Loading...
HomeMy WebLinkAboutContract 62484Received Date: Dec 19, 2024 Received Time: 10:29 a.m. Developer and Project Information Cover Sheet: Developer Company Name: Fort Worth Independent School District Address, State, Zip Code: Phone & Email: Authorized Signatory, Title: Project Name: Brief Description: Project Location: Plat Case Number: Mapsco: 64U-V CFA Number: 24-0166 City of Fort Worth, Texas ILA for Construction of Community Facilities Rev. 1/21 70160 Camp Bowie Blvd., Fort Worth, Texas 76116 817-814-2650 1 kellie.spencer@fwisd.org Kellie Spencer, Deputy Superintendent Rosemont Middle School Water, Sewer & Drainage 1501 W. Seminary Dr. Plat Name: Council District: 4 City Project Number: 105415 1 IPRC24-0012 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 1 of 16 Date Received: City Secretary Time Received: Contract No.: 62484 INTERLOCAL AGREEMENT FOR THE CONSTRUCTION OF COMMUNITY FACILITIES WITH CITY PARTICIPATION This INTERLOCAL AGREEMENT FOR THE CONSTRUCTION OF COMMUNITY FACILITIES ("Agreement") is made and entered into by and between the City of Fort Worth ("City"), a home -rule municipal corporation of the State of Texas, acting by and through its duly authorized Assistant City Manager, and the Fort Worth Independent School District, a political subdivision of the State of Texas and a legally constituted independent school district located in Tarrant County, Texas ("Developer"), acting by and through its duly authorized representative. City and Developer are referred to herein individually as a "party" and collectively as the "parties." WHEREAS, Developer is constructing improvements or subdividing land within the corporate limits of Fort Worth, Texas or its extraterritorial jurisdiction, for a project known as Rosemont Middle School ("Project"); and WHEREAS, the City desires to ensure that all developments are adequately served by public infrastructure and that the public infrastructure is constructed according to City standards; and WHEREAS, as a condition of approval of the Project, Developer is required to bear a portion of the costs of municipal infrastructure by constructing the public infrastructure necessary for the Project as described in this Agreement ("Community Facilities" or "Improvements"); and WHEREAS, as a condition of approval of the Project, Developer is required to meet the additional obligations contained in this Agreement, and Developer may be required to make dedications of land, pay fees or construction costs, or meet other obligations that are not a part of this Agreement.; and WHEREAS, the City desires to participate in this Agreement by paying Developer an amount not to exceed $443,413.95 to enlarge the scope of the Improvements beyond what Developer is responsible for constructing by replacing an existing 8-inch Vitrified Clay Pipe Sewer Main with an 8-inch Polyvinyl Chloride Sewer Main and an existing 12-inch Cast Iron Pipe Water Main with a 12-inch Polyvinyl Chloride Water Main as authorized by the City Council through approval of M&C 24-1133 on December 10, 2024 ("City Participation"); and WHEREAS, the City Participation includes reimbursement to Developer in an amount not to exceed $407,556.27 for construction costs, $8,151.13 for material testing costs, $1,161.00 for IPRC Plan Review Fees, and $10,700.00 for design costs. The remaining City Participation in the amount of $15,845.55 shall not be paid to Developer, but will be used by City to pay for the City's portion of construction inspection service fees, administrative material testing service fees, and water lab testing fees; and OFFICIAL RECORD City of Fort Worth, Texas Page 2 of 16 ILA for Construction of Community Facilities CITY SECRETARY Rev. 1/21 FT. WORTH, TX WHEREAS, Chapter 791 of the Texas Government Code, the "Interlocal Cooperation Act," authorizes local government entities to enter into interlocal contracts for governmental purposes; and WHEREAS, each party, in performing governmental functions or in funding the performance of governmental functions, shall make that performance or those payments from current revenues legally available to that party; and WHEREAS, each party finds that the performance of this Agreement is in the common interest of the parties, that the undertaking will benefit the public interest and that the division of costs fairly compensates the performing party for the services or functions under this Agreement. NOW, THEREFORE, for and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: 1. CFA Ordinance The Community Facilities Agreements Ordinance ("CFA Ordinance"), as amended, is incorporated into this Agreement by reference, as if it was fully set forth herein. Developer agrees to comply with all provisions of the CFA Ordinance in the performance of Developer's duties and obligations pursuant to this Agreement and to cause all contractors hired by Developer to comply with the CFA Ordinance in connection with the work performed by the contractors. If a conflict exists between the terms and conditions of this Agreement and the CFA Ordinance, the CFA Ordinance shall control. 2. Incorporation of Engineering Plans The engineering plans for the Improvements that have been accepted by the City ("Engineering Plans") are incorporated into this Agreement by reference as if fully set out herein. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the Improvements required by this Agreement. 3. Description of Improvements; Exhibits and Attachments The following exhibits describe the general location, nature and extent of the Improvements that are the subject of this Agreement and are attached hereto and incorporated herein by reference: ® Exhibit A: Water ® Exhibit A-1: Sewer ❑ Exhibit B: Paving ® Exhibit 13-1: Storm Drain ❑ Exhibit C: Street Lights & Signs The Location Map and Cost Estimates are also attached hereto and incorporated herein by reference. To the extent that Exhibits A, A-1, B, B-1, C, the Location Map, or the Cost Estimates conflict with the Engineering Plans, the Engineering Plans shall control. If applicable, Attachment 1 — Changes to Standard Community Facilities Agreement, Attachment 2 — Phased CFA Provisions, and City of Fort Worth, Texas Page 3 of 16 ILA for Construction of Community Facilities Rev. 1/21 Attachment 3 — Concurrent CFA Provisions, are attached hereto and incorporated herein for all purposes. 4. Construction of Improvements; City Participation 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 specifications, the Engineering Plans, the Cost Estimates provided for the Improvements, and this Agreement. Developer acknowledges that City will not accept the Improvements until the City receives affidavits and lien releases signed by Developer's contractors verifying that the contractors, and all subcontractors and material suppliers, have been paid in full for constructing the Improvements, and consent of the surety on payment and performance bonds provided for the Improvements. The City shall reimburse Developer for the City Participation after presentation of proper documentation by Developer to the City that the Improvements have been constructed and accepted by the City and all contractors and material suppliers have been paid. 5. Financial Guarantee Developer has provided the City with a statement of appropriated funds as the financial guarantee for this Agreement which guarantees the construction of the Improvements and payment by Developer of all contractors, subcontractors, and material suppliers for the Improvements ("Financial Guarantee"). 6. Completion Deadline; Extension Periods This Agreement shall be effective on the date this Agreement is executed by the City's Assistant City Manager ("Effective Date"). Developer shall complete construction of the Improvements and obtain the City's acceptance of the Improvements within two (2) years of the Effective Date ("Term"). If construction of the Improvements has started during the Term, the Developer may request that this Agreement be extended for an additional period of time ("Extension Period"). All Extension Periods shall be agreed to in writing by the City and the Developer as set forth in a written amendment to this Agreement. In no event shall the Term of this Agreement plus any Extension Periods be for more than three years. 7. Failure to Construct the Improvements (a) The City may utilize the Developer's Contractor's Payment and Performance Bonds to cause the completion of the construction of the Improvements if at the end of the Term, and any Extension Periods, the Improvements have not been completed and accepted by the City. (b) The City may utilize the Developer's Contractor's Payment and Performance Bonds to cause the completion of the construction of the Improvements or to cause the payment of costs for construction of the Improvements before the expiration of the Term, and any Extension Period, if the Developer breaches this Agreement, becomes insolvent, or fails to pay costs of construction. City of Fort Worth, Texas Page 4 of 16 ILA for Construction of Community Facilities Rev. 1/21 (c) This section shall not limit the City's right to take further action, at law or in equity, if Developer fails to construct the Improvements or pay all contractors and materials suppliers for the Improvements. 8. Termination If Developer desires to terminate this Agreement before Developer's contractors begin constructing the Improvements, Developer agrees to the following: (a) that Developer and City must execute a termination of this Agreement in writing; (b) that Developer will vacate any final plats that have been filed with the county where the Project is located; and (c) to pay to the City any costs incurred by the City for the City's inspectors to attend preconstruction meetings. City will provide Developer with a detailed invoice accounting for any such costs. 9. Award of Construction Contracts (a) Developer will award all contracts for the construction of the Improvements and cause the Improvements to be constructed in accordance with the CFA Ordinance and state law. (b) Developer will employ construction contractors who meet the requirements of the City to construct the Improvements including, but not limited, to being prequalified, insured, licensed and bonded to construct the Improvements in the City. (c) Developer will require Developer's contractors to provide the City with payment and performance bonds naming the City and the Developer as dual obligees, in the amount of one hundred percent (100%) of the cost of the Improvements as required by the CFA Ordinance. The payment and performance bonds shall guarantee construction of the Improvements and payment of all subcontractors and material suppliers. Developer agrees to require Developer's contractors to provide the City with a maintenance bond naming the City as an obligee, in the amount of one hundred percent (100%) of the cost of the Improvements, that guarantees correction of defects in materials and workmanship for the Improvements by the contractor and surety for a period of two (2) years after completion and final acceptance of the Improvements by the City. All bonds must be provided to the City before construction begins and must meet the requirements of the City's Standard Conditions, Chapter 2253 of the Texas Government Code, and the Texas Insurance Code. (d) Developer will require Developer's contractors to provide the City with 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 must be named as an additional insured on all insurance policies. The Developer must provide the City with a Certificate of Insurance (ACORD or form approved by the State of Texas), supplied by each contractor's insurance provider, which shall be made a part of the Project Manual. (e) Developer will require the Developer's contractors to give forty-eight (48) hours' advance notice of their intent to commence construction of the Improvements to the City's Construction Services Division so that City inspection personnel will be available. Developer will require Developer's City of Fort Worth, Texas Page 5 of 16 ILA for Construction of Community Facilities Rev. 1/21 contractors to allow construction of the Improvements to be subject to inspection at any and all times by the City's inspectors. Developer will require Developer's contractors to not install or relocate any sanitary sewer, storm drain, or water pipe unless a City inspector is present and gives consent to proceed, and to allow such laboratory tests as may be required by the City. (f) Developer will not allow Developer's contractors to begin construction of the Improvements until a notice to proceed to construction is issued by the City. (g) Developer will not allow Developer's contractors to connect buildings to service lines of sewer and water mains constructed pursuant to this Agreement, if any, until said sewer, water mains and service lines have been completed to the satisfaction of the City. (h) Developer shall ensure the contractors are paid the City's wage rates in effect during construction of the Improvements. 10. Utilities Developer shall cause the installation or adjustment of utilities required to: (1) serve the Project; and (2) to construct the Improvements required herein. 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 Improvements to be constructed pursuant to this Agreement. 11. Easements and Rights -of -Way Developer agrees to provide, at its expense, all necessary rights -of -way and easements required for the construction and dedication to the City of the Improvements provided for by this Agreement. 12. Liability and Indemnification (a) [RESERVED] (b) [RESERVED] (c) DEVELOPER WILL 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 INANY WAY CONNECTED WITH, THE CONSTRUCTION OF THE IMPROVEMENTS CONTEMPLATED HEREIN, WHETHER OR NOT SUCH INJURIES, DEATH OR DAMAGES ARE CAUSED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS OFFICERS, SERVANTS, OR EMPLOYEES. FURTHER, DEVELOPER WILL REQUIRE ITS CONTRACTORS TO INDEMNIFY, DEFEND, AND HOLD HARMLESS THE CITY FOR ANY LOSSES, DAMAGES, COSTS OR EXPENSES SUFFERED BY THE CITY OR CAUSED AS A RESULT OF SAID CONTRACTORS' FAILURE TO COMPLETE THE WORK AND CONSTRUCT THE IMPROVEMENTS IN A GOOD AND WORKMANLIKE City of Fort Worth, Texas Page 6 of 16 ILA for Construction of Community Facilities Rev. 1/21 MANNER, FREE FROM DEFECTS, IN CONFORMANCE WITH THE CFA ORDINANCE, AND INACCORDANCE WITH ALL PLANS AND SPECIFICATIONS. 13. Right to Enforce Contracts 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 Developer with its contractors, along with an assignment of all warranties given by the contractors, 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. 14. Estimated Fees Paid by Developer; Reconciliation Prior to execution of this Agreement, Developer has paid to the City 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. 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 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 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 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. 15. Material Testing The City maintains a list of pre -approved material testing laboratories. The Developer must contract with material testing laboratories on the City's list. Material testing laboratories will provide copies of all test results directly to the City and the Developer. If the Improvements being constructed fail a test, the Developer or its contractor must correct or replace the Improvements until the Improvements pass all retests. The Developer or its contractor must pay the material testing laboratories directly for all material testing and retesting. The City will obtain proof from the material testing laboratories that the material testing laboratories have been paid in full by the Developer or its contractor before the City will accept the Improvements. 16. Notices All notices required or permitted under this Agreement may be given to a party by hand - delivery or by mail, addressed to such party at the address stated below. Any notice so given shall be deemed to have been received when deposited in the United States mail so addressed with postage prepaid: CITY: Development Coordination Office City of Fort Worth City of Fort Worth, Texas ILA for Construction of Community Facilities Rev. 1/21 DEVELOPER: Fort Worth Independent School District 7060 Camp Bowie Page 7 of 16 100 Fort Worth Trail Fort Worth, Texas 76102 With conies to: City Attorney's Office City of Fort Worth 100 Fort Worth Trail Fort Worth, Texas 76102 and City Manager's Office City of Fort Worth 100 Fort Worth Trail Fort Worth, Texas 76102 Fort Worth, Texas 76116 With Conies to: Fort Worth Independent School District Office of Legal Services 7060 Camp Bowie Fort Worth, Texas 76116 Or to such other address one party may hereafter designate by notice in writing addressed and mailed or delivered to the other party hereto. 17. Right to Audit Developer agrees that, until the expiration of three (3) years after acceptance by the City of the Improvements constructed pursuant to this Agreement, that the City shall have access to and the right to examine any directly pertinent books, documents, papers and records of the Developer involving transactions relating to this Agreement. Developer agrees that the City shall have access during normal working hours to all necessary Developer facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. The City shall give Developer reasonable advance notice of intended audits. Developer further agrees to include in all contracts with Developer's contractors for the Improvements a provision to the effect that the contractor agrees that the City shall, until the expiration of three (3) years after final payment under the contract, have access to and the right to examine any directly pertinent books, documents, papers and records of such contractor, involving transactions to the contract, and further, that City shall have access during normal working hours to all of the contractor's facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Developer's contractors reasonable advance notice of intended audits. 18. Independent Contractor It is expressly understood and agreed that Developer and its employees, representative, agents, servants, officers, contractors, subcontractors, and volunteers shall operate as independent contractors as to all rights and privileges and work performed under this Agreement, and not as agents, representatives or employees of the City. Subject to and in accordance with the conditions and provisions of this Agreement, Developer shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its employees, representatives, agents, servants, officers, City of Fort Worth, Texas Page 8 of 16 ILA for Construction of Community Facilities Rev. 1/21 contractors, subcontractors, and volunteers. Developer acknowledges that the doctrine of respondeat superior shall not apply as between the City and its officers, representatives, agents, servants and employees, and Developer and its employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. Developer further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Developer. It is further understood that the City shall in no way be considered a co -employer or a joint employer of Developer or any employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers of Developer. Neither Developer, nor any officers, agents, servants, employees or subcontractors of Developer shall be entitled to any employment benefits from the City. Developer shall be responsible and liable for any and all payment and reporting of applicable taxes on behalf of itself, and any of employees, representatives, agents, servants, officers, contractors, subcontractors, and volunteers. The City, through its authorized representatives and employees, shall have the sole and exclusive right to exercise jurisdiction and control over City employees. 19. Applicable Law; Venue This Agreement shall be construed under and in accordance with Texas law. Venue shall be in the state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. 20. Non -Waiver The failure of the City or the Developer to insist upon the performance of any term or provision of this Agreement or to exercise any right herein conferred shall not be construed as a waiver or relinquishment to any extent of City's right to assert or rely on any such term or right on any future occasion. 21. Governmental Powers and Immunities. It is understood that by execution of this Agreement, neither the City nor Developer, an independent school district, waives or surrenders any of their governmental powers or immunities. 22. Headings The paragraph headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement. 23. Severability In the event that any clause or provision of this Agreement shall be held to be invalid by any court of competent jurisdiction, the invalidity of such clause or provision shall not affect any of the remaining provisions hereof. City of Fort Worth, Texas Page 9 of 16 ILA for Construction of Community Facilities Rev. 1/21 24. Review of Counsel City and Developer, and if they so choose, their attorneys, have had the opportunity to review and comment on this document; therefore any rule of contract construction or interpretation that would normally call for the document to be interpreted as against the drafting party shall not apply in interpretation of this Agreement, and each section, portion, and provision of this Agreement shall be construed solely on the basis of the language contained therein, regardless of who authored such language. 25. 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. City, upon written notice to Developer, shall have the right to immediately terminate this Agreement for violations of this provision by Developer's contractor. 26. Amendment No amendment, modification, or alteration of the terms of this Agreement shall be binding unless the same is in writing, dated subsequent to the date hereof, and duly executed by the City and Developer. 27. Assignment and Successors Developer shall not assign or subcontract all or any part of its rights, privileges, or duties under this Agreement without the prior written consent of City. Any attempted assignment or subcontract without the City's prior written approval shall be void and constitute a breach of this Agreement. 28. No Third -Party Beneficiaries The provisions and conditions of this Agreement are solely for the benefit of the City and Developer, and any lawful assign or successor of Developer, and are not intended to create any rights, contractual or otherwise, to any other person or entity. 29. Compliance with Laws, Ordinances, Rules and Regulations Developer, its officers, agents, servants, employees, and contractors, shall abide by and comply with all laws, federal, state and local, including all ordinances, rules and regulations of City. It is agreed and understood that, if City calls to the attention of Developer any such violation on the part of Developer or any of its officers, agents, servants, employees, or subcontractors, then Developer shall immediately desist from and correct such violation. City of Fort Worth, Texas Page 10 of 16 ILA for Construction of Community Facilities Rev. 1/21 30. Signature Authority The person signing this Agreement on behalf of Developer warrants that he or she has the legal authority to execute this Agreement on behalf of the Developer, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. The City is fully entitled to rely on this warranty and representation in entering into this Agreement. 31. Counterparts This Agreement may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. 32. Entire Agreement This written instrument, together with any attachments, exhibits, and appendices, constitutes the entire understanding between the City and Developer concerning the work to be performed hereunder, and any prior or contemporaneous, oral or written agreement that purports to vary from the terms hereof shall be void. 33. City Participation; Fiscal Funding Limitation (a) The City shall reimburse Developer in amounts not to exceed $407,556.27 for construction costs, $8,151.13 for material testing costs, $1,161.00 for IPRC Plan Review Fees, and $10,700.00 for design costs. The remaining City Participation in the amount of $15,845.55 shall not be paid to Developer, but will be used by City to pay for the City's portion of construction inspection service fees, administrative material testing service fees, and water lab testing fees. The City will reimburse the City Participation to Developer after presentation of proper documentation by Developer to the City that the Improvements have been constructed and accepted by the City and all contractors and material suppliers have been paid. Developer must register as a vendor of the City in order for the City Participation to be paid to Developer. The City Participation for construction costs was calculated as follows: (continued on following page) City of Fort Worth, Texas Page 11 of 16 ILA for Construction of Community Facilities Rev. 1/21 ausxaar SECTION OD 42 43 •�' a[ ❑evelopa Awarded Pile=- PROPOSAL FORM UNIT PRIDE BID Bidder's Application r5gai Ire Inrixmaan-etuaauni IF6Y[24-WI i CF!4]0.4[i Total 4uant* and Cu.i iLa'r gpudi[• and{'� eani.[ Irm `ki "k„'` S-_f a Sauna h'u {:ui[nr Mo Eltl QJ�jryy 4XIi F71Ce &tl Value &drj.r[n• I:ri h:.. Bid 1'alw UNIT 1: WATER . " " 1 0241.1305 Rer-_,-'_ :a=r',; re 024114 EA 2 41.975.00 P,960.06 2 51.975,013 53,956AD 2 3201.012711',,:-V,,Arlerlal 320117 LF 56 5123.26 56,135.15 65 4123-5 58,135.16 3 aN1.0614 Co-, _, : ==: air, ,4 Ider=al 3211129 SY 75 5324.00 524,300.06 75 ;324A1) 52L.30UAD 4 33o5A109 T'e': ' _ "-'• 33 0510 LF 102 415.50 51,581.06 102 515.56 51,681AD 5 3311.0461 12- = _ . - _ "" 33 11 12 LF 102 5324.73 533,122.46 102 $324.73 $33,122A6 6 33120002 Wa:_ :: .. ._ _ :m 331250 EA 1 7A400.113 VA00.06 1 VAMOD 56,406AD 7 33120117 Co-:' _ ": E4sarg 4'-12' Wafer Malrl 33 1225 EA 2 47,225.G3 514ASCI.136 2 T«7,25A6 I14.456AD B 3312,3005 12- ', , . p - = 33 1220 EA 2 UGIN.Cd 511,960.06 2 55,9MOD $11,966A0 9 3471.0001 Trd7l, -vcr as. 3471 13 MO 3 515,O1XI.00 S45,C00.06 3 $15,006.06 545,Cd6AD TOTAL UNIT I: WATER IMPROVEMENTS $14E106.G2 City Sub -Total $148.WLG2 UNIT II: SANITARY SEWER . _ _ 10 07AIM13 Remove d'9ewerLne 024114 LF 46 4T7.E8 53,73824 11 0241.20D1 Sanitary Line G-j-rurg 02 41 14 CY 9 5M.03 52,BW.D6 12 0241.2163 8' 32vaerADanJDgrnen" Plug 1124114 EA 3 SM.00 1iB am 13 07AI-M1 Removed' Sewer Manhole 02 41 14 EA 2 W GM.Cr0 56,100.06 1 43.6mo6 33,056A0 14 MOIJ3127 16 WkSEASphatl Pint Repat, Arlerlal 32 01 17 LF 1575 512,3.26 %194.134.51) 340 4123,25 $41,905AD 15 3201.0614 Cono Pv" Repair, Resider _al 32 01 29 SY 16M 51 0.G] 5275,746.06 16 3216.0161 6' CDnc Curb and Gu16a 32 16 13 LF 515 512.50 56A37.56 17 3291A1D6 Topsol 3291 19 CY 474 5110.00 552,140.06 64 4114.06 57,046A0 16 3292 IDD Illcck SW Ptanernerrt 329213 SY 1r21) 57.D3 59,94A.D6 19D 57.00 31,3wi3a 19 3MIA002 Penal -CCTV I spectlon 33 01 31 LF 2S42 W.20 f•3,137.46 335 5324 51.U72A0 20 33o1A101 Manhole Vacmin Testing 33 01313 EA 16 53CO.D3 54,BM.D6 2 5MOD 56o6A0 21 33050109 TFMCh 'S3rEty 330510 LF 2542 412.D0 5313,504.136 335 $1206 54,G24AD 22 3305A112 Conai a Collar ror Manhole 33 05 17 EA 5 5755.133 P,775.06 2 4755.06 51,516A0 23 3305A113 TlerlchWaterStr,Pr. 330515 EA 7 $3-A40.133 522AOO.D6 1 VX&G6 53,206AD 24 3305.1 C632D C:ash93y Open CA 330522 LF 93 F691.40 556,c0026 25 3331A115 8' Serer Pipe 33 11 10, 33 LF 2343 5968.35 $863.I)4A05 335 4W11,35 512-3.39725 26 3WI.411 B 8' Simer Pipe, CSS BaMnll 33 11 10, 33 LF 50 5374.73 Lm da3.66 27 3WI.4119 8' DIP SEwL- 2llcre 33 11 10 LF 79 5366.05 sm.917.95 28 3WI.41268' DIP SewerRpeCyS BaWII 33 11 10 LF 60 5363.D5 522,963.06 29 3339LMI EK"ManMkLlrer 33396D VF 222 5W9.03 SE4,360.06 29 S360A6 $11,024A0 31) 3339.1W1 d'Marhoie 3339 IR 3,3 EA 12 521.;5ETD3 52E2,213O.136 31 33390002 4' Dlcp MMMEle 333910. 33 EA 4 527,260.133 509,12Q06 2 427-M&OD 4E4,566AD 32 33311003 4' Ewanepttr Mantrole 3339IR 33 VF 161 5350.131 556,350.06 17 $3MOD 55,956AD W 3471A0131 T'IaMc CwfM 34 71 13 M4 4 515,OC9.CU SED,C00.06 34 99990MI Pa':ernenl Marting Replarerneni 321723 LS 1 58,OM.133 tr3,C00A6 $2,15kK2.64 City SUb-Total $258,G57.C5 TOTAL UNIT ItSANRARYSEWER _ 34 3305A109 TIerICH Santa' UNIT Ml-DRANAGE n 05 16 LF ", ,".7 1824 , ." ¢10.06 518,?40.06 35 3125.0101 SWPPP x 1 axe 31 2506 LS 1 %1,256.06 $1=.06 36 32A1.0127 16' Wide AsMoH P':nit Repat, AJierlal 3201 17 LF 66 412325 58,135.15 37 3201.0614 Corte Purr. Repair, Resldenlal 32 01 29 SY 1757 5165.06 5269,905.06 36 3341A1031VRCP. Class III 334110 LF 45 VA3.55 511=.36 39 3341.0302 3V RCP, Class 111 334110 LF 44 5251.55 511,5W26 40 3341.0402 4r RCP, Class III 33 41 10 LF 1824 $39736 $724A9266 41 3349.0002 5' 5tarm vrrcton Boo[ 33 49 10 EA 5 51479506 553,975.06 42 3349A003 E Sbrm vrrcton Box 33 49 10 EA 2 519,13Q06 538250.D6 43 33d9.5603 24' CUG IrlF. 33 4926 EA 1 513,336136 513,330.06 51,170.299.46 TOTAL LlINFr 11= DRAINAGE &id Sunaios INDBUMMLo6y mcost TailCOMM $14UN.62 5148,696..52 UNIT II'&b NITARY,SEWE.R 51_9 6369.99 125119W.&5 J2,194,02264 UNIT III: DRAINAGE ." _ _ 51.170,299.45 j - 41,170,299.46 TmA[ar� W $3,105,654A5 $4117,3y6.27 $3,513,22472 (b) In the event no funds or insufficient funds are appropriated and budgeted 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. City of Fort Worth, Texas Page 12 of 16 ILA for Construction of Community Facilities Rev. 1/21 Project Name: Rosemont Middle School CFA No.: 24-0166 Items A. Water and Sewer Construction 1. Water Construction 2. Sewer Construction Water and Sewer Construction Total 34. Cost Summary Sheet City Project No.: 105415 IPRC No.: 24-0112 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. Material Testing Cost F. Water Testing Lab Fee Total Estimated Construction Fees: IPRC Plan Review Fees Design Costs Total Cost: Financial Guarantee Statement of Appropriated Funds (Government Entity Only) City of Fort Worth, Texas ILA for Construction of Community Facilities Rev. 1/21 Developer's Cost City Cost Total Cost $ - $ 148,898.62 $ 148,898.62 $ 1,935,364.99 $258,657.65 $ 2,194,022.64 $ 1,935,364.99 $ 407,556.27 $ 2,342,921.26 $ 1,170,299.46 $ - $ 1,170,299.46 $ 1,170,299.46 $ 1,170,299.46 $ 3,105,664.45 $ 407,556.27 $ 3,513,220.72 $ 77,962.50 $ 14,850.00 $ 92,812.50 $ 4,685.20 $ 826.80 $ 5,512.00 $ - $ 8,151.13 $ 8,151.13 $ - $ 168.75 $ 168.75 $ 82,647.70 $ 23,996.68 $ 106,644.38 $ - $ 1,161.00 $ 1,161.00 $ - $ 10,700.00 $ 10,700.00 $ 3,188,312.15 $ 443,413.95 $ 3,631,726.10 Amount X Page 13 of 16 IN WITNESS WHEREOF, the City and Developer have each executed this Agreement by their duly authorized signatories to be effective on the date executed by the City's Assistant City Manager. CITY OF FORT WORTH DEVELOPER Fort Worth Independent School District T a.� Sec Dana Burghdoff(Dec 2024 CST) Dana Burghdoff Assistant City Manager Name: Kellie Spencer Title: Deputy Superintendent Date: Dec 19, 2024 Date: Dec 16, 2024 Recommended by: )0,04�,w W Dwayne Hollars Contract Compliance Specialist Development Services Approved as to Form & Legality: Richard McCracken (Dec 19, 202409:18 CST) Richard A. McCracken Contract Compliance Manager: Sr. Assistant City Attorney By signing, I acknowledge that I am the person M&C No. 24-1133 responsible for the monitoring and administration of this contract, including Date: 12/10/24 ensuring all performance and reporting Form 1295: N/A requirements. ag4Upq a �� 0* foRr*a0 O .. A P ATTEST: Rebecca Owen (Dec 16, 202414:23 CST) A °aan� EZA54ga Name: Rebecca Owen °noaa4 Title: Development Manager Jannette Goodall City Secretary OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Page 14 of 16 ILA for Construction of Community Facilities Rev. 1/21 The following attachments are incorporated into this Agreement. To the extent a conflict exists between the main body of this Agreement and the following attachments, the language in the main body of this Agreement shall be controlling. Included Attachment ❑x Attachment I - Changes to Standard Community Facilities Agreement ❑ Attachment 2 — Phased CFA Provisions ❑ Attachment 3 — Concurrent CFA Provisions © Location Map ® Exhibit A: Water Improvements ® Exhibit A-1: Sewer Improvements ❑ Exhibit B: Paving Improvements ® Exhibit B-1: Storm Drain Improvements ❑ Exhibit C: Street Lights and Signs Improvements ® Cost Estimates (Remainder of Page Intentionally Left Blank) City of Fort Worth, Texas Page 15 of 16 ILA for Construction of Community Facilities Rev. 1/21 ATTACHMENT "I" Changes to Standard Community Facilities Agreement City Project No. 105415 Negotiated changes are contained in the body of the Agreement. City of Fort Worth, Texas Page 16 of 16 ILA for Construction of Community Facilities Rev. 1/21 WAGG❑MAN PAFF❑RD T DREW BELT WAGG❑11AN jWAGG❑MAN �PAFFORD P4FF❑RD-7 PAFF❑RD j LLI z l � :E 1 � J Q J BOLT U FLIN--� �' O pq rya N Q J U L� � Q o pq Pa Q Q � ¢ 3 Park, B❑'YCE BINT❑N � DREW I Q U z o Li `� i--- PROJECT LOCATION 3 BOLT coz 0 _ o V w w SEMINARY � Rosemon- n Park � �z Li J o U B ❑ADUS Southwester GAMBRELLI - Baptist Theological Seminary B❑YCE SPURGE❑N w FELIX = _ z FULLER`D L' Q +TARRANT COUNTY, COUNCIL DISTRICT NO.4 MAPSCO NO. 64-U & 64-V LOCATION MAP OWNER: FORT WORTH I.S.D NORTH 100 N. UNIVERSITY DR. NOT TO SCALE ROSEMONT MIDDLE SCHOOL FORT WORTH, TX DATE: 7/2/2024 PHONE #: 817-814-2062 IPRC24-0012 CPN 105415 t , �•�•J Phone (817) 412-7155 4060 Bryant Irvin Road Fort Worth, TX 76109 Westmodps - Westwood Profmk-11rvi Seces, Inc. W. SEMINARY DRIVE l I �I PROPOSED 12" WATER LINE I � EXISTING W. BEDDELL STREET 8" WATER LINE / EXW EXW EXW EXW EXW EXW EXW M �I I I I I LEGEND PROPOSED WATER LINE EXW - EXW EXISTING WATER LINE EX W EXISTING 12" WATER LINE M X3 IPRC24-0012 EXHIBIT A - WATER IMPROVEMENTS (CITY PARTICIPATION) CPN 105415 ?j- OWNER: Westwood 0 NORTH 2O0' FORT WORTH I.S.D. Phune (817(412.7155 4060BryR,,tI IFRoad Fort Worth, TX 76109 100 N. UNIVERSITY DR. ROSEMONT MIDDLE SCHOOL FORT WORTH, TX°°°°^ GRAPHIC SCALE DATE: 11/22/2024 PHONE#: 817-814-2062 T7PlV lSFIRM INNOEGISTP0:!ON NO F 1 1 hC W. SEMINARY DRIVE PROPOSED J 8" SANITARY SEWER TO BE REMOVED AND REPLACED u W. BEDDELL STREET EXISTING 8" I I� CONNECT TO SANITARY 5 EXISTING SEWER TO BE k+� I I MANHOLE ABANDONED F PROPOSED l c w w 8" SANITARY Z 7 ­1 SEWER EXISTING 8" SANITARY SEWER TO ` REMAIN AND BECOME PRIVATIZED i i i i i i EXISTING 8" SANITARY SEWER TO BE ABANDONED EX SS E%SS — EX SS EX SSi rl PROPOSED > I 8" SANITARY = I I SEWER LEGEND s PROPOSED SANITARY SEWER LINE CITY PARTICIPATION t PROPOSED SANITARY SEWER LINE BY DEVELOPER EX SS e EXSS EXISTING SANITARY SEWER LINE xlv-,-1 SANITARY SEWER LINE TO BE ABANDONED BY DEVELOPER NOTES: 1. ALL PROPOSED SANITARY SEWER LINES ARE 8" UNLESS OTHERWISE NOTED. 2. ALL SANITARY SEWER MANHOLES ARE 4' DIA UNLESS OTHERWISE NOTED. EXHIBIT Al 0 NORTH 2O0' GRAPHIC SCALE -PROPOSED 8" SANITARY SEWER - SEWER IMPROVEMENTS (CITY PARTICIPATION) OWNER: FORT WORTH I.S.D ROSEMONT MIDDLE SCHOOL 10FO TWOR HI,TDR. DATE: 11 /22/2024 PHONE #: 817-814-2062 IPRC24-0012 CPN 105415 Westwood Phone 1.111412-1166 4060 Bryant Irvin Road Fort Worth, TX 76109 p— W G o" $ervktl. ILL W. SEMINARY DRIVE x JBOX EX. 33" RCP 42" RCP JBOX 42" RCP EX. 36" RCP s- 30" RCP - 20' INL 42" RCP 18" RCP 42_RCP — — JBOX �5'X5' JB JBOX 18" RCP LEGEND t PROPOSED STORM DRAIN INLET — — --7— — EXISTING STORM DRAIN INLET = PROPOSED STORM DRAIN JUNCTION BOX (JBOX) EXHIBIT B1 - STORM IMPROVEMENTS l'-"j OWNER: 0 NORTH 2O0' FORT WORTH I.S.D N. ROSEMONT MIDDLE SCHOOL 10FORT WOR HI,TXR GRAPHIC SCALE DATE: 11/5/2024 PHONE #: 817-814-2062 /I- JBOX w l I Z) 42" RCP >1 _� F- co JBOX ' �l_1�1��Y•�M 42" RCP W. BEDDELL ST. I PRC24-0012 CPN 105415 = 7777 Phone (817) 412-7155 4060 Bryant Irvin Road Fort Worth, TX 76109 —Mimd wm WenwoodGProfmlo l 5"ry m Inc. 00 42 43 DAP - BID PROPOSAL SECTION 00 42 43 Page I of Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Developer's Quantiy and Cost City's Quantity and Cost Bidlist Iteml Description I Specification I Unit of Bid I Unit Price I Bid Value Bid Quantity I Unit Price l Bid Value No. Section No. Measure Quantity UNIT I: WATER IMPROVEMENTS 1 0241.1305 Remove 12" Water Valve 0241 14 EA 0.00 0.00 0.00 2 $1,975.00 $3,950.00 2 3201.0127 10' Wide Asphalt Pvmt Repair, Arterial 3201 17 LF 0.00 0.00 0.00 66 $123.26 $8,135.16 3 3201.0614 Cone Pvmt Repair, Residential 3201 29 SY 0.00 0.00 0.00 75 $324.00 $24,300.00 4 3305.0109 Trench Safety 33 05 10 LF 0.00 0.00 0.00 102 $15.50 $1,581.00 5 3311.0461 12" PVC Water Pipe 3311 12 LF 0.00 0.00 0.00 102 $324.73 $33,122.46 6 3312.0002 Water Sampling Station 33 12 50 EA 0.00 0.00 0.00 1 $6,400.00 $6,400.00 7 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 0.00 0.00 0.00 2 $7,225.00 $14,450.00 8 3312.3005 12" Gate Valve 33 12 20 EA 0.00 0.00 0.00 2 $5,980.00 $11,960.00 9 3471.0001 Traffic Control 3471 13 MO 0.00 0.00 0.00 3 $15,000.00 $45,000.00 Developer Sub -Total 0.00 City Sub -Total $148,898.62 TOTAL UNIT I: WATER IMPROVEMENTSI $148,898.62 UNIT II: SANITARY SEWER IMPROVEMENTS 1 0241.2013 Remove 8" Sewer Line 0241 14 LF 48 $77.88 $3,738.24 0.00 0.00 0.00 2 0241.2001 Sanitary Line Grouting 0241 14 CY 9 $320.00 $2,880.00 0.00 0.00 0.00 3 0241.2103 8" Sewer Abandonment Plug 0241 14 EA 3 $280.00 $840.00 0.00 0.00 0.00 4 0241.2201 Remove 4' Sewer Manhole 0241 14 EA 1 $3,050.00 $3,050.00 1 $3,050.00 $3,050.00 5 3201.0127 10' Wide Asphalt Pvmt Repair, Arterial 3201 17 LF 1235 $123.26 $152,226.10 340 $123.26 $41,908.40 6 3201.0614 Cone Pvmt Repair, Residential 3201 29 SY 1622 $170.00 $275,740.00 0.00 0.00 0.00 7 3216.0101 6" Cone Curb and Gutter 32 16 13 LF 515 $12.50 $6,437.50 0.00 0.00 0.00 8 3291.0100 Topsoil 329119 CY 410 $110.00 $45,100.00 64 $110.00 $7,040.00 9 3292.0100 Block Sod Placement 32 92 13 SY 1230 $7.00 $8,610.00 190 $7.00 $1,330.00 10 3301.0002 Post -CCTV Inspection 3301 31 LF 2207 $3.20 $7,062.40 335 $3.20 $1,072.00 11 3301.0101 Manhole Vacuum Testing 3301 30 EA 14 $300.00 $4,200.00 2 $300.00 $600.00 12 3305.0109 Trench Safety 33 05 10 LF 2207 $12.00 $26,484.00 335 $12.00 $4,020.00 13 3305.0112 Concrete Collar for Manhole 33 05 17 EA 3 $755.00 $2,265.00 2 $755.00 $1,510.00 14 3305.0113 Trench Water Stops 33 05 15 EA 6 $3,200.00 $19,200.00 1 $3,200.00 $3,200.00 15 3305.1003 20" Casing By Open Cut 33 05 22 LF 93 $591.40 $55,000.20 0.00 0.00 0.00 16 3331.4115 8" Sewer Pipe 3311 10,33 LF 2008 $368.35 $739,646.80 335 $368.35 $123,397.25 17 3331.4116 8" Sewer Pipe, CSS Backfill 3311 10,33 LF 60 $374.73 $22,483.80 0.00 0.00 0.00 18 3331.4119 8" DIP Sewer Pipe 3311 10 LF 79 $366.05 $28,917.95 0.00 0.00 0.00 19 3331.4120 8" DIP Sewer Pipe, CSS Backfill 3311 10 LF 60 $383.05 $22,983.00 0.00 0.00 0.00 20 3339.0001 Epoxy Manhole Liner 33 39 60 VF 193 $380.00 $73,340.00 29 $380.00 $11,020.00 21 3339.1001 4' Manhole 33 39 10, 33 EA 12 $21,850.00 $262,200.00 0.00 0.00 0.00 22 3339.1002 4' Drop Manhole 33 39 10, 33 EA 2 $27,280.00 $54,560.00 2 $27,280.00 $54,560.00 23 3339.1003 4' Extra Depth Manhole 33 39 10, 33 VF 144 $350.00 $50,400.00 17 $350.00 $5,950.00 24 3471.0001 Traffic Control 3471 13 MO 4 $15,000.00 $60,000.00 0.00 0.00 0.00 25 9999.0001 Pavement Marking Replacement 32 17 23 LS 1 $8,000.00 $8,000.00 0.00 0.00 0.00 Developer Sub -Total $1,935,364.99 City Sub -Total $258,657.65 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $2,194,022.64 CITY OF FORT WORTH Rosemont Middle School STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS City Project No. 105415 Form Version May 22, 2019 0042 43_Bid Proposal_ DAP_Rosemont-V3.xlsx UNIT PRICE BID Project Item Information Bidlist Item) No. Description SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Developer's Quandy and Cost Specification I Unit of Bid I Unit Price I Bid Value Section No. Measure Quantity 00 42 43 DAP - BID PROPOSAL Page 2 of 2 Bidder's Application City's Quantity and Cost Bid Quantity I Unit Price I Bid Value UNIT III: DRAINAGE IMPROVEMENTS 1 3305.0109 Trench Safety 33 05 10 LF 1824 $10.00 $18,240.00 0.00 0.00 0.00 2 3125.0101 SWPPP 2 1 acre 31 25 00 LS 1 $1,250.00 $1,250.00 0.00 0.00 0.00 3 3201.0127 10' Wide Asphalt Pvmt Repair, Arterial 3201 17 LF 66 $123.26 $8,135.16 0.00 0.00 0.00 4 3201.0614 Conc Pvmt Repair, Residential 3201 29 SY 1757 $165.00 $289,905.00 0.00 0.00 0.00 5 3341.0103 18" RCP, Class III 3341 10 LF 46 $243.55 $11,203.30 0.00 0.00 0.00 6 3341.0302 30" RCP, Class III 3341 10 LF 44 $261.55 $11,508.20 0.00 0.00 0.00 7 3341.0402 42" RCP, Class III 3341 10 LF 1824 $397.20 $724,492.80 0.00 0.00 0.00 8 3349.0002 5' Storm Junction Box 33 49 10 EA 5 $10,795.00 $53,975.00 0.00 0.00 0.00 9 3349.0003 6' Storm Junction Box 33 49 10 EA 2 $19,130.00 $38,260.00 0.00 0.00 0.00 10 3349.5003 20' Curb Inlet 33 49 20 EA 1 $13,330.00 $13,330.00 0.00 0.00 0.00 Developer Sub -Total $1,170,299.46 City Sub -Total 0.00 TOTAL UNIT III: DRAINAGE IMPROVEMENTS $1,170,299.46 Bid Summary Developer Cost City Participation Cost UNIT I: WATER IMPROVEMENTS 0.00 $148,898.62 UNIT II: SANITARY SEWER IMPROVEMENTS $1,935,364.99 $258,657.65 UNIT III: DRAINAGE IMPROVEMENTS $1,170,299.46 0.00 SubTotal Bids $3,105,664.45 $407,556.27 Total Construction Bid $3,513,220.72 This Bid is submitted by the entity named below: BIDDER: BY: Cole er REEDER General 6600 Hawks Creek Ave. TI ent Ft. Worth, Tx 76114 DATE: 11.21.2024 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. END OF SECTION 220 working days after the date when the CITY OF FORT WORTH Rosemont Middle School STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS City Project No. 105415 Form Version May 22, 2019 0042 43_Bid Proposal_ DAP_Rosemont-V3.xlax City of Fort Worth, Texas Mayor and Council Communication DATE: 12/10/24 M&C FILE NUMBER: M&C 24-1133 LOG NAME: 60ROSEMONT MS WATER & SEWER REPLACMENT SUBJECT (CD 9) Authorize Execution of an Interlocal Agreement with Fort Worth Independent School District, with City Participation in the Amount Not to Exceed $443,413.95 for Replacing an Existing 8-Inch Vitrified Clay Pipe Sewer Main with a 8-Inch Polyvinyl Chloride Sewer Main and an Existing 12-Inch Cast Iron Pipe Water Main with a 12-Inch Polyvinyl Chloride Water Main Located in South Fort Worth, and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2025-2029 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize the execution of an interlocal agreement with Fort Worth Independent School District, with City participation in the amount not to exceed $443,413.95 for replacing an existing 8-inch vitrified clay pipe with an 8-inch polyvinyl chloride sewer main and an existing 12-inch cast iron pipe water main with a 12-inch polyvinyl chloride water main located in south Fort Worth; and 2. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Water & Sewer Revenue Bonds Series 2024 Fund by increasing estimated receipts and appropriations in the Community Facilities Agreement Bucket programmable project (City Project No.P00001) in the amount of $524,926.00 and decreasing estimated receipts and appropriations in the Commercial Paper project (City Project No. UCMLPR) by the same amount for the purpose of funding the Community Facilities Agreement — CFA Rosemont Middle School project (City Project No. 105415) and to effect a portion of Water's contribution to the Fiscal Years 2025-2029 Capital Improvement Program. DISCUSSION: Fort Worth Independent School District, (Developer) is constructing an additional building at Rosemont Middle School located west of Sixth Avenue and south of West Seminary Drive. The Water Department desires to participate in the project to replace approximately 335 linear feet of existing 8-inch vitrified clay pipe sewer main with an 8-inch polyvinyl chloride sewer main. The Water Department also desires to replace approximately 102 linear feet of existing 12-inch cast iron pipe water main with a 12-inch polyvinyl chloride pipe water main. The City will pay 100% of the cost for replacing the existing 8-inch sewer main and 12-inch water main. Rosemont Middle School project is assigned City Project No. 105415 and Accela System Record Infrastructure Plan Review Center (IPRC) Number IPRC24-0012. Fort Worth Independent School District has publicly bid the project. The City's cost participation in the replacement of the sewer and water main is estimated to be in an amount not to exceed $443,413.95 as shown in the table below. Payments to the Developer are estimated to be $407,556.27 for construction costs, $8,151.13 for material testing costs, $1,161.00 for IPRC fees, and $10,700.00 for design services. The City's cost participation also includes $15,845.55 to cover the City's portion of construction inspection service fees, administrative material testing fees, and water lab fees. An additional $81,511.25 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. Construction Developer City Cost Total Cost cost 1. Water $0.00 $148,898.62 $148,898.62 2. Sewer$1,935,364.99 $258,657.65 $2,194,022.64 Contingency $0.00 $81,511.25 $81,511.25 3. Drainage $1,170,299.46 $0.00$1,170,299.46 B. Inspections & Testing (220 days) 1. Construction Inspection Fee 2. Admin Material Testing Fee 3. Water Lab Fee 4. Material Testing Cost Contingency C. IPRC Plan Review Fees (revision) D. Design Fees Total Project Cost $77,962.50 $14,850.00 $92,812.50 $4,685.20 $826.80 $5,512.00 $0.00 $168.75 $168.75 $0.00 $8,151.13 $8,151.13 $0.00 $1,161.00 $1,161.00 $0.00 $10,700.00 $10,700.00 $3,188,312.15 $524,925.20 $3,713,237.35 *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 (FY), instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. 60ROSEMONT MS WATER SEWER REPLACEMENT Capital Project Name FY2025 CIP Authority Budget Change Revised Fund Name FY2025 56022 - 105415 - CFA- W&S Rev Rosemont Middle Bonds School Series 2024 Appropriations $0.00 This M&C (Increase/Decrease) Budget $524,926.00 $524,926.00 Funding is available in the CommercialPaper project within the W&S Rev Bonds Series 2024 Fund for the purpose of funding the CFA- Rosemont Middle School project. Funding for the Community Facility Agreement (CFA) — Rosemont Middle School project as depicted in the table below: Fund Existing Additional Project Total* Appropriations Appropriations W&S Rev Bonds Series 2024 - $0.00 $524,926.00 $524,926.00 Fund 56022 Project Total $0.00 $524,926.00 $524,926.00 *Numbers rounded for presentation purposes. BUSINESS EQUITY- A goal is not required under Business Equity Ordinance 25165-102021 when City spending participation on Community Facilities Agreements is less than $1,000,000.00 dollars. This project is located in COUNCIL DISTRICT 9. A Form 1295 is not required because: This contract will be with a governmental entity, state agency or public institution of higher education: FORT WORTH INDEPENDENT SCHOOL DISTRICT FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are currently available in the Commercial Paper project within the W&S Rev Bonds Series 2024 Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in W&S Rev Bonds Series 2024 Fund for the CFA-Rosemont Middle School 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 bv: William Johnson 5806 Oriainatina Business Unit Head: Chris Harder 5020 Additional Information Contact: Suby Varguhese 8009 Melissa Harris 8428 Expedited