HomeMy WebLinkAboutContract 59765-A1Date Received: Mar 15, 2024
Time Received: 3:10 p.m.
City Secretary
Contract No.: 59765-A1
FIRST AMENDMENT TO CITY SECRETARY CONTRACT NUMBER 59765
A COMMUNITY FACILITIES AGREEMENT BETWEEN
THE CITY OF FORT WORTH AND
JEFFERSON PRIMROSE LAND HOLDINGS, LLC
This FIRST AMENDMENT TO CITY SECRETARY CONTRACT NUMBER
59765 ("First Amendment") is made and entered into by and between the City of Fort Worth
("City"), a home -rule municipal corporation of the state of Texas, and Jefferson Primrose
Land Holdings, LLC ("Developer"), a Delaware limited liability company.
WHEREAS, the City and Developer entered into a Community Facilities Agreement
for the construction of public infrastructure improvements for a Project known as Primrose
Infrastructure Waterline, City Project Number 104666, City Secretary Contract No. 59765
("CFA"); and
WHEREAS, the CFA incorporated language regarding the potential of the City
participating in the project with the oversizing of some of the water mains needed for the Project
with the intention that if the City did participate, the parties would amend the CFA;
WHEREAS, the Developer provided the City with a development bond as the financial
guarantee for the Improvements in the CFA based on engineer's estimates: and
WHEREAS, the City and Developer desire to amend the CFA to reflect the revised
Cost Estimates, Cost Summary Table, and the City's participation for oversizing the water
mains, as well as reduce the financial guarantee to reflect the new construction costs, not
including the City's participation; and
WHEREAS, Developer has provided the City with a rider to the development bond to
reduce the penal sum of the development bond to correspond with the new construction costs;
and
WHEREAS, pursuant to City's request Developer agreed to oversize a 12-inch water
main to a 16-inch water main on Sycamore School Road and oversize an 8-inch and 12-inch
water main to a 24-inch water main on Sycamore School Road and; oversize a 12-inch to a 24-
inch water main on Brewer Boulevard; and;
NOW THEREFORE, City and Developer, acting herein by and through their duly
authorized representatives, enter into the following agreement, which amends the City
Secretary No. 59765:
OFFICIAL RECORD
City of Fort Worth, Texas CITY SECRETARY
Amendment No. 1 to City Secretary Contract No. 59765 FT. WORTH, Tx
Pagel of 8
1.
The CFA is amended to delete the following recital in its entirety:
WHEREAS, the City is not participating in the cost of the Improvements or Project;
and
2.
The CFA is amended to add the following recitals to be inserted at the end of the
existing recitals:
WHEREAS, the City's participation in this Agreement shall be in the amount not to
exceed $2,917,510.91 to enlarge the scope of the Improvements beyond what the Developer is
responsible for constructing by oversizing a 12-inch water main to a 16-inch water main on
Sycamore School Road and; oversizing an 8-inch and 12-inch water main to a 24-inch water
main on Sycamore School Road and; oversizing a 12-inch water main to a 24-inch water main
on Brewer Boulevard ("City Participation"); and
WHEREAS, the City Participation includes reimbursement to Developer in an
amount not to exceed $2,691,941.19 for construction costs, $98,915.90 for design fees and
$53,838.82 for material testing costs. The remaining City Participation in the amount of
$72,815.00 will cover the City's portion of construction inspection service fees,
administrative material testing fees, and water lab fees, which will not be paid to the
Developer; and
3.
Section 14 is amended in its entirety to be and read as follows:
14.
Prior to execution of this Agreement, Developer has paid to the City the Developer's
portion of the estimated cost of administrative material testing service fees, construction inspection
service fees, and water testing lab fees in the amounts set forth in the Cost Summary section of
this Agreement for the Improvements being inspected by the City. Upon completion of the
construction of the Improvements, the City will reconcile the actual cost of administrative material
testing service fees, construction inspection service fees, and water testing lab fees with the
estimated fees paid by Developer. If the actual costs of the Developer's portion of the fees are
more than the estimated payments made by the Developer, the Developer must pay the difference
to the City before the Improvements will be accepted by the City. If the actual costs of the
Developer's portion of the fees are less than the estimated payments made by the Developer, the
City will refund the difference to the Developer. If the difference between the actual costs of the
Developer's portion and the estimated payments made by the Developer is less than fifty dollars
($50.00), the City will not issue a refund and the Developer will not be responsible for paying the
difference. The financial guarantee will not be released by the City or returned to the Developer
City of Fort Worth, Texas
Amendment No. 1 to City Secretary Contract No. 59765
Page 2 of 8
until reconciliation has been completed by the City and any fees owed to the City have been paid
by the Developer.
4.
Section 36 of the CFA is deleted in its entirety and replaced with the following:
36.
(a) The City shall reimburse Developer for the City Participation in amounts not to exceed
$2,691,941.19 for construction costs, $98,915.90 for design fees and $53,838.82 for
material testing costs. The remaining City Participation in the amount of $72,815.00 shall
not be paid to Developer by the City, but will be used by the City to pay the City's share
of construction inspection service fees, administrative material testing fees, and water lab
testing fees. The cost of any change orders must be agreed upon in writing by the parties
and the party or parties benefitting from the change order must pay the costs as outlined in
the written change order signed by the parties.
(b) As construction of the Improvements commences, Developer will receive applications for
payment from its contractor. Developer shall verify that each application for payment is
due and payable under the construction contract between Developer and the contractor and
that the Improvements that are the subject of the application for payment have been
constructed. Developer shall submit payment requests to the City, in the form of an
invoice, no more frequently than three times throughout the construction of the
Improvements in order to obtain reimbursement of the City Participation (each a "Payment
Request"). Each Payment Request shall be delivered to the City through the City's Ebuilder
software system.
(c) Each Payment Request may seek reimbursement of the Improvements that have been
constructed up to that point with proof of invoices from its contractor. Commencing with
the first Payment Request, Developer shall provide an affidavit of payment and lien release
signed by the Developer's contractor covering the amount of the previous Payment
Request. Each affidavit and lien release shall verify Developer's payment to the contractor
for the previous Payment Requests and the contractor's payment to all subcontractors and
material suppliers of all amounts owed in connection with the previous Payment
Requests. The City shall pay the amount of each Payment Request to Developer within 30
days after receiving the invoice. City shall have no obligation to pay Developer for the
first Payment Request or any subsequent Payment Request until Developer provides the
City with the affidavit of payment and lien release signed by Developer's contractor
verifying Developer's payment to the contractor for the previous Payment Requests and
the contractor's payment to all subcontractors and material suppliers of all amounts owed
in connection with the previous Payment Requests. The City Participation was calculated
as follows:
City of Fort Worth, Texas
Amendment No. 1 to City Secretary Contract No. 59765
Page 3 of 8
I1NR IB: BREWER BLYO WATER IMPROYEIIEHTS iCr1Y COSTPARTWA-ATI
33 11 16, 33
1 3311.136" 24' Water Pipe {Restrained JGntsj 11 12, 33 11 LF 2501 5367.00 $935,36Q00
13. 33 11 14
.2 3311.0544 16'Water Pipe RestrainedJdntsj 33111U 33 11 12 LF 53U 4250.00 #132,506A0
3 .1311.13001 DUG1Ie Imn Water Flllings wt Re6trainl 33 11 11 TON 14 p16,060.60 4150.000-00
4 33Cd.2007 24' Water carder Pipe 33 05 24 LF 1013 $350.130 $354,5S0.00
5 33Cd.2005 15' Water Carder Pipe 3,30524 LF 531 4225.00 4141,975-U0
5 33CM.1007 4Y' Casing By Open Cur! 33 05 22 LF 463 4560.60 1270,466.00
7 33Cd.1 1 [17 4r Casing By OMer Than Open Col 3,30522 LF 331r 48CO. C4 $42d,006.00
B 03CM.1105 36' Casing By Otner Than Open Cirl 33 (15 22 LF 531 4650. CU $410.1 S6.60
9 3312.3003 24' Gate Valve lb,Vault 33 12 213 EA 6 �75.!)M.X U91.0116.130
10 33-2.3006 1UN Gate Valve wi Vautt 33 12 26 EA 2 Td5,17C9.60 590,066.130
33-2.51103 8' BIDW Off Valve 33 12 66 EA 1 W,1160.60 544,017C.00
12 3312. 11112 2' CDmbination Air Valve Assemblyfor 33 12 3l3 EA 1 .0UL60 534,017C.CC
Walff
13 3312.11103 3' Combination Air Valve A56mblyfor 33 12 3lr EA 1 1:36,6W.C13 536,566.66
Walff
14 33-2.•31DE Cor ledlan 10 E3lsting24' 1V3der Main 33 12 25 EA 1 K4.0(1.60 524,56C.00
15 33Z=.•300: Calh:-. o Pldteollon 33 04 12 LS 1 512t1,t1C0.00 5120,OOC.CO
16 39= 3.-1001 udI CD rosNlty lnvestlgatlon anti Cat116dd 33 04 12 LS 1 K3,000.00 5E•3,001).CC
Dri-.eUon Demon
17 -3171.•1101 ConstruaWn-UKing 617123 LS 1 �50,000.170 550,006.1)U
18 71'1.:]1G2As-BulltSurvey 017123 LS 1 �W.00.1)11 550,006.00
19 3125.131111 SWPPP n acre 3125O1r LS 1 46,000.C4 V.006.40
20 34T1.01101 Traffic ContrG 3471 13 MO 5 45.000.60 530.000-00
21 3291.01t]li Tapsoll 3291 19 CV In 4329.60 S41,275-Oa
22 3292.03015 !3mdlrg, Mech Drilling 329213 SY 22ED $2.C9 $4,5644U
23 3261.0203 Asphalt Pvint Repair Beprid Dwane l Vidal, 3401 17 SY 261 4110 C9 528 714A0
Indushlal
24 33MA 103 Expldratlrry Exnavatllrn of Existing U111tles 33 05 36 EA G $850.00 W10&60
25 33MA 109 Trench Sarety 3305 10 LF 3514 $2.60 $7�2213-00
26 33Cd.01 14 Utility Masters 33 05 26 LS 1 Td0,0UL C4 wi,aoflwa
27 33M.0112 CDncrEle Cdlarrdr Manhole 3305 17 EA 5 42,0ULD(l 515,000-00
28 3312.1311T Cor iect'an io EAsting4'-12' Water Main 3.31225 EA 1 1.14,000.C4 514,A170.00
29 9999.0002 CoralrustonAlbvlance 330514 LS 1 5100,0ULD13 31Do. (100.00
I
TOTAL UINU 15: BREWER BLY0 WATER IMPROVEMENTS WXFY COST PARTI-CIPAT34N1 S4,1)CA,8811.130
Bid ,� Dn Cost a" Cast Total
ll N rr 113: BREWER B LVD 0ATER W.P EOVE U ENT ; (56.9%
City-34_H6[leVj 41,392,946.61 VADIM1.19 S4.D2A,88E.00
T-aW L-0ostructio■ Bid *2,047,307,6'1 *2A31.U1.19 $4,738,249.00
(d) On February 13, 2024, through approval of M&C No. 24-0132, the City Council has
appropriated $2,917,510.91 for the City's participation in this Agreement. In the event any
additional funds beyond the City Participation already approved by City Council are
necessary, such amount would need to be approved through the execution of an amendment
to the CFA and may require additional appropriation of funds by City Council. In the event
no funds or insufficient funds are appropriated and budgeted for amounts beyond what
already has been appropriated or are otherwise unavailable by any means whatsoever in
any fiscal period for payments due under this Agreement, then the City will immediately
notify Developer of such occurrence and this Agreement shall be terminated on the last
day of the fiscal period for which appropriations were received without penalty or expense
to the City of any kind whatsoever, except to the portions of annual payments herein agreed
upon for which funds shall have been appropriated.
(e) Substantial completion of the Improvements shall occur after Developer's Contractor
notifies the City that the Improvements are constructed and ready for their intended use,
the City and Developer's Contractor inspect the Improvements, and the City concurs that
the Improvements are substantially complete. This Agreement does not provide for any
retainage to be withheld from the City Participation.
City of Fort Worth, Texas
Amendment No. 1 to City Secretary Contract No. 59765
Page 4 of 8
5.
Section 38 of the CFA is amended in its entirety to be and read as set forth in Exhibit "A"
of this First Amendment.
6.
The Cost Estimates in the CFA are amended in their entirety to be and read as set forth in
Exhibit B of this First Amendment, which is attached hereto and incorporated herein by
reference.
7.
a. All other provisions of City Secretary Contract Number 59765 which are not expressly
amended herein, shall remain in full force and effect.
b. All terms in this First Amendment that are capitalized, but not defined, shall have the
meanings ascribed to those terms in City Secretary Contract Number 59765.
[REMAINDER OF PAGE INTENTIONALLY BLANK]
City of Fort Worth, Texas
Amendment No. 1 to City Secretary Contract No. 59765
Page 5 of 8
IN TESTIMONY WHEREOF, the City and Developer have executed this First
Amendment to be effective on the date signed by the City's Assistant City Manager.
CITY OF FORT WORTH
T>a� liG 9 d4'z Dana Burghdoff (Mar 4, 2024 CDT)
Dana Burghdoff
Assistant City Manager
Date: Mar 14, 2024
Recommended by:
Q -."
Dwayne Hollars (Mar 12, 2024 09:49 CDT)
Dwayne Hollars
Contract Compliance Specialist
Development Services
Approved as to Form & Legality:
Richard McCracken (Mar 13, 2024 09:15 CDT)
Thomas Royce Hansen/Richard A.
McCracken
Assistant City Attorney
M&C No. 24-0132
Date: 2/13/24
ATTEST:
Jannette S. Goodall
City Secretary
ooaap�
,v 'o FORT°o�9�d
01.o *
° °.Id
P v8
*�
aso
C� nEX 4544a
DEVELOPER
Jefferson Primrose Land Holdings, LLC
zgla,Aegvlor
Blake Taylor (Mar 12, 2024 09:43 CDT)
Blake Taylor
Senior Vice President
Date: Mar 12, 2024
Contract Compliance Manager:
By signing, I acknowledge that I am the
person responsible for the monitoring and
administration of this contract, including all
performance and reporting requirements.
—UI/A1
Rebecca Owen (Mar 12, 2024 09:58 CDT)
Name: Rebecca Diane Owen
Title: Development Manager
OFFICIAL RECORD
City of Fort Worth, Texas CITY SECRETARY
Amendment No. 1 to City Secretary Contract No. 59765 FT. WORTH, Tx
Page 6 of 8
EXHIBIT A
38.
Cost Summary Sheet
Project Name: Primrose Infrastructure Waterline
CFA No.: 23-0046
Items
A. Water and Sewer Construction
1A. Water Construction
1 B. Water Construction
2. Sewer Construction
Water and Sewer Construction Total
City Project No.: 104666 IPRC No.: 23-0003
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)
Estimated Construction Fees:
C. Construction Inspection Service Fee
D. Administrative Material Testing Service Fee
E. Water Testing Lab Fee
F. Material Testing Cost
F. Design Fees
Total Estimated Construction Fees:
TOTAL PROJECT COST
Financial Guarantee
Bond = 100%
City of Fort Worth, Texas
Amendment No. 1 to City Secretary Contract No. 59765
Page 7 of 8
Developer's Cost City's Cost Total Cost
$ 654,361.00 $ - $ 654,361.00
$ 1,392,946.81 $2,691,941.19 $ 4,084,888.00
$ 2,047,307.81 $2,691,941.19 $ 4,739,249.00
$ 2,047,307.81 $ 2,691,941.19 $ 4,739,249.00
$
6,250.00
$
68,750.00
$ 75,000.00
$
490.00
$
3,675.00
$ 4,165.00
$
1,050.00
$
390.00
$ 1,440.00
$
-
$
53,838.82
$ 53,838.82
$
51,184.10
$
98,915.90
$ 150,100.00
$
58,974.10
$
225,569.72
$ 284,543.82
$
2,106,281.91
$
2,917,510.91
$ 5,023,792.82
Amount
Choice
$
2,047,307.81
I X
UNIT PRICE BID
00 42 43
DAP - BID PROPOSAL.
EXHIBIT B Page I of
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Bidder's Application
Project Item Information
Bidder's Proposal
Bidlist
I Description
Specification
I Unit of
Bid
Unit Price I
Bid Value
Item No.
Section No.
Measure
Quantity
UNIT I: WATER IMPROVEMENTS
1
3311.0444 12" Water Pipe (Restrained Joints)
3311 10,33
LF
1338
$180.00
$240,840.00
11 12
2
3311.0468 12" PVC Water Pipe, CLSM Backfill
33 11 10,33
LF
40
$300.00
$12,000.00
(Restrained Joints)
11 12
3
3311.0241 8" Water Pipe
3311 10,33
LF
246
$150.00
$36,900.00
11 12
4
3311.0244 8" Water Pipe, CLSM Backfill
33 11 10, 33
11 12
LF
55
$260.00
$14,300.00
5
3311.0141 6" Water Pipe
3411 10,33
LF
76
$125.00
$9,500.00
11 12
6
3311.0041 4" Water Pipe
3411 10, 33
LF
8
$1,050.00
$8,400.00
11 12
7
3311.0001 Ductile Iron Water Fittings w/ Restraint
33 11 11
TON
4
$17,000.00
$68,000.001
8
3312.0001 Fire Hydrant
33 12 40
EA
2
$7,800.00
$15,600.001
9
3312.2801 3" Water Meter and Vault
33 1211
EA
2
$54,000.00
$108,000.001
10
3312.2103 1 1/2" Water Service
3312 11
EA
2
$6,800.00
$13,600.00
11
3312.3005 12" Gate Valve
33 12 20
EA
10
$6,800.00
$68,000.00
12
3312.3003 8" Gate Valve
33 1220
EA
7
$4,500.00
$31,500.00
13
3312.3002 6" Gate Valve
33 12 20
EA
2
$5,250.00
$10,500.00
14
3292.0300 Seeding, Mech Drilling
3292 13
SY
2858
$2.00
$5,716.00
15
3305.0109 Trench Safety
3305 10
LF
1715
$2.00
$3,430.00
16
3305.0117 Concrete Collar for Valve
33 05 17
EA
19
$425.00
$8,075.00
TOTAL UNIT I: WATER IMPROVEMENTS
1
$654,361.001
UNIT IB: BREWER BLVD WATER IMPROVEMENTS (CITY
COST
3ARTICIPATION)
1
M1110,33
1
3311.0644 24" Water Pipe (Restrained Joints)
11 12, 33 11
LF
2601
$360.00
$936,360.00
13. 33 11 14
2
3311.0544 16" Water Pipe (Restrained Joints)
3311 10,33
11 12
LF
530
$250.00
$132,500.00
3
3311.0001 Ductile Iron Water Fittings w/ Restraint
33 11 11
TON
10
$16,000.00
$160,000.001
4
3305.2007 24" Water Carrier Pipe
33 05 24
LF
1013
$350.00
$354,550.00
5
3305.2005 16" Water Carrier Pipe
33 05 24
LF
631
$225.00
$141,975.00
6
3305.1007 42" Casing By Open Cut
33 05 22
LF
483
$560.00
$270,480.00
7
3305.1107 42" Casing By Other Than Open Cut
33 05 22
LF
530
$800.00
$424,000.00
8
3305.1105 30" Casing By Other Than Open Cut
33 05 22
LF
631
$650.00
$410,150.00
9
3312.3008 24" Gate Valve w/ Vault
331220
EA
6
$75,000.00
$450,000.00
10
3312.3006 16" Gate Valve w/ Vault
33 12 20
EA
2
$45,000.00
$90,000.00
11
3312.6003 8" Blow Off Valve
33 12 60
EA
1
$44,000.00
$44,000.001
12
3312.1002 2" Combination Air Valve Assembly for
33 12 30
EA
1
$34,000.00
$34,000.00
Water
13
3312.1003 3" Combination Air Valve Assembly for
33 1230
EA
1
$36,500.00
$36,500.00
Water
14
3312.0108 Connection to Existing 24" Water Main
331225
EA
1
$24,500.00
$24,500.001
15
3304.0002 Cathodic Protection
3304 12
LS
1
$120,000.00
$120,000.001
16
9999.0001 Soil Corrosivity Investigation and Cathodic
3304 12
LS
1
$63,000.00
$63,000.00
Protection Desiqn
17
0171.0101 Construction Staking
01 71 23
LS
1
$50,000.00
$50,000.001
18
0171.0102 As -Built Survey
01 71 23
LS
1
$50,000.00
$50,000.001
19
3125.0101 SWPPP >_ 1 acre
31 2500
LS
1
$6,000.00
$6,000.001
20
3471.0001 Traffic Control
3471 13
MO
6
$5,000.00
$30,000.001
CITY OF PORT NORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version May 22, 2019
Northbound Brewer Blvd
City Project No. 103435
00-41-00 00-42-43_00-45-12_bid-proposal-workbook.xls
22
3292.0300 Seeding, Mech Drilling
3292 13
SY
2280
$2.00
23
3201.0203 Asphalt Pvmt Repair Beyond Defined Width,
3401 17
SY
261
$110.00
Industrial
24
3305.0103 Exploratory Excavation of Existing Utilities
33 05 30
EA
6
$850.00
25
3305.0109 Trench Safety
3305 10
LF
3614
$2.00
26
3305.0110 Utility Markers
33 05 26
LS
1
$40,000.00
27
3305.0112 Concrete Collar for Manhole
33 05 17
EA
8
$2,000.00
28
3312.0117 Connection to Existing 4"-12" Water Main
331225
EA
1
$14,000.00
29
9999.0002 Construction Allowance
33 05 10
LS
1
$100,000.00
TOTAL UNIT IB: BREWER BLVD WATER IMPROVEMENTS (CITY COST PARTICIPATION)
Bid Summary
UNIT I: WATER IMPROVEMENTS
UNIT IB: BREWER BLVD WATER IMPROVEMENTS (CITY COST PARTICIPATION)
This Bid is submitted by the entity named below:
BIDDER:
Gra-1'ex Utilities Inc.
PO Box 1038
<Address Here or Blank>
Kennedale Texas 76060
Contractor agrees to complete WORK for FINAL ACCEPTANCE within
CONTRACT commences to run as provided in the General Conditions.
Total Construction Bid
BY: Rm flellin
4vshh.a.
TITLE:PA1
DATE: 10/26/2023
END OF SECTION
00 42 43
DAP - BID PROPOSAL
Page 3 of 3
$4, 560.00 1
$28, 710.00
$5,100.00
$7,228.00
$40,000.00
$16,000.00
$14,000.00
$100, 000.00 1
$4,084,888.00
$654,361.00
$4,084,888.00
$4,739,249.00
240 working days after the date when the
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version May 22, 2019
Northbound Brewer Blvd
City Project No. 103435
00-41-00_00-42-43_00-45-12_bid-proposal-workbook.xls
City of Fort Worth, Texas
Mayor and Council Communication
DATE: 02/13/24 M&C FILE NUMBER: M&C 24-0132
LOG NAME: 60PRIMROSE STATION WATER LINE
SUBJECT
(CD 6) Authorize Execution of a Community Facilities Agreement with Jefferson Primrose Land Holdings, LLC, with City Participation in
an Amount Not to Exceed $2,917,510.92 for Oversizing a 12-Inch to a 16-Inch Water Main on Sycamore School Road, Oversizing an 8-Inch and
12-Inch Water Main to a 24-Inch Water Main Also on Sycamore School Road and Oversizing a 12-Inch to 24-Inch Water Main on Brewer Boulevard
Located in Southwest Fort Worth, and Adopt Appropriation Ordinances to Effect a Portion of Water's Contribution to the Fiscal Years 2024-2028
Capital Improvement Program
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize the execution of a Community Facilities Agreement with Jefferson Primrose Land Holdings, LLC, with City participation in the
amount not to exceed $2,917,510.92 for oversizing a 12-inch to 16-inch water main on Sycamore School Road, oversizing an 8-inch and 12-
inch water main to a 24-inch water main also on Sycamore School Road, and oversizing a 12-inch to 24-inch water main on Brewer
Boulevard, all located in southwest Fort Worth;
2. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Water/Sewer Bond 2016 Fund by
increasing estimated receipts and appropriations in the Community Facilities Agreement Bucket programmable project (City Project No.
P00001) in the amount of $1,000,000.00 and decreasing estimated receipts and appropriations in the Unspecified -All Funds project (City
Project No. UNSPEC) by the same amount for the purpose of funding the Community Facilities Agreement — CFA Primrose Station
Waterline project (City Project No. 104666); and
3. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Water and Sewer Bond 2017A Fund by
increasing estimated receipts and appropriations in the Community Facilities Agreement Bucket programmable project (City Project No.
P00001) in the amount of $2,321,303.00 and decreasing estimated receipts and appropriations in the Unspecified -All Funds project (City
Project No. UNSPEC) by the same amount for the purpose of funding the Community Facilities Agreement- CFA Primrose Station Waterline
project (City Project No. 104666) and to effect a portion of Water's contribution to Fiscal Years 2024-2028 Capital Improvement Program.
DISCUSSION:
Jefferson Primrose Land Holdings, LLC (Developer) is constructing the Primrose Station development project located west of Chisholm Trail
Parkway and south of Sycamore School Road. The City is participating in the project to oversize a 12-inch to a 16-inch Water Main and oversizing
an 8-inch and 12-inch water main to a 24-inch water main for anticipated future growth in the area. Additionally, the City is participating in the
project to oversize a 12-inch to a 24-inch water main on Brewer Blvd that will connect at the intersection at Brewer Boulevard and Sycamore
School Road. The construction cost for the project is estimated to be allocated at 65.9% for the Developer and 34.1 % for the City. Primrose
Station water line project is assigned City Project No. 104666 and Accela System Record IPRC23-0003.
The project has been publicly bid. The City's cost participation in oversizing of the water mains is estimated to be in an amount not to exceed
$2,917,510.92 as shown in the table below. Payments to the Developer are estimated to be $2,691,941.19 for construction costs, $53,838.82 for
material testing costs and $98,915.90 for design services. The City's cost participation also includes $72,815.00 to cover the City's portion of
construction inspection service fees, administrative material testing fees, and water lab fees. An additional $403,791.18 in the contingency funds
will cover the City's portion of any change orders.
The following table shows the cost -sharing breakdown for the project between all parties:
A. Public Improvements
1A. Water Improvements
1 B. Water Improvements
Contingency
B. Inspections & Testing
Developer City Cost Total Cost
Cost
$654,361.00 $0.00 $654,361.00
$1,392,946.81 $2,691,941.19 $4,084,888.00
$0 $403,791.18 $403,791.18
1. Construction Inspection
Fee
$6,250.00 $68,750.00 $75,000.00
2. Admin Material Testing
Fee
�3. Material Testing Cost
�4. Water Lab Fee
�5. Design Fees
Total Project Cost
$490.00 $3,675.00 $4,165.00
$0.00 $53,838.82 $53,838.82
$1,050.00 $390.00 $1,440.00
$51,184.10 $98,915.90 $150,100.00
$2,106,281.91 $3,321,302.09 $5,427,584.00
*Numbers will be rounded up for accounting purposes.
The reimbursement of the City 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.
It is the practice of the Water Department to appropriate its CIP plan throughout the Fiscal Year, instead of within the annual budget ordinance, as
projects commence, additional funding needs are identified, and to comply with bond covenants. The actions in the Mayor & Council
Communication (M&C) will appropriate funds in support of the Water Department's portion of the City of Fort Worth's Fiscal Years 2024-2028
Capital Improvements Program, as follows:
60Primrose Station Waterline
Capital Project FY2024 CIP Budget Revised
Fund Name Name Appropriations Authority Adjustment FY2024
Budget
104666 —
Water/Sewer CFA-
Bond 2016 — Primerose $0.00 This M&C $1,000,000.00 $1,000,000.00
Fund 56005 Station
Waterline
Water and 104666 —
Sewer Bond CFA-
2017A — Primerose $0.00 This M&C $2,321,303.00 $2,321,303.00
Fund 56011 Station
Waterline
Funding is currently available in the Unspecified -All Funds project within the Water/Sewer Bond 2016 Fund & the Water and Sewer Bond 2017A
Fund for the purpose of funding the CFA-Primerose Station Waterline project.
Funding for the Community Facility Agreement (CFA) — Primrose Station Waterline as depicted in the table below:
Fund
CFA-Developer— Fund
30114
Existing Additional project Total*
Appropriations Appropriations
$36,150.00 $0.00 $36,150.00
Water/Sewer Bond 2016
— Fund 56005
$0.00 $1,000,000.00$1,000,000.00
Water and Sewer Bond $0.00 $2,321,303.00 $2,321,303.00
2017A — Fund 56011
Project Total $36,150.00 $3,321,303.00 $3,357,453.00
*Numbers rounded for presentation purposes.
BUSINESS EQUITY- A waiver of the goal for Business Equity subcontracting requirements was requested, and approved by the DVIN, in
accordance with the applicable Ordinance, because the application of the provisions of this ordinance will impose an economic risk on the City or
unduly delay acquisition of the goods or services.
This project is located in COUNCIL DISTRICT 6.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are currently available in the Unspecified - All Funds project within the Water/Sewer Bond 2016 Fund
and the Water & Sewer Bond 2017A Fund and upon approval of the above recommendations and adoption of the attached appropriation
ordinances, funds will be available in the Water/Sewer Bond 2016 Fund and the Water & Sewer Bond 2017A Fund for the CFA- Primrose Station
Waterline project to support the approval of the above recommendations and execution of the agreement. Prior to an expenditure being incurred,
the Water Department has the responsibility of verifying the availability of funds.
Submitted for Citv Manaaer's Office by
Oriainatina Business Unit Head
Additional Information Contact:
Fernando Costa
8018
Chris Harder
5020
Suby Varughese
8009