ❑ Exhibit A: Water Improvements Water Cost Estimate Exhibit A-1: Sewer Improvements Sewer Cost Estimate Exhibit B: Paving Improvements Paving Cost Estimate 0 Exhibit B-1: Storm Drain Improvements ❑ Storm Drain Cost Estimate ❑ Exhibit C: Street Lights and Signs Improvements Street Lights and Signs Cost Estimate a T a ■ ■ ■ (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 10 of 14 ATTACHMENT "1" Changes to Standard Agreement Community Facilities Agreement City Project No. 02606 Paragraph O. i. is hereby revised to read as follows: 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 ur the construction contract. Upon project completion and as a condition of releasing the Financial Guarantee, the Developer shall pay in cash any difference between the 4% share of the total construction cost and the actual total inspection and material testing costs. City of Fort Worth, Texas Standard Community Facilities Agreement with City Participation CFA Official Release Date 07.30.2015 Page 11 of 14 L.oc,Tto AP ofcC T (, dcA? f o rd 014 Wart ktyr44R4 ET FUTURE 24"SS PROP 30"SS (BY OTHERS) PROP 30"SS PROP SIPHON 21"/15"SS SCALE: 1 "=400' <ir t \ is 1 PROP SIPHON \.' N • 21"/15"SS PROP 30"SS / c c j II MATCH LINE CITY PAR I1CIPA11ON OVER 15" 30", 24", 21" 15", 12" AND 10" SANITARY SEWER LINES AND ASSOCIATED APPURTENANCES EXHIBIT "A- q 99 OFF -SITE SANITARY SEWER IMPROVEMENTS 'MORNINGSTAR DEVELOPMENT" \ PROP 30"SS MATCH LINE \ I SCALE: 1 "=400' \ 1 I I I I 1 I 1 I I 1 I I I 1 / 1/ 1 I i iti�L'1\\ I I ; j II 11 II II 11 II I \ II I I I I t II I 11 1I 1 1 P30"SROP 1 'S r` y MATCH LINE --- SHT2OF2 D.O.E. NO. 7503 SEWER NO. P275-703140259183 CITY PROJECT NO. 02591 X-23222 WELCH ENGINEE RJNG, I NC. CONSULTING ENGINEERS SH T 1 OF 2 MATCH LINE SHT 1 OF 2 \ / I I I I I II II I I \\ \\ \ / / / / / / PROP 30"SS PROP 24'SS PROP 24"SS • PROP 21"SS PROP 30"SS SCALE: 1 "=400' PROP 24"SS PROP 21"SS MATCH LINE MATCH LINE FUTURE /12"SS N. /\ \\ y`\'\ // \ / /�/ // / \� /,Xy, // / , C , // / ,` // / /Xy/ // ,`,/ \c�/ �/� \c/ / \ICX/ // /' / / y / / c� // ', PROP / 21'SS//../ / PROP 12"SS FUTURE 1 /7 EXHIBIT "A-- 1" OFF-SITE SANITARY SEWER IMPROVEMENTS 'MORNINGSTAR DEVELOPMENT" SCALE: 1 "=400' CITY PARTICIPATION OVER 15" 30", 24', 21" 15", 12" AND 10" SANITARY SEWER LINES AND ASSOCIATED APPURTENANCES D.O.E. NO. 7503 SEWER NO. P275-703140259183 CITY PROJECT NO. 02591 X-23222 WELCH ENGINEERING, I NC. CONSUL T/NG ENG/NEERS SHT 2 OF 2 UNIT PRICE BID Bidlist Item No. SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Description 1 3331.4401 30" Sewer Pipe (Specify below) 7 2 3305.3012 30" Carrier Sewer Pipe / 3 3331.4317 24" Sewer Pipe(Specify below) 4 3331.4308 21" Sewer Pipe(Specify below) 5 3305.3009 21" Sewer Carrier Pipe 3331.5762 21" Sewer Pipe with CLSM Backfill (been Inverted Siphons) 3331.5753 15" Sewer Pipe with CLSM Backfill (between Inverted Siphons) 6 7 8 3331.4208 12" Sewer Pipe 9 3331.4201 10 3305.1005 11 3305.1108 10" Sewer Pipe ✓ 30" Casing by Open Cut 48" Casing by Other than Open Cdt" 12 3305.0116 Concrete Encasement for Utility Pipes 13 3339.1101 5' Manhole (0-6' Depth) 14 3301.0101 Manhole Vacuum Testmg 15 3339.1103 16 3339.0001 17 9999.0001 18 3305.0109 5' Extra Depth Manhole Epoxy Manhole Liner ✓ Inverted Siphons Structures and Stop Log Trench Safety 19 3301.0002 Post CCTV Inspection 20 3305.0112 21 3305.0113 22 9999.0002 23 0241.0500 1 Concrete Collars Trench Water Stops Exterior Manhole Vent (per detail) Remove and Repair Existing Fence MAIN BID ITEMS WEI & HALFF Specification Section No. Unit of Measure SANITARY SEWER IMPROVEMENTS 33 11 10,33 31 LF 13,33 31 21 33 11 10,33 31 13, 33 31 21 33 11 10,33 31 13,33 31 21 33 11 10,33 31 13, 33 31 20 33 05 24 3311 10,33 31 12, 33 31 20 33 11 10,33 31 12, 33 31 20 33 11 10,33 31 12, 33 31 20 33 11 10,33 31 12, 33 31 20 33 05 22 33 05 22 33 05 10 33 39 10 33 39 20 33 01 30 33 39 10 33 39 20 33 39 60 33 39 10 33 39 20 33 05 10 33 01 31 33 05 17 33 05 15 33 39 10 33 39 20 02 41 13 LF LF LF LF LF LF LF LF LF LF CY EA EA VF VF EA LF LF EA EA EA LF BID CFA 00 42 43 DAP - BID PROPOSAL Page 1 of 3 OFF -SITE SEWED 7/21/2015 Bidder's Application Bid Quantity 11,352 425 ✓ 870 1,509 ✓� 70 ,/ 336 ✓ 336 '' 20 10 425 •✓ 70 ✓ 216 zi 51 ✓ 51 ✓ 566 776 .✓ 4 ✓ 14,928 14,928' 51'� 50 Bidder's Proposal Unit Price $170.00 $375.00 $130.00 $125.00 $265.00 $125.00 $105.00 $55.00 $39.00 $425.00 $1,500.00 $180.00 $6,500.00 $140.00 $165.00 $225.00 $40,000.00 $1.00 $3.25 $500.00 $500.00 $2, 400.00 $6.00 Bid Value $1, 929, 840.00 $159, 375.00 $113,100.00 $188,625.00 $18,550.00 $42,000.00 $35,280.00 $1,100.00 $390.00 $180,625.00 $105,000.00 $38,880.00 $331,500.00 $7,140.00 $93,390.00 $174,600.00 $160,000.00 $14,928.00 $48,516.00 $25,500.00 $25,500.00 $26,400.00 $300.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Fonn Version April 2, 2014 201336L - OFF -SITE SEWER - CFA - WEI and HALFF - BIDDERS QUANTITIES - 07-21-15 UNIT PRICE BID Bidlist Item No. 24 25 26 27 28 29 30 31 32 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Description 9999.0004 Replace and Re-establish 2" Gravel Road in pasture 0241.0402 Remove and Repair 2" HMAC 3136.0102 Twisted Gabions 3136.0104 Twisted Gabions Mattresses 3137.0102 Large Stone Riprap, dry 3137.01091 Slab Riprap (18") 3305.0110 Utility Markers 3311.0011 Ductile Iron Water Fittings for Siphons 3125.0101 SWPPP> 1 acre MAIN BID ITEMS WEI & HALFF Specification Section No. 02 41 13 02 41 13 31 36 00 31 36 00 31 37 00 31 37 00 33 05 26 33 11 11 31 25 00 Unit of Measure BID CFA 00 42 43 DAP - BID PROPOSAL Page 2 of 3 OFF -SITE SEWER 7/21/2015 Bidder's Application Bid Quantity SF 3,602 SF 1,249 ✓ SY SY SY SY LS LS LS 61 32 ✓ 110'/ 8311 TOTAL: SANITARY SEWER IMPROVEMENTS Bidder's Proposal Unit Price $2.00 $10.00 $360.00 $320.00 $125.00 $160.00 $7, 500.00 $30, 000.00 $25, 000.00 Bid Value $7,204.00 $12,490.00 $21,960.00 $10,240.00 $13,750.00 $132,960.00 $7,500.00 $30,000.00 $25,000.00 $3,981,643.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version April 2, 2014 201336E - OFF -SITE SEWER- CFA - WEI and HALFF - BIDDERS QUANTITIES - 07-21-15 UNIT PRICE BID Bidlist Item No. SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM MAIN BID ITEMS WEI & HALFF 00 42 43 DAP - BID PROPOSAL Page 3 of 3 BID OFF-S11'E SEWER CFA 7/21/2015 Bidder's Application Project Item Information Bidder's Proposal Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value Bid Summary SANITARY SEWER IMPROVEMENTS I 1 1 Total Construction Bidl $3,981,643.001 PIPE MATERIAL REQUIRED FOR THIS PROJECT 10"and 12": Pipe shall be specified below and appropriate material shall be included: PVC SDR 26 21" 24" and 30": Pipe shall be specified below and appropriate material shall be included: PVC ASTM F-3679 HOBUS Contractor agrees to complete WORK for FINAL ACCEPTANCE within-- # days_ calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Forth Version April 2, 2014 201336L - OFF -SITE SEWER - CFA - WEI and HALFF - BIDDERS QUANTITIES - 07-21-15 20 21 22 23 UNIT PRICE BID Bidlist Item No. SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Description 3331.4215 15" Sewer Pipe(SDR-26) 2 3331.3005 15" Sewer Carrier Pipe 3 4 5 6 15" ALTERNATE WEI & HALFF Specification Section No. Unit of Measure SANITARY SEWER IMPROVEMENTS 33 11 10,33 31 13, 33 31 20 3331.5751 12" Sewer Pipe with CLSMBackfill (between Inverted Siphons) 3331.5747 8" Sewer Pipe with CLSM Bacicfill (between Inverted Siphons) 3331.4208 12" Sewer Pipe 3331.4201 10" Sewer Pipe 7 3305.1005 30" Casing by Open Cut 8 3305.0116 Concrete Encasement for Utility Pipes 9 10 11 12 3339.1001 4' Manhole (0-6' Depth) 3301.0101 Manhole Vacuum Testing 3339.1003 4' Extra Depth Manhole 3339.0001 Epoxy Manhole Liner 13 9999.0001 Inverted Siphons Structures 14 3305.0109 Trench Safety 15 16 17 18 3301.0002 Post CCTV Inspection 3305.0112 Concrete Collars 3305.0113 Trench Water Stops 9999.0002 Extenor Manhole Vent (per detail) 19 0241.0500 Remove and Repair Existmg Fence 9999.0004 Replace and Re-establish 2" Gravel Road in pasture 0241.0402 Remove and Repair 2" HMAC 3137.0102 Large Stone Riprap, dry 3136.0102 Twisted Gabions BID CFA 15" ALT. DAP - BID PROPOSAL Page 1 of 3 OFF-S1'1'E SEWER 7/21/2015 Bidder's Application Bid Quantity LF 13,731 33 05 24 LF 495 33 11 10,33 31 12 33 31 20 33 1110,33 31 12, 33 31 20 33 11 10,33 31 12, 33 31 20 33 11 10,33 31 12, 33 31 20 33 05 22 33 05 10 33 39 10 33 39 20 33 01 30 33 39 10 33 39 20 33 39 60 33 39 10 33 39 20 33 05 10 33 01 31 33 05 17 33 05 15 33 39 10 33 39 20 02 41 13 02 41 13 02 41 13 31 37 00 31 36 00 LF LF LF LF LF CY EA EA VF VF EA LF LF EA EA EA LF SF SF 336 336 20 10 495 80 51 51 566 776 4 14,928 14,928 51 51 11 50 3,602 1,249 SY 110 SY 61 Bidder's Proposal Unit Price $75.00 $220.00 $80.00 $65.00 $40.00 $35.00 $380.00 $85.00 $3, 600.00 $125.00 $125.00 $225.00 $40,000.00 $1.00 $3 25 $500.00 $500.00 $2,400.00 $6.00 $10.00 $10.00 $125.00 $320.00 Bid Value $1,029,825.00 $108,900.00 $26, 880.00 $21,840.00 $800.00 $350.00 $188,100.00 $6,800.00 $183,600.00 $6,375.00 $70,750.00 $174,600.00 $160,000.00 $14,928.00 $48,516.00 $25, 500.00 $25,500.00 $26,400.00 $300.00 $36,020.00 $12,490.00 $13,750.00 $19,520.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version April 2, 2014 201336L - OFF -SITE SEWER - CFA - WEI and HALFF - BIDDERS QUANTITIES - 07-21-15 UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Bidlist Item No. Description 24 3136.0104 Twisted Gabions Mattresses 25 3137.01091 Slab Riprap (18") 26 3305.0110 Utility Markers 27 3311.0011 Ductile Iron Water Fittings for Siphons 28 3125.0101 SWPPP> 1 acre 15" ALTERNATE WEI & HALFF 15" ALT. DAP - BID PROPOSAL Page 2of3 BID OFF -SITE SEWER CFA 7/21/2015 Bidder's Application Specification Unit of Bid Section No. Measure Quantity 31 36 00 31 37 00 33 05 26 SY 32 SY 831 LS 1 33 11 11 LS 31 25 00 LS 1 1 TOTAL: SANITARY SEWER IMPROVEMENT Bidder's Proposal Unit Price $360.00 $160.00 $6,000.00 $25,000.00 $25,000.00 Bid Value $11,520.00 $132,960.00 $6, 000.00 $25,000.00 $25,000.00 $2,402,224.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version April 2, 2014 201336L - OFF -SITE SEWER - CFA - WEI and HALFF - BIDDERS QUANTITIES - 07-21-15 UNIT PRICE BID Bidlist Item No. SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Description 15" ALTERNATE WEI & HALFF Specification Section No. Bid Summary SANITARY SEWER IMPROVEMENTS Unit of Measure 15" ALT. DAP - BID PROPOSAL Page 3 of 3 BID OFF-S11'r, SEWER CFA 7/21/2015 Bidder's Application Bid Quantity Bidder's Proposal Unit Price Bid Value $2,402,224.00 Total Construction Bidl $2,402,224.001 Contractor agrees to complete WORK for FINAL ACCEPTANCE within =: / days : calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version April 2, 2014 201336L - OFF -SITE SEWER - CFA - WEI and HALFF - BIDDERS QUANTI11r.S - 07-21-15 Exhibit A-1: Cost Participation Table Cost Estimate for Morning Star Off Site Sewer- (City pays for 15"/30"Sewer Main, 8"/15 & 12"/21" Siphon) Ite m # Description 1 10" Sewer Pipe 2 12" Sewer Pipe 15" Sewer Pipe 3 21" Sewer Pipe 4 24" Sewer Pipe Qty 10 20 13,731 1,509 Unit LF LF LF LF Engineers Total Construction Estimate Cost $ 39 $ 55 $ 47 $ 125 870 LF $ 130 5 30" Sewer Pipe 11,352 LF $ 170 15" Sewer Carrier Pipe 495 LF $ 220 6 21" Sewer Carrier Pipe 70 LF $ 265 7 30" Sewer Carrier Pipe 425 LF $ 375 8 15" Sewer pipe with 336 EA $ 105 CLSM Backfill (siphon) 9 21" Sewer pipe with 336 LF $ 125 CLSM Backfill (siphon) 10 30" Casing by Open cut 425 LF $ 425 City of Fort Worth, Texas Standard Community Facilities Agreement with City Participation CFA Official Release Date: 07.30.2015 Page 12 of 14 $390.00 $1,100.00 $ - $188,625.00 $113,100.00 $1,929,840.00 $ - $18,550.00 $159,375.00 $35,280.00 $ 42,000.00 $ 180,625.00 Difference or Percentage $ - $ - $ - $ 89.29 City Cost $ 81.25 $ 70,687.50 $ 123.00 $ - $ 189.29 $ 155.00 $ 40.00 $ 45.00 $ 303.57 $1,396,296.00 $- $13,250.00 $65,875.00 $13,440.00 $ 15,120.00 $ 129,017.86 Morningstar Cost $390.00 $1,100.00 $ - $ 53,892.86 $ 42,412.50 $533,544.00 $ - $ 5,300.00 $ 93,500.00 $ 21,840.00 $ 26,880.00 $ 51,607.14 Comments Used (15/21 %) times Unit Price., Unit cost between 15" & 21" pipe is not accurate due to pipe lengths. Used (15/24 %) times Unit Price., Unit cost between 15" & 24" pipe is not accurate due to pipe lengths. Used unit price difference between 15" & 30" pipe. Used (15/21 %) times Unit Price., Unit cost between 15" & 21" pipe is not accurate due to pipe lengths. Used unit price difference between 15" & 30" pipe. Used (15/21 %) times Unit Price. 11 48" Casing by Other 70 LF $ 1,500 $ 105,000.00 $ 750.00 $ 52,500.00 $ 52,500.00 than Open Cut 12 Concrete encasement for Utility Pipe 13 5' Manhole (0-6' Depth) 14 5' Extra Depth Manhole 15 Manhole Vaccum Testing 16 Epoxy Manhole Liner 17 Exterior Manhole Vent 18 Concrete Collars 19 Inverted Siphons Structures & Stop Log (30" pipe) 20 Ductile Iron Water Fittings for Siphons 21 Post -CCTV Inspection 22 Utility Markers 23 Trench Safety 24 Trench Water Stops 25 Remove and Repair Existing Fence 26 Replace & Re-establish 2" Gravel Road in pasture 216 CY $ 180 $ 38,880.00 $ 90.00 $ 19,440.00 $ 19,440.00 51 EA $ 6,500 $ 331,500.00 $ 2,900.00 $ 147,900.00 $ 183,600.00 566 VF $ 165 $ 93,390.00 $ 40.00 51 EA $ 140 $ 7,140.00 $ - 776 VF $ 225 $ 174,600.00 $ - 11 EA $ 2,400 $ 26,400.00 $ - 51 EA $ 500 $ 25,500.00 $ - 4 EA $ 40,000 $ 160,000.00 $ 10,000.00 $ 22,640.00 $ 70,750.00 $ - $ 7,140.00 $ 174,600.00 $ 26,400.00 $ 25,500.00 $ 120,000.00 1 LS $ 30,000 $ 30,000.00 $ 17,142.86 $ 17,142.86 $ 12,857.14 14,928 LF $ 3 $ 48,516.00 $ - 1 LS $ 7,500 $ 7,500.00 $ 3,750.00 14,928 LF $ 1.00 $ 14,928.00 $ 0.50 51 EA $ 500 $ 25,500.00 $ - 50 LF $ 6 $ 300.00 $ - 3602 SF $ 2 $ 7,204.00 $ - City of Fort Worth, Texas Standard Community Facilities Agreement with City Participation CFA Official Release Date: 07.30.2015 Page 13 of 14 $ - $ 3,750.00 $ 7,464.00 $ - $ - $ 48,516.00 $ 3,750.00 $ 7,464.00 $ 25,500.00 $ 300.00 $ - $ 7,204.00 Used (15/30 %) times Unit Price. Could not use unit price for 30" casing due to different construction method. Used (15/30 %) times Unit Price. Bulk of quantity on 30" pipe. Used unit price difference between 15" & 30" pipe. Used higher percentage between siphon barrels (12/21). 27 Remove and Repair 2" 1249 SF $ 10 $ 12,490.00 $ - $ - $ 12,490.00 HMAC 28 Twisted Gabions 61 SY $ 360 $ 21,960.00 $ - $ - $ 21,960.00 29 Twisted Gabions 32 SY $ 320 $ 10,240.00 $ - $ - $ 10,240.00 Mattresses 30 Large Stone Riprap, dry 110 SY $ 125 $ 13,750.00 $ - $ - $ 13,750.00 31 Slap Riprap (18") 831 SY $ 160 $ 132,960.00 $ - $ - $ 132,960.00 32 SWPPP > 1 acre 1 LS $ 25,000 $ 25,000.00 $ - $ - $ 25,000.00 Total Cost $ 3,981,643.00 $2,149,255.36 $1,832,387.64 City of Fort Worth, Texas Standard Community Facilities Agreement with City Participation CFA Official Release Date: 07.30.2015 Page 14 of 14 M&C Review Page 1 of 3 • DATE CODE: SUBJECT: Official site of the City of Fort Worth, Texas FORT WORT I I COUNCIL ACTION: Approved on 9/15/2015 - Resolution No. 4513-09-2015 9/15/2015 REFERENCE NO.: C TYPE• C-27459 NON - CONSENT LOG NAME• PUBLIC HEARING: 06MORNINGSTAR OFFSITE S EWER IMPROVEMENTS N O Authorize Execution of a Community Facilities Agreement with FG Aledo Development, LLC, in the Amount of $5,176,135.89, with City Participation in the Amount of $2,794,031.96, for the Construction and Oversizing of a Sewer Main and Two Siphons to S erve the Morningstar Development and Accommodate Future Growth in the S urrounding Areas Located East of FM 3325 and Along Old Weatherford Road in Fort Worth's Extraterritorial Jurisdiction and Adopt Reimbursement Resolution (ETJ ADJACENT to COUNCIL DISTRICT 3) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the execution of a Community Facilities Agreement with FG Aledo Development, LLC, in the amount of $5,176,135.89, with City participation in the amount of $2,794,031.96, for the construction and oversizing of a 15-inch to 30-inch sewer main and 8-inch to 15-inch and 12-inch to 21-inch siphons to serve the Morningstar Development and to accommodate future growth in the surrounding areas located East of FM 3325 and along Old Weatherford Road in the City's Extraterritorial Jurisdiction; and 2. Adopt the attached resolution expressing official intent to reimburse expenditures with proceeds of future debt for the cost of oversizing a 15-inch to 30-inch sewer main and 8-inch to 15-inch and 12- inch to 21-inch siphons to accommodate future growth in the areas located East of FM 3325 and along Old Weatherford Road in Fort Worth's Extraterritorial Jurisdiction. DISCUSSION: Morningstar Development (Morningstar) is located in Fort Worth's ETJ (see attached Map). Morningstar is located within Municipal Utility Districts No. 1 and No. 2 of Parker County which were established on December 4, 2007 per M&C C-22562. As part of Morningstar's community facility infrastructure, Morningstar needs only a 15" sewer main and related siphon to serve its site The City of Fort Worth desires the oversizing of the sewer main and siphons in order to serve regional growth needs and agrees to cost participate in the construction of these facilities. The estimated City cost participation is the amount of $2,794 031.96. The construction costs are subject to construction inspection and material testing fees. The summary of costs associated with Morningstar and the City of Fort Worth are as follows: A. Sewer Construction 1. Construction Cost With 25% Contingency B. Construction Fees: 1. Inspection Fee (2 percent) 2. Material Testing Fee (2 percent) Morningstar Cost $1,832,387.64 $2,290,484.55 $45,809.69 $45,809.69 i City Cost $2,149,255.36 $2,686,569.20 $53,731.38 $53,731.38 Total $3,$81,643.00 $4,977,053.75 $99,541.071 $99,541.07 http://apps. cfwnet.org/council_packet/mc_review.asp?ID=21446&councildate=9/15/2015 10/01/2015 M&C Review Page 2 of 3 Construction Fees Sub -Total Total Water and Sewer Project Cost $91,619.38 $2,382,103.93 $107,462.76 $2,794,031.96 $j99,082.14 $5,176,135.89 The costs stated above are based on the engineer's estimate. This project will be publicly bid. The final reimbursement of the cost participation (excluding inspection and material testing fees) is not a lump sum amount and may be less than stated above depending upon the public bid prices and the actual quantities from the Notice of Final Completion Package (green sheet). 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 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 Fund 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 an interim short-term financing source another funding source will be required which could mean issuance of securities under the Direct Purchase Note 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. 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. The Financial Management Services Department is currently working with all departments to ensure that multi -year Capital Improvements Plans are in place. Newly developed and already existing plans, such as the Water Department's current multi -year Capital improvement Plan, will be presented to City Council for review and adoption. If the City Council -adopted plan does not include issuance of debt for this specific project, the project will be funded with other financing sources. If the Council -adopted plan calls for debt issuance, that 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 project is located in in Fort Worth's Extraterritorial Jurisdiction (ETJ Adjacent to QOUNCIL DISTRICT 3), Mapsco 710U, 710V, 710Y, 710Z, 711S, 711W, 760C, 760D and 761A, FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available as directed by M&C G- 18375 in the 2017 Water and Sewer Revenue Bonds Capital Project Fund for transfer from unspecified funding for the oversizing of a 15-inch to 30-inch sewer main and an 8-inch to 15-inch and 12-inch to 21-inch siphons to accomodate future growth in areas located East of FM 3325 and along Old Weatherford Road in Fort Worth's Extraterritorial Jurisdiction as depicted in the following table: Fund 2017 Sewer Revenue Bonds Capital Project Fund After appropriation of the $2,794,031.96 to the project, the amount of $44,665,786.02 in available Projected Expenditures Balance Available Appropriation Amount $47,459,817.98 $2,794,031.96 $44,665,786.02 http://apps. cfwnet. org/council_packet/mc_review. asp?ID=21446&councildate=9/ 15/2015 10/01/2015 M&C Review Page 3 of 3 revenue will remain in the 2017 Water and Sewer Revenue Bonds Capital Project Fund. TO Fund/Account/Centers FROM Fund/Account/Centers P266 531200 703140259184 P266 531350 703140259185 P266 539120 703140259183 Submitted for Citv Manager's Office bv: Originating Department Head: Additional Information Contact: Jesus J. Chapa (5804) Fernando Costa (6122) John Carman (8246) Randle Harwood (6101) Wendy Chi-Babulal (8242) Julie Westerman (2677) ATTACHMENTS MORNINGSTAR SEWER - REIMB RESOLUTION Rev8.27.15.doc Morningstar Sewer Location Mao.pdf $53,731.38 $53.731.38 $2.686,569.20 http://apps.cfwnet.org/council packet/mc review.asp?ID=21446&councildate=9/15/2015 10/01/2015