HomeMy WebLinkAboutR2025-008 20250127RESOLUTION NO. R2025-8
A Resolution of the City Council of the City of Pearland, Texas, authorizing an
Advanced Funding Agreement with the State of Texas, in the amount of
$6,342,282.00, for the voluntary utility relocation contribution associated with
the FM 518 Widening and Reconstruction Project (SH 288 to Old Chocolate
Bayou); and authorizing the City Manager or his designee to enter into a
Reimbursement Agreement between the City and the Pearland Economic
Development Corporation (PEDC) as it relates to the Project.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS:
Section 1. That certain Advance Funding Agreement by and between the City of
Pearland and the State of Texas, a copy of which is attached and made a part hereof for all
purposes, is hereby authorized and approved.
Section 2. That the City Manager or his designee is hereby authorized to execute and
the City Secretary to attest an Advance Funding Agreement with the State of Texas, for the
voluntary utility relocation contribution associated with the FM 518 Widening and Reconstruction
Project (SH 288 to Old Chocolate Bayou) and enter into a related Reimbursement Agreement with
the PEDC.
PASSED, APPROVED and ADOPTED this the 27th day of January, A.D., 2025.
_________________________________
J.KEVIN COLE
MAYOR
ATTEST:
________________________________
FRANCES AGUILAR, TRMC, MMC
CITY SECRETARY
APPROVED AS TO FORM:
________________________________
DARRIN M. COKER
CITY ATTORNEY
Docusign Envelope ID: 4B59CF15-3263-4904-93FC-DCD3C2ED4CA8
CCSJ #_3416-01-012
RCSJ #_3416-01-014
AFA CSJ #_3416-01-012__
Utility ID: U00016439
District #_12 AFA ID Z00010600
Code Chart 64 #_32150
Project: FM 518 from SH 288 to FM 865
AFA Utility Page 1 of 5 Revised 04/18/2023
STATE OF TEXAS §
COUNTY OF TRAVIS §
ADVANCE FUNDING AGREEMENT FOR VOLUNTARY UTILITY RELOCATION
CONTRIBUTIONS ON STATE HIGHWAY IMPROVEMENT PROJECTS
THIS AGREEMENT is made by and between the State of Texas, acting through the Texas
Department of Transportation (“State”) and City of Pearland (“Utility”),
WITNESSETH
WHEREAS, Transportation Code, Chapters 201, 221, and 361, authorize the State to lay out,
construct, maintain, and operate a system of streets, roads and highways that comprise the State
Highway System; and,
WHEREAS, Transportation Code, Chapter 203, Subchapter E, Transportation Code §203.092
authorizes the State to regulate the placement of public utility facilities along a state highway; and,
WHEREAS, Texas Transportation Commission Minute Order Number 116752 authorizes the State
to undertake and complete a highway improvement generally described as: the reconstruction and
widening of FM 518 from SH 288 to FM 865 (“Project”); and,
WHEREAS, Utility possesses facilities that are affected by the above mentioned highway
improvement and Utility, and the State agrees that it is more economical or efficient for such
relocation to be effected by including said contract in the State’s highway construction contract;
NOW THEREFORE, in consideration of the premises and of the mutual covenants and
agreements of the parties hereto, to be by them kept and performed as hereaft er set forth, the
State and Utility do agree as follows:
AGREEMENT
1. Time Period Covered
This agreement becomes effective when signed by the last party whose signing makes the
agreement fully executed, and the State and Utility will consider it to be in full force and effect
until the Project described in this agreement has been completed and accepted by all parties or
unless terminated, as provided.
2. Project Funding and Work Responsibilities
A. The State will authorize the performance of only those Project items of work which are
eligible for relocation reimbursements or for which Utility has requested and has agreed to
pay for as described in Attachment A - Payment Provision and Work Responsibilities, which
is attached to and made a part of this contract. In addition to identifying those items of work
Docusign Envelope ID: B15B5886-9A33-4EAD-AF00-E80879973174
CCSJ #_3416-01-012
RCSJ #_3416-01-014
AFA CSJ #_3416-01-012__
Utility ID: U00016439
District #_12 AFA ID Z00010600
Code Chart 64 #_32150
Project: FM 518 from SH 288 to FM 865
AFA Utility Page 2 of 5 Revised 04/18/2023
to be paid for by payments to the State, Attachment A - Payment Provision and Work
Responsibilities, also specifies those Project items of work that are the responsibility of
Utility and will be carried out and completed by Utility, at no cost to the State . The Utility
shall be responsible for costs that are shown on Attachment B, Estimated Utility Costs,
which is attached to and made a part of this agreement.
B. If the Utility will perform any work under this contract for which reimbursement will be
provided by or through the State, the Utility must complete training before a letter of
authority is issued. Training is complete when at least one individual who is working
actively and directly on the Project successfully completes and receives a certificate fo r the
course entitled Local Government Project Procedures and Qualification for the Texas
Department of Transportation. The Utility shall provide the certificate of qualification to the
State. The individual who receives the training certificate may be an employee of the Utility
or an employee of a firm that has been contracted by the Utility to perform oversight of the
Project. The State in its discretion may deny reimbursement if the Utility has not designated
a qualified individual to oversee the Project.
C. Payment under this contract beyond the end of the current fiscal biennium is subject to
availability of appropriated funds. If funds are not appropriated, this contract shall be
terminated immediately with no liability to either party.
3. Termination
A. This agreement may be terminated in the following manner:
1. By mutual written agreement and consent of both parties;
2. By either party upon the failure of the other party to fulfill the obligations set forth in this
agreement; or
3. By the State if it determines that the performance of the Project or utility work is not in
the best interest of the State.
B. If the agreement is terminated in accordance with the above provisions, Utility will be
responsible for the payment of Project costs incurred by the State on beha lf of Utility up to
the time of termination.
4. Right of Access
If Utility is the owner of any part of the Project site, Utility shall permit the State or its authorized
representative access to the site to perform any activities required to execute the work.
5. Adjustments Outside the Project Site
Utility will provide for all necessary right of way and utility adjustments needed for performance
of the work on sites not owned or to be acquired by the State.
6. Responsibilities of the Parties and Indemnity
Utility acknowledges that it is not an agent, servant, employee of the State, nor is it engaged in
a joint enterprise, and it is responsible for its own acts and deeds and for those of its agents or
employees during the performance of the work on the Project. To the extent permitted by law,
Docusign Envelope ID: B15B5886-9A33-4EAD-AF00-E80879973174
CCSJ #_3416-01-012
RCSJ #_3416-01-014
AFA CSJ #_3416-01-012__
Utility ID: U00016439
District #_12 AFA ID Z00010600
Code Chart 64 #_32150
Project: FM 518 from SH 288 to FM 865
AFA Utility Page 3 of 5 Revised 04/18/2023
Utility agrees to indemnify and hold harmless the State, its agents and employees, from all
suits, actions, or claims and from all liability and damages for any and all injuries or damages
sustained by any person or property in consequence with the performance of design,
construction, maintenance, or operation of the Utility facility. Such indemnity includes but is not
limited to any claims or amounts arising or recovered under the “Worker’s Compensation Law”,
the Texas Tort Claims Act, Chapter 101, Texas Civil Practice and Remedies Code; or any other
applicable laws or regulations, all as time to time may be amended.
7. Sole Agreement
In the event the terms of the agreement are in conflict with the provisions of any other existing
agreements between Utility and the State, the latest agreement shall take precedence over the
other agreements in matters related to the Project.
8. Successors and Assigns
The State and Utility each binds itself, its successors, executors, assigns, and administrators to
the other party to this agreement and to the successors, executors, assigns, and administrators
of such other party in respect to all covenants of this agreement.
9. Amendments
By mutual written consent of the parties, the scope of work and payment provisions of this
agreement may be amended prior to its expiration.
10. Inspection and Conduct of Work
Unless otherwise specifically stated in Attachment A - Payment Provision and Work
Responsibilities, to this contract, the State will supervise and inspect all work performed
hereunder and provide such engineering inspection and testing services as may be required to
ensure that the Project is accomplished in accordance with the approved plans and
specifications. All correspondence and instructions to the contractor performing the work will
be the sole responsibility of the State. Unless otherwise specifically st ated in Attachment A to
this contract, all work will be performed in accordance with the Utility Accommodation Rules as
set forth in 43 Texas Administrative Code §21.31 et. seq. adopted by the State and
incorporated in this agreement by reference, or special specifications approved by the State.
11. Maintenance
Upon completion of the Project, Utility will assume responsibility for the maintenance of the
completed Utility facility unless otherwise specified in Attachment A to this agreement.
12. Notices
All notices to either party by the other required under this agreement shall be delivered
personally or sent by certified or U.S. mail, postage prepaid, addressed to such party at the
following addresses:
Docusign Envelope ID: B15B5886-9A33-4EAD-AF00-E80879973174
CCSJ #_3416-01-012
RCSJ #_3416-01-014
AFA CSJ #_3416-01-012__
Utility ID: U00016439
District #_12 AFA ID Z00010600
Code Chart 64 #_32150
Project: FM 518 from SH 288 to FM 865
AFA Utility Page 4 of 5 Revised 04/18/2023
Utility:
City Manager
City of Pearland
3519 Liberty Drive
Pearland, Texas 77581
State:
Director of Contract Services
Texas Department of Transportation
125 E. 11th Street
Austin, Texas 78701
All notices shall be deemed given on the date so delivered or so deposited in the mail, unless
otherwise provided in this agreement. Either party may change the above address by sending
written notice of the change to the other party. Either party may request in writing that such
notices shall be delivered personally or by certified U.S. mail and such request shall be
honored and carried out by the other party.
13. State Auditor
The state auditor may conduct an audit or investigation of any entity receiving funds from the
State directly under this contract or indirectly through a subcontract under this contract.
Acceptance of funds directly under this contract or indirectly through a subcontract under this
contract acts as acceptance of the authority of the state auditor, under the direction of the
legislative audit committee, to conduct an audit or investigation in connection with those funds.
An entity that is the subject of an audit or investigation must provide the state auditor with
access to any information the state auditor considers relevant to the investigation or audit.
14. Signatory Warranty
Each signatory warrants that the signatory has necessary authority to execute this agreement
on behalf of the entity represented.
15. Access to Information
The Utility is required to make any information created or exchanged with the state pursuant to
this contract, and not otherwise excepted from disclosure under the Texas Public Information
Act, available in a format that is accessible by the public at no additional charge to the state.
Docusign Envelope ID: B15B5886-9A33-4EAD-AF00-E80879973174
CCSJ #_3416-01-012
RCSJ #_3416-01-014
AFA CSJ #_3416-01-012__
Utility ID: U00016439
District #_12 AFA ID Z00010600
Code Chart 64 #_32150
Project: FM 518 from SH 288 to FM 865
AFA Utility Page 5 of 5 Revised 04/18/2023
Each party is signing this agreement on the date stated under that party’s signature.
THE UTILITY
_________________________________
Signature
_________________________________
Typed or Printed Name
_________________________________
Title
_________________________________
Date
THE STATE OF TEXAS
_________________________________
Signature
_________________________________
Typed or Printed Name
_________________________________
Title
_________________________________
Date
Docusign Envelope ID: B15B5886-9A33-4EAD-AF00-E80879973174
City Manager
1/28/2025
Trent Epperson
Thomas Allbritton
1/28/2025
District Engineer
CCSJ #_3416-01-012
RCSJ #_3416-01-014
AFA CSJ #_3416-01-012__
Utility ID: #U00016439
District #_12 AFA ID Z00010600
Code Chart 64 #_32150_
Project: FM 518 from SH 288 to FM 865
AFA Utility Page 1 of 3 Attachment A 4/18/2023
ATTACHMENT A
PAYMENT PROVISION AND WORK RESPONSIBILITIES
1. Description of the Work Items
The parties agree that the existing sanitary sewer and waterline shall be relocated and
adjustments shall be made along FM 518 from SH 288 to FM 865. The sanitary sewer and
waterline facilities shall be owned, operated, and maintained by Utility from and after
completion and final acceptance by the State and Utility. The estimated total construction cost
for the relocated and adjusted facilities is $6,342,282.00. The parties agree that it is their intent
to complete the relocation improvements within this estimate of cost.
2. Actual Cost Agreement
Utility will be responsible for paying all costs associated with the planning, specification, and
estimate (PS&E) development, and construction of the proposed utility work to the extent such
is not reimbursed pursuant to state law. All the costs associated with construction of the
sanitary sewer and waterline items for the Project shall be provided as defined under the
Standard Utility Agreement, Utility Joint Use Agreement, and/or the Agreement to Contribute
Funds executed between the State and Utility.
3. Schedule of Payments
A. At least forty-five (45) days prior to the date set for receipt of the construction bids, the Utility
shall remit its remaining financial share for the State’s estimated construction oversight and
construction costs. Utility must advance to the State one hundred percent (100 %) of its
share of the estimated Project utility construction costs. The amount to be advanced for the
utility improvements is estimated to be $6,342,282.00 (See Attachment B – Estimated Utility
Costs)
B. In the event the State determines that additional funding is required by the Utility at any time
during the Project, the State will notify the Utility in writing. The Utility is responsible for one
hundred percent (100%) of the authorized project cost and any overruns. The Utility will
make payment to the State within thirty (30) days from receipt of the State’s written
notification.
C. Whenever funds are paid by the Utility to the State under this agreement, the Utility will
remit a warrant made payable to the “Texas Department of Transportation.” The warrant
will be deposited by the State and managed by the State. Until the final Project accounting,
funds may only be applied by the State to the Project.
D. Upon completion of the Project, the State will perform an audit of the Project costs. Any
funds due by the Utility, the State, or the Federal Government will be promptly paid by the
owing party.
4. Work Responsibilities
A. The Utility shall provide the following services under this contract:
i. Responsible for engaging the services of a Texas Registered Professional Engineer to
prepare drawings and technical specifications for sanitary sewer and waterline
relocations and adjustments along FM 518 from SH 288 to FM 865.
Docusign Envelope ID: B15B5886-9A33-4EAD-AF00-E80879973174
CCSJ #_3416-01-012
RCSJ #_3416-01-014
AFA CSJ #_3416-01-012__
Utility ID: #U00016439
District #_12 AFA ID Z00010600
Code Chart 64 #_32150_
Project: FM 518 from SH 288 to FM 865
AFA Utility Page 2 of 3 Attachment A 4/18/2023
ii. Provide the plans and specif ications to the State to include in the current planning
specifications and estimate package being prepared by representatives of the Texas
Department of Transportation’s Brazoria Area Office.
iii. Secure all necessary permitting as may be required for the ins tallation of the sanitary
sewer and waterline.
iv. Arrange and coordinate with the contractor, through the State, materials and
equipment testing, rejection of all work not conforming to minimum requirements of the
construction contract documents, maintenance of the proposed sanitary sewer and
waterline during construction, and the relocation of sanitary sewer and waterline and
connection of services to customers.
v. Advise the State of work that Utility determines should be corrected or rejected.
vi. Arrange, observe, and inspect all acceptance testing and notify the State of the results
of these activities.
vii. Provide inspection services for the construction, notify the State of defects and
deficiencies in the work, and observe actions of the con tractor to correct such defects
and deficiencies.
viii. Assume all responsibility for the maintenance of the existing sanitary sewer and
waterline during and upon completion of the construction contract.
ix. Ensure all Texas Commission on Environmental Quality and all other regulatory rules,
regulations and laws are strictly adhered to.
x. Prepare and submit both a certificate of substantial completion and a list of observed
items requiring completion or correction for the relocations and adjustments to the
Project Engineer for concurrence.
xi. Coordinate all construction activities performed by Utility’s staff for the relocations and
adjustments through the Project Engineer.
B. The State shall provide the following services under this contract:
i. Combine the sanitary sewer and waterline relocation and adjustment plans with the
plans being prepared for the Project.
ii. Review and approve the final construction plans prior to any construction -related
activities. In order to ensure federal and/or state funding eligibility, projects mus t be
authorized by the State prior to advertising for construction.
iii. Advertise for construction bids, issue bid proposals, receive and tabulate the bids , and
award and administer the contract for construction of the Project.
iv. Negotiate and administer all field changes and change orders required for the Project.
All change orders increasing construction costs for Utility’s Project shall be submitted
to Utility for review and approval together with an evaluation. Utility agrees to review
and either approve or disapprove all change orders within five (5) business days after
receipt of such order unless Utility Board’s approval is necessary in which case Utility
shall bring the item to Utility Board as soon as reasonably possible.
v. Provide overall project management to supervise the day-to-day activities of the
construction and monitor the activities of the contractor to promote the timely and
Docusign Envelope ID: B15B5886-9A33-4EAD-AF00-E80879973174
CCSJ #_3416-01-012
RCSJ #_3416-01-014
AFA CSJ #_3416-01-012__
Utility ID: #U00016439
District #_12 AFA ID Z00010600
Code Chart 64 #_32150_
Project: FM 518 from SH 288 to FM 865
AFA Utility Page 3 of 3 Attachment A 4/18/2023
efficient completion of the Project in accordance with the approved Plans and
Specifications and construction schedule.
vi. Conduct field observations and coordinate with Utility’s inspectors and the contractor to
cure defects and deficiencies in the construction prior to final acceptance.
vii. Make timely payment to the contractor for work performed in connection with the
Project.
viii. Ensure access and permit Utility’s inspectors and other authorized representatives to
inspect the sanitary sewer and waterline construction at all times.
ix. Conduct and coordinate final inspection of the Project in the presence o f Utility’s
Engineer and Inspector, transmit final list of items to be completed or repaired and
observe contractor correction of same.
x. Maintain job file.
Docusign Envelope ID: B15B5886-9A33-4EAD-AF00-E80879973174
CCSJ #_3416-01-012
RCSJ #_3416-01-014
AFA CSJ #_3416-01-012__
Utility ID: U00016439
District #_12 AFA ID Z00010600
Code Chart 64 #_32150__
Project: FM 518 from SH 288 to FM 865
AFA Utility Page 1 of 1 Attachment B
ATTACHMENT B
ESTIMATED UTILITY COSTS
Based on various calculations, following are those amounts due and payable for Utility’s costs
associated with this project.
Total Estimated Costs
$6,342,282.00
Less Betterment Amount Due from Utility
$0
Amount of total utility relocation Costs
$6,342,282.00
Estimated Amount Eligible for Reimbursement
(Calculated eligibility Ratio – 0 %)
$0
Amount of Utility Adjustment Due from Utility
$6,342,282.00
Estimated amount to be included in Construction Agreement
A. Betterment $0
B. Utility Adjustment $6,342,282.00
GRAND TOTAL $6,342,282.00
Betterment Ratio Calculation
Estimated Betterment Costs
1. $0
2. $0
Betterment Calculation:
Total Costs of Betterment (Estimated) - $ 0 ______
Total Costs of Project (Estimated) - $6,342,282.00
Betterment Percentage for final cost determination: .0% of final cost of relocation
Determination of Betterment – Comparison of estimated cost to replace “as is” versus
estimated costs associated with the betterment.
Item A: NA
Item B: NA
Docusign Envelope ID: B15B5886-9A33-4EAD-AF00-E80879973174
REIMBURSEMENT AGREEMENT
FM 518 / BROADWAY RECONSTRUCTION PHASE I
WATER AND SANITARY SEWER RELOCATION CONSTRUCTION
This Agreement is entered into this 27th day of January , 2025, by and between the CITY
OF PEARLAND, TEXAS (hereinafter 'City"), and the Pearland Economic Development
Corporation (hereinafter "PEDC").
WHEREAS, the PEDC is a Type B economic development corporation, created
pursuant to Chapter 505 of the Texas Local Government Code, as amended; and
WHEREAS, the PEDC previously approved a Broadway Corridor Development Plan
(hereinafter, 'Plan') consisting of a variety of recommended mobility, infrastructure,
economic development and corridor appearance improvements intended to support the
Pearland Prosperity Strategic Plan's goal of enhancing the appearance of the FM 518 /
Broadway Corridor in order to sustain its economic prosperity and
WHEREAS, the City, PEDC, and Texas Department of Transportation (TxDOT) desire
the construction of Phase I of the FM 518 / Broadway Reconstruction improvements
between SH 288 and Old Chocolate Bayou (hereinafter "Improvements"); and
WHEREAS, TxDOT has entered contracts for the design of the Improvements along the
FM 518 / Broadway corridor that incorporate recommendations from the Plan; and
WHEREAS, the City is responsible for designing and relocating the water and sanitary
sewer facilities in conflict with the Improvements; and
WHEREAS, the City entered into an Advance Funding Agreement with TxDOTforTxDOT
for reconstruction of the water and sanitary sewer facilities in conflict with the
Improvements (hereinafter "Utility Relocation"); and
WHEREAS, Section 501.103 of the Texas Local Government Code (hereinafter "Code"),
in pertinent part, defines the term "project" to mean "expenditures that are found by the
board of directors to be required or suitable for infrastructure necessary to promote or
develop new or expanded business enterprises, limited to: (1) streets and roads, rail
spurs, water and sewer utilities, electric utilities, or gas utilities, drainage site
improvements, and related improvements; (2) telecommunications and Internet
improvements ..."; and
WHEREAS, PEDC desires to fund the City's cost for TxDOT to perform the Utility
Relocation; and
WHEREAS, PEDC approved funding the City's cost of the Utility Relocation in Phase I of
the FM 518 / Broadway Reconstruction project at its January 16, 2025 Board of Directors'
meeting; and
t
WHEREAS, City and PEDC desire an agreement to set forth their respective
responsibilities with regard to the Utility Relocation.
WITNESSETH:
NOW THEREFORE, in consideration of the foregoing premises and other good and
valuable consideration the receipt and sufficiency of which is hereby acknowledged, it is
hereby agreed as follows:
1. The cost of the construction for the Utility Relocation in Phase I of the 518 /
Broadway Reconstruction project is estimated to be $6 342,282.00 ("City
Participation") as itemized in, Exhibit "A" hereto attached. PEDC shall fund an
amount equal to the City's Participation, which shall be paid to City in installments
o r a lump sum amount. The timing and amount of the payment shall be determined
at sole discretion of the City, but in no event shall the total payments exceed the
City Participation amount.
2. The initial term of this Agreement shall be for a period of four (4) years,
commencing on the 27th day of January , 2025, and may be renewed as needed
u ntil the Improvements are substantially complete, except that the maintenance
o bligations of PEDC shall survive the term of this agreement perpetually
This Agreement may only be amended, modified, or supplemented by written
agreement and signed by both parties
No assignment by a party hereto of any rights under or interests in this agreement
will be binding on another party hereto without the written consent of the party
sought to be bound; and specifically but without limitation moneys that may
become due and moneys that are due may not be assigned without such consent
(except to the extent that the effect of this restriction may be limited by law), and
u nless specifically stated to the contrary in any written consent to an assignment
n o assignment will release or discharge the assignor from any duty or responsibility
under this Agreement.
5. Nothing herein is intended to supersede or waive any City ordinance or regulation
pertaining to such construction.
6. Whenever possible, each provision of this Agreement shall be interpreted in such
manner as to be effective and valid under applicable law but if any provision of
this Agreement is prohibitive or invalid under applicable law, such provision shall
be ineffective to the extent of such provision or invalidity, without invalidating the
remainder of such provision or the remaining provisions of this Agreement
This Agreement shall be construed and enforced in accordance with and governed
by the laws of the State of Texas.
2
8. To accomplish execution of this Agreement, it may be executed in multiple
counterparts.
The Parties agree that any suit arising out of or related to this Agreement shall be
filed in Brazoria County Texas
10. All notices which are required or may be given pursuant to this Agreement shall be
in writing and shall be sufficient if delivered personally or by first class mail, postage
prepaid, return receipt requested, or by a nationally recognized courier, to the
parties and their attorneys at the addresses set out below or such other addresses
as the parties or their attorneys may hereafter notify one another:
If to City:
If to PEDC:
City of Pearland
Attn: Trent Epperson, City Manager
3519 Liberty Drive
P earland, TX 77581
P earland Economic Development Corporation
Attn Chairman
3519 Liberty Drive, Suite 350
P earland, TX 77581
Notice delivered in accordance with the terms hereof shall be effective upon receipt.
3
In witness whereof, the parties have hereunto set their hands and signatures on the date
first above mentioned.
ATTEST:
L
Franc sguilar
City Sa cretary
P„ot��r �rgrr /
0 et
I
0
ea
�
v • o
o
i 4
• i e
•
\ • •
�•\
' �qr aoe• ``
00000eoo •,•
PEARLAND ECONOMIC DEVELOPMENT
CORPORATION
a Texas non-profit corporation
Michi Bruns Clay
Chair
CITY OF PEARLAND,
a Texas municipal corporation
By:
Trent ppe son
City Manager
4
CITY OF PEARLAND
FM 518 UTILITY
RELOCATION CSJ 012
11.8.2024 - 90% SUBMITTAL
Item
No.
Bid Code
Description
Unit
Quantity
Unit Price
Total
GENERAL ITEMS
0402
6001
LF
18,582
$ 3.00
$ 55,746.00
TRENCH EXCAVATION PROTECTION
WATER LINE ITEMS
7049
XXXX
WATER MAIN PIPE (FUSIBLE PVC) (61N) (C-900)
LF
1,115
$ 125.00
$ 139,375.00
7049
XXXX
WATER MAIN
PIPE
(FUSIBLE PVC) (81N) (C-900)
LF
559
$ 130.00
$ 72,670.00
7049
XXXX
WATER MAIN
PIPE
(FUSIBLE
PVC) (10IN)
(C-900)
LF
157
$ 142.00
$ 22,294.00
7049
XXXX
WATER MAIN
PIPE
(FUSIBLE
PVC) (121N) (C-900)
LF
979
$ 155.00
$ 151,745.00
7049
XXXX
WATER MAIN
PIPE
(FUSIBLE PVC) (161N) (C-900)
LF
13,218
$ 230.00
$ 3,040,140.00
7049
XXXX
WATER MAIN PIPE
(FUSIBLE PVC) (201N)
(C-900)
LF
265
$ 280.00
$ 74,200.00
7049
6066
LF
807
$ 390.00
$ 314,730.00
JCK TUN BOR OR
AUG CSG (STL) (121N)
7049
6068
LF
246
$ 430.00
$ 105,780.00
JCK TUN BOR OR
AUG CSG (STL) (161N)
7049
6069
LF
116
$ 485.00
$ 56,260.00
JCK TUN BOR OR
AUG CSG (STL) (181N)
7049
XXXX
LF
472
$ 580.00
$ 273,760.00
JCK TUN BOR OR
AUG CSG (STL) (201N)
7049
6070
LF
182
$ 650.00
$ 118,300.00
JCK TUN BOR OR
AUG CSG (STL) (221N)
7049
6072
LF
134
$ 775.00
$ 103,850.00
JCK TUN BOR OR
AUG CSG (STL) (301N)
7049
6074
EA
6
$ 1,500.00
$ 9,000.00
SERVICE
LINE (SHORT
SIED)
(5/8" TO 1")
7049
6075
SERVICE LINE
(LONG SIED)
(5/8" TO 1")
EA
1
$ 2,000.00
$ 2,000.00
7049
6076
EA
23
$ 3,100.00
$ 71,300.00
SERVICE LINE (SHORT
SIED) (1-1/2" TO 2")
7049
6077
SERVICE LINE (LONG
SIED)
(1-1/2" TO 2")
EA
4
$ 3,600.00
$ 14,400.00
7049
6104
EA
55
$ 8,700.00
$ 478,500.00
FIRE
HYDRANT
ASSEMBLY
7049
6167
EA
47
$ 775.00
$ 36,425.00
FIRE HYDRANT
BRANCH
LEAD (61N)
PVC
7049
6140
EA
4
$ 3,200.00
$ 12,800.00
WET CONNECTION
(81N)
7049
6141
EA
1
$ 3,500.00
$ 3,500.00
WET CONNECTION
(10IN)
7049
6142
EA
6
$ 4,550.00
$ 27,300.00
WET CONNECTION
(121N)
7049
6144
EA
2
$ 5,500.00
$ 11,000.00
WET CONNECTION
(161N)
7049
6145
EA
1
$ 6,000.00
$ 6,000.00
WET CONNECTION
(201N)
7049
6116
EA
9
$ 1,600.00
$ 14,400.00
REMOVING
AND
RELOCATING
METER AND BOX
7049
XXXX
EA
1
$ 10,000.00
$ 10,000.00
REMOVING
AND
RELOCATING
3" WATER METER VAUL-
7049
6119
EA
31
$ 900.00
$ 27,900.00
REMOVING AND
SALVAGING FIRE HYDRANT
7049
6127
EA
4
$ 2,100.00
$ 8,400.00
CUT AND PLUG
WATER MAIN
(81N)
7049
6128
EA
1
$ 2,400.00
$ 2,400.00
CUT AND PLUG
WATER MAIN (10IN)
7049
6129
EA
4
$ 2,800.00
$
11,200.00
CUT AND PLUG
WATER MAIN (121N)
7049
6131
EA
2
$ 3,500.00
$
7,000.00
CUT AND PLUG
WATER MAIN (161N)
7049
6133
EA
1
$ 5,000.00
$
5,000.00
CUT AND PLUG
WATER MAIN (201N)
7049
6165
LF
484
$ 18.00
$
8,712.00
ABAND/FILL EXIST
WATER PIPE (81N)
7049
XXXX
LF
87
$ 24.00
$
2,088.00
ABAND/FILL
EXIST
WATER PIPE
(10IN)
7049
6220
ABAND/FILL EXIST
WATER PIPE
(121N)
LF
691
$ 30.00
$
20,730.00
7049
XXXX
ABAND/FILL EXIST
WATER PIPE (161N)
LF
10,932
$ 32.00
$
349,824.00
7049
6391
LF
130
$ 35.00
$
4,550.00
ABAND/FILL EXIST
WATER PIPE (201N)
SANITARY SEWER ITEMS
$
93,600.00
7017
6005
SANITARY SEWER
(81N) (PVC) (C900)
LF
520
$ 180.00
$
144,480.00
7017
6019
SANITARY SEWER
(121N)
(PVC) (SDR 26)
LF
602
$ 240.00
$
5,220.00
7017
6020
SANITARY SEWER
(181N) (PVC) (SDR 26)
LF
18
$ 290.00
$
90,000.00
7017
6053
MANHOLE
(SAN
SEWER) (5' DIA)
EA
9
$ 10,000.00
$
65,000.00
7017
6066
JCK BOR OR TUN
CSNG (STL) (SAN SWR) (161N)
LF
100
$ 650.00
$
33,000.00
7017
6073
SERVICE
CONNECTION
(SANITARY SEWER)
EA
6
$ 5,500.00
$
24,400.00
7017
6091
FM CONNECTION
(FORCE MAIN)
EA
4
$ 6,100.00
$
45,600.00
7017
6092
SAN SEWER (FM)
(PVC) (RESTRAINED
JT) (121N)
LF
304
$ 150.00
$ 4,000.00
7017
6098
CONNECTION
TO
EXIST
MANHOLE (SAN SWR)
EA
1
$ 4,000.00
$ 14,400.00
7017
6101
TIE EXIST
SANITARY
SEWER TO PROP MH
EA
4
$ 3,600.00
$ 33,750.00
7017
6104
SAN SEWER (FM)
(PVC)
(C900) (DR18) (RJ) 81N
LF
225
$ 150.00
$ 29,560.00
7017
6109
PRE -CONSTRUCTION
TELEVISION
INSPECTION
LF
1,478
$ 20.00
$ 19,458.00
7017
6110
POST CONSTRUCTION
TELEVISION
INSPECTION
LF
1,081
$ 18.00
$ 45,000.00
7017
6171
BY-PASS PUMPING
(SANITARY
SEWER)
LS
1
$ 45,000.00
$ 2,975.00
7017
6133
ABAND/FILL EXIST SAN SWR PIPE (81N)
LF
85
$ 35.00
7017
6135
ABAND/FILL
EXIST
SAN SWR PIPE
(121N)
LF
88
$ 40.00
$ 3,520.00
$ 5,040100
7017
6086
CUT AND RESTORE PAVEMENT
SY
28
$ 180.00
$ 10,000.00
7017
6094
REMOVE EXISTING
MANHOLE (SANITARY
SEWER)
EA
5
$ 2,000.00
Total Construction Cost
$ 6,342,282.00
7600 Washington Avenue | Houston, Texas 77007
713.802.5000
txdot.gov
Connecting you with Texas
An Equal Opportunity Employer
February 12, 2025
Mr. Trent Epperson
City Manager
City of Pearland
3519 Liberty Drive
Pearland, Texas 77581
RE: Advance Funding Agreement for Voluntary Utility Relocation Contributions on
State Highway Improvement Projects
CSJ: 3416-01-012
County: Brazoria
Project: FM 518, from SH 288 to FM 865
Dear Mr. Epperson:
Attached is the fully executed Advance Funding Agreement between the City of
Pearland (City) and the Texas Department of Transportation (TxDOT). We ask that
you please retain this Agreement in your permanent records. Per Attachment A of
the Agreement, at least forty-five (45) days prior to the date set for receipt of the
construction bids, payment from the City will be due for the City’s share of the
utility relocation costs. The estimated amount due is $6,342,282.00.
Please contact me at (713) 802-5501, or Julie Dishman at (713) 802-5732 should
you have any questions regarding this matter.
Sincerely,
Mark D. Patterson, P.E.
Director of Consultant
Contract Administration
Houston District
Attachment
CC: Vipin Sumani, P.E., Project Manager, TxDOT
Brandon Staine, Utility Coordinator, TxDOT
Lap Trinh, P.E., Senior Project Manager, City of Pearland
Matthew Adams, P.E., Senior Project Manager, Cobb, Fendley & Associates,
Inc.
Docusign Envelope ID: 03913478-4D3A-4F67-AA20-601FE9939AF1