Loading...
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