Loading...
HomeMy WebLinkAboutContract 48468-FP2 FORTWORTH, CITY RECRETARY 4NR -aa CONTRACT N0. TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION (Developer Projects) City Project Ns: 100655 Regarding contract 100655 for NORTHWEST ISD MIDDLE SCHOOL NO.6 as required by the TRANSPORTATION&PUBLIC WORKS as approved by City Council on N/A through M&C N/A the director of the TRANSPORTATION&PUBLIC WORKS upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. Original Contract Price: $5,272,477.02 Amount of Approved Change Orders: Ns i Revised Contract Amount: Total Cost Work Completed: $5,272,477.02 j OFFICIAL.RECORD CITY SECRETARY F T. WORTH,Tat Is(o� Recommencceptance Date Asst. Direct T W - Infrastructure Design and Construction CJ 3A� /zll�' Accepted 0 Date 4M Director, TRANSPORTATION & PUBLIC WORKS Asst. City Manager na*Q Depart ient of TP_&W Const.Services CPN# ate Project Manager Risk Management tanady .- Comments: D.O.E. Brotherton CFA Morales/Scanned U— Gutzler/Scanned L —�j�f'� I The Proceeding people have been Contacted concerning the request for final payment&have C,, released this project for such payment. Rev.9/22/16 Clearance Conducted By t ` � FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name NORTHWEST ISD MIDDLE SCHOOL NO.6 Contract Limits Project Type STORM DRAIN&PAVING City Project Numbers 100655 DOE Number 0655 Estimate Number I Payment Number 1 For Period Ending 1/17/2018 CD City Secretary Contract Number Contract Time 18(YD Contract Date Days Charged to Date 224 Project Manager NA Contract is 100.00 Complete Contractor POGUE CONSTRUCTION 1512 BROY CENTRAL DRIVE MCKIIVNEY, TX 75063 Inspectors LAYER / SAMANIEGO Wednesday,January 17,2018 Page I of 6 City Project Numbers 100655 DOE Number 0655 Contract Name NORTHWEST ISD MIDDLE SCHOOL NO.6 Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN&PAVING For Period Ending 1/17/2018 Project Funding PAVING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 REMOVE ASPHALT PVMT 1045 SY $4.92 $5,141.40 1045 $5,141.40 2 SITE CLEARING 1 LS $20,318.00 $20,318.00 1 $20,318.00 3 UNCLASSIFIED EXCAVATION BY PLAN 88150 CY $2.11 $185,996.50 88150 $185,996.50 4 BORROW BY PLAN 90180 CY $8.69 $783,664.20 90180 $783,664.20 5 SWPPP>I ACRE 1 LS $1,500.00 $1,500.00 1 $1,500.00 6 CONCRETE RIPRAP 3166 SY $73.00 $231,118.00 3166 $231,118.00 7 HYDRATED LIME 104 TN $205.00 $21,320.00 104 $21,320.00 8 8"LIME TREATMENT 4950 SY $8.00 $39,600.00 4950 $39,600.00 9 7"CONC PVMT 7800 SY $90.00 $702,000.00 7800 $702,000.00 10 6"THICK CONC PVMT 80 SY $72.00 $5,760.00 80 $5,760.00 11 5"CONC SIDEWALK 11940 SF $12.00 $143,280.00 11940 $143,280.00 12 JOINT SEALANT LF I LS $14,184.00 $14,184.00 1 $14,184.00 13 BARRIER FREE RAMP 2 EA $1,800.00 $3,600.00 2 $3,600.00 14 6"CONC CURB&GUTTER 2000 LF $15.00 $30,000.00 2000 $30,000.00 15 4"SLD PVMT MARKING PAINT 500 LF $12.46 $6,230.00 500 $6,230.00 16 4"SLD PVMT MARKING PAINT 466 LF $12.46 $5,806.36 466 $5,806.36 17 4"BRK PVMT MARKING PAINT 1000 LF $12.46 $12,460.00 1000 $12,460.00 18 8"SLD PVMT MARKING PAINT 25 LF $12.46 $311.50 25 $311.50 19 CONC RET WALL WITH SIDEWALK,SIDEWALK 465 SF $50.00 $23,250.00 465 $23,250.00 20 TOPSOIL 18000 CY $0.75 $13,500.00 18000 $13,500.00 21 SEEDING,HYDROMULCH 105000 SY $0.75 $78,750.00 105000 $78,750.00 22 SEEDING,SOIL RETENTION BLANKET 6612 SY $1.38 $9,124.56 6612 $9,124.56 23 FURNISH&INTALL ALUM SIGN GROUND 6 EA $450.00 $2,700.00 6 $2,700.00 MOUNT CITY 24 EROSION CONTROL 1 LS $87,968.50 $87,968.50 1 $87,968.50 25 HAUL OFF 4481 CY $11.00 $49,291.00 4481 $49,291.00 26 TYPE III TXDOT BARRICADE 2 EA $1,092.00 $2,184.00 2 $2,184.00 27 TYPE III TXDOT BARRICADE 21 LF $70.00 $1,470.00 21 $1,470.00 28 CONTINGENCY I LS $372,079.20 $372,079.20 1 $372,079.20 Sub-Total of Previous Unit $2,852,607.22 $2,852,607.22 Wednesday,January 17,2018 Page 2 of 6 City Project Numbers 100655 DOE Number 0655 Contract Name NORTHWEST ISD MIDDLE SCHOOL NO.6 Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN&PAVING For Period Ending 1/17/2018 Project Funding DRAINAGE Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 REMOVE GAURDRAIL 165 LF $36.00 $5,940.00 165 $5,940.00 2 REMOVE RIP RAP 4212 SF $1.80 $7,581.60 4212 $7,581.60 3 DRY RIP-RAP 456 SY $82.00 $37,392.00 456 $37,392.00 4 REMOVE MISC CONCRETE STRUCTURE 1 LS $840.00 $840.00 1 $840.00 5 REMOVE HEADWALL/SET 3 EA $720.00 $2,160.00 3 $2,160.00 6 LARGE STONE RIPRAP 3000 SY $60.00 $180,000.00 3000 $180,000.00 7 4X3 BOX CULVERT 108 LF $204.90 $22,129.20 108 $22,129.20 8 6X5 BOX CULVERT 902 LF $359.30 $324,088.60 902 $324,088.60 9 7X3 BOX CULVERT 1687 LF $370.00 $624,190.00 1687 $624,190.00 10 7X5 BOX CULVERT 447 LF $426.10 $190,466.70 447 $190,466.70 11 20X5 JUNCTION BOX 2 EA $28,644.00 $57,288.00 2 $57,288.00 12 GROUND BOX TYPE B W/APRON 5 EA $5,252.00 $26,260.00 5 $26,260.00 13 4'MANHOLE RISER 6 EA $2,598.00 $15,588.00 6 $15,588.00 14 MANHOLE STEPS 32 EA $168.00 $5,376.00 32 $5,376.00 15 4'MANHOLE STACK W/STEPS ON BOX 5 EA $5,262.00 $26,310.00 5 $26,310.00 CULVERTS 16 HEADWALL BOX CULVERT 135 CY $1,640.00 $221,400.00 135 $221,400.00 17 4X4 DROP INLET WITH CONCRETE APRON 1 EA $5,318.40 $5,318.40 1 $5,318.40 18 6"THICK 5'WIDE CONC FLUME 1500 LF $108.00 $162,000.00 1500 $162,000.00 19 REMOVE 12"STORM LINE 1463 LF $10.20 $14,922.60 1463 $14,922.60 20 GAURDRAIL W/HEADWALL 182 LF $372.00 $67,704.00 182 $67,704.00 21 EPTT-10 TRM 16120 SY $0.80 $12,896.00 16120 $12,896.00 22 42"RCP 105 LF $136.00 $14,280.00 105 $14,280.00 23 24"RCP 53 LF $79.00 $4,187.00 53 $4,187.00 24 42"SEPT-CD I EA $5,697.00 $5,697.00 1 $5,697.00 25 24"SEPT-CD I EA $3,229.00 $3,229.00 1 $3,229.00 26 2"SCH 40 SLEEVE 100 LF $26.00 $2,600.00 100 $2,600.00 27 CONTINGENCY I LS $305,976.62 $305,976.62 1 $305,976.62 Sub-Total of Previous Unit $2,345,820.72 $2,345,820.72 Wednesday,January 17,2018 Page 3 of 6 City Project Numbers 100655 DOE Number 0655 Contract Name NORTHWEST ISD MIDDLE SCHOOL NO.6 Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN&PAVING For Period Ending 1/17/2018 Project Funding ST LIGHT ItemDescription of Items Unit Unit Cost Estimated Estimated Completed Completed No. Quanity Total Quanity Total 1 ELECTRICAL FACILITIES 1 LS $18,720.00 $18,720.00 1 $18,720.00 2 SALVAGE ELECTRICAL EQUIPMENT 1 LS $750.00 $750.00 1 $750.00 3 2"SONDT PVC SCH 40 1677 LF $11.00 $18,447.00 1677 $18,447.00 4 NO INSULATED ELEC CONDR 1677 LF $3.00 $5,031.00 1677 $5,031.00 5 RDWY ILLUM FOUNDATION 6 EA $1,250.00 $7,500.00 6 $7,500.00 6 CONTACT ENCLOSURE PAD MOUNT 1 EA $6,750.00 $6,750.00 1 $6,750.00 7 2-2-2-4 QUADPLEX ALUM ELEC CONDUCTOR 1677 LF $2.50 $4,192.50 1677 $4,192.50 8 INSTALL ALUM SIGN MAST ARM MOUNT 6 EA $500.00 $3,000.00 6 $3,000.00 9 CONTINGENCY 1 LS $9,658.58 $9,658.58 1 $9,658.58 Sub-Total of Previous Unit $74,049.08 $74,049.08 Wednesday,January 17,2018 Page 4 of 6 City Project Numbers 100655 DOE Number 0655 Contract Name NORTHWEST ISD MIDDLE SCHOOL NO.6 Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN&PAVING For Period Ending 1/17/2018 Project Funding Contract Information Summary Original Contract Amount $5,272,477.02 ChanIze Orders Total Contract Price $5,272,477.02 Date ? �r Total Cost of Work Completed $5,272,477.02 Con actor Less %Retained $0.00 Date Z- 21 /Y Net Earned $5,272,477.02 In ect' up or Earned This Period $5,272,477.02 Retainage This Period $0.00 Date 1U( Less Liquidated Damages Projec a er t l Days @ /Day $0.00 it Dater LessPavement Deficiency $0.00 Asst. Infr structure Design and Construction" Less Penalty $0.00 Date Less Previous Payment $0.00 Director&ontracting Depa tent Plus Material on Hand Less 15% $0.00 Balance Due This Payment $5,272,477.02 Wednesday,January 17,2018 Page 5 of 6 City Project Numbers 100655 DOE Number 0655 Contract Name NORTHWEST ISD MIDDLE SCHOOL NO.6 Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN&PAVING For Period Ending 1/17/2018 Project Funding Project Manager NA City Secretary Contract Number Inspectors LAYER / SAMANIEGO Contract Date Contractor POGUE CONSTRUCTION Contract Time 180 CD 1512 BROY CENTRAL DRIVE Days Charged to Date 224 CD MCKINNEY, TX 75063 Contract is .000000 Complete CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net Funded Total Cost of Work Completed $5,272,477.02 Less %Retained $0.00 Net Earned $5,272,477.02 Earned This Period $5,272,477.02 Retainage This Period $0.00 Less Liquidated Damages 0 Days @ $0.00 /Day $0.00 LessPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $0.00 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $5,272,477.02 Wednesday,January 17,2018 Page 6 of 6 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.: 1 NAME OF PROJECT: Northwest ISD Middle School West#6 PROJECT NO.: 100655 CONTRACTOR: Pogue DOE NO.: PERIOD FROM:05/03/17 TO: 12/12/17 FINAL INSPECTION DATE: 4-Dec-17 WORK ORDER EFFECTIVE:5/3/2017 CONTRACT TIME: 224 o WD ® CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED CREDITED DURING DURING 1. 16. 2. 17. 3. 18. 4. 19. 5. 20. 6. 21. 7. 22. 8. 23. 9. 24. 10. 25. 11. 26. 12. 27. 13. 28. 14. 29. 15. 30. 31. SAT,SUN, RAIN,TOO WET, UTILITIES DAYS TOTAL & HOLIDAYS &TOO COLD RELOCATIONS OTHERS* CHARGED DAYS THIS PERIOD PREVIOUS PERIOD TOTALS 224 224 TO DATE *REMARKS: C014TRACTOK DATE INSPECT R DATE ENGINEERING DEP',RnIENT The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817)392-7845 ` _ FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 1/22/2018 Name of Contractor Project Name Pogue Construction Northwest ISD Middle School no.6 DOE Inspector Project Manager Albert Samaniego Pat Buckley DOE Number Project Difficulty Type of Contract N/A P Simple ® Routine o Complex I Water o Waste Water o Storm Drainage o Pavement Initial Contract Amount Final Contract Amount $ 7-69 7-7 Z-'j 7 7, �?z $399;39 -69 5-t 27 Z 7 7, °z D)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of Inspector -3 1 Accuracy of Plans to Existing Conditions 3 2 Knowledge of Inspector 7 2 Clarity&Sufficiency of Details 3 3 Accuracy of Measured Quantities 3 Applicability of Specifications 3 4 Display Of Professionalism 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution 3 PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager 1 Change Order Processing Time 3 Communication 2 Timliness of Contractor Payments 3 4 Resolution of Utility Conflicts 3 3 Bid Opening to Pre-Con Meeting Timeframe IIl)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORDS (a The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 FORTWORTHREV:8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR 1) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Pogue Construction Northwest ISD Middle School no.6 Inspector City Project Number Albert Samaniego 100655 Construction Components Project Manager o Water o Waste Water 10 Storm Drainage o Pavement Pat Buckley Initial Contract Amount Project Difficulty U=_ $r3g9�6g-(� 5 Z7 Lt 11 77, Simple ® Routine o Complex Final Contract Amount oz Date SM94�47- 9 6)Z7z1`"I . -- 1/22/2018 In PERFORMANCE EVALUATION 0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE(Y/N) RATING(0-4) MAX SCORE SCORE 1 Submission of Documents 2 Y 4 8 _ _ 8 2 Public Notifications 5 Y 4 20 20 3 Plans on Site 5 Y 4 20 20 4 Field Supervision 15 Y 4 60 60 5 Work Performed 15 Y 4 60 60 6 Finished Product 15 Y 4 60 60 7 Job Site Safety 15 Y 4 60 60 8 Traffic Control Maintenance 15 Y 3 60 45 9 Daily Clean Up 5 Y 4 20 20 10 Citizen's Complaint Resolution 5 Y 4 20 20 11 Property Restoration 5 Y 4 20 20 12 After Hours Response 5 Y 4 20 20 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 433 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 433 Ill)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS]*100%) 433 / 448 = 97% Performance Category Excellent <20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good >_80%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Inspector Signature Contractor Signature ZL1116, =-�(, Inspector's Supervisor Signature ��� CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•8851 Camp Bowie West Blvd.•Fort Worth,TX 76116•(817)392-8306 AFFIDAVIT STATE OF COUNTY OF Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Name, Title Of Company, known to me to be a credible person,who being by me duly swore, upon his oath deposed and said; That all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full; That the wage scale established by the City Council in the City of Fort Worth has been paid in full; That there are no claims pending for personal injury and/or property damages; On Contract described as; Contract Description By Name or Title Subscribed and sworn before me on this date Day of Month, Year. LAUREN AUBREY Notary Public,State of Tex,,sl Comm.Expires 12.06.202, Notary ID 13137072-8 Notary Public County, State 6 Owner CONSENT OF Architect SURETY COMPANY Contrilctor _ TO FINAL PAYMENT Surety AJA DOCUMENTG707 Other PROJECT: Water,Sanitary Sewer,Paving,Drainage&Street Light Improvements for Middle School No. (name,address) 6(Bid No.B016-017-11-045) Bond# 46BCSHP8455 TO:(Owner) ARCHITECT'S PROJECT NO: Northwest Independent School District 2001 Texan Drive CONTRACT FOR: Construction Justin,TX 76247 CON'T'RACTI)ATE: 2/22/2017 CONTRACTOR: Pogue Construction Co.,LP 1512 Bray Central,Suite 300 McKinney,TX 75069 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the Hartford Fire Insurance Company 3000 Internet Drive Suite 600 Frisco,Texas 75034-1991 ,SURETY:COMPANY on bond of(here insert name and adtiress oi'C'ontraclor) Pogue Construction Co.,LP 1512 Bray Central,Suite 300 McKinney,Texas 75069 ,CONTRACTOR, hereby approves of the fatal payment to the Contractor,and agrees that final payrnwit to the Contractor shall not relieve the Surety Company of any of its obligations to(bete insert nanic and address of Owns t) Northwest Independent School District 2001 Texan Drive ,OWNER, Justin,Texas 76247 as set forth in the said Surety Company's bond. IN NY",']-NESS WHEREOF, the Surety Company has hereunto set its hand this 13th day of February 2018 Surety mpany H d Fir In r nee Company Signature f Authorized RcIvesentative Attcsl: I (scat); Kae Perdue-Attorney-In-Fact _ 'Title NU17i:This rnrm is to be used as a companion document to AIA DOCUMFNT 6706,C'ONTRACTOR'S AFFIDAVIT OF PAYMENT OF DLIf!S AN])CLAIMS,Current edition — :AIA DOCUMENT 6707-CONSENT OF SURETY C:OA113ANY TO FINAL PAYMENT-APRIL 1970 EDITION-AIA-al ONE PAGE 9,11970-TI IF.AMERICAN INS'11TCTE OF ARC'HITEC'TS, 1735 NEW YORK,AVE..,NW,WASHINGTON,D.C.20006 E4 BOND,T-12 POWER OF ATTORNEY One Hartford Plaza Hartford,Connecticut 06166 Sond.Claimspthehartford.com call:888-266.3488 orfax:860-767-6836 Agency Name: MHBT INC: KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 46-461496 Hartford Fire Insurance Company,a corporation duly organized under the laws of the State of Connecticut Hartford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company,a corporation duly organized under the laws of the State of Connecticut ® Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana. Hartford insurance Company of Illinois,a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the Stats of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the"Companies")do hereby make, constitute and appoint, up to the amount of Unlimited : Edward R. Bowles, Sharon Clary, Dawn Davis, Walter J. DeLaRosa, DONNIE DOAN, TOM P. ELLIS, JOHN FULKERSON, Kristi Meek, Kae Perdue-of DALLAS, Texas their true and lawful Attorney(s)-in-Fact, each In their separate capacity if more than one is named above, to sign its name as surety(les) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted In any actions or proceedings allowed by law. In Witness Whereof,and as authorized by a Resolution of the Board of Directors of the Companies on May 6,2015 the Companies have caused these presents to be signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further,pursuant to Resolution of the Board of Directors of the Companies,the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. a •cam- � 1t167 � b ♦ •• � �� • g ! � � �c �� }t��trchtv��i • r��tn71Frti410�� 1i 1074 t 1919 e s.e+w John Gray,Assistant Secretary M.Ross f=isher,Senior Vice President STATE OF CONNECTICUT SS. Hartford COUNTY OF HARTFORD On this 11th day of January, 2016, before me personally came M. Ross Fisher, to me known,who being by me duly sworn,did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Senior Vice President of the Companies, the corporations described In and which executed the above Instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. " Nora M.Strenko Notary Public + CERTIFICATE My Commission Expires March 31,2018 1,the undersigned,Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companles,which is still in full force effective as of February 13,2018 Signed and sealed at the City of Hartford: its lift Gru/T , a ,•o'i rtd7 3 • j +e fir M�ia,rorcnr+f,,, ° ran�tF t t079�� �.k�ZO44 � 7999 Kevin Heckman,Assistant Vice President POA 2016 Northwa,r:,,.yn.vin.a� est INDEPENDENT SCHOOL DISTRICT January 23, 2018 City of Fort Worth 1000 Throckmorton St. Fort Worth, TX 76102 RE: Community Facilities Agreement — City Project No 100655 Northwest ISD Middle School No. 6 To Whom It May Concern, Pogue Construction was contracted by Northwest ISD. the developer, for the above referenced Community Facilities Agreement— City Project #100655 for water, sanitary sewer, drainage and paving improvements for Leo Adams Middle School Pogue construction performed under the terms of their contract as required and in a timely manner. No liquidated damages will be assessed for this project. Please do not hesitate to contact my office at 817-215-0055 should you have any questions or comments. Res ctfull , Sarah Stewart Executive Director of Construction RT�I ORT R . o April 25,2017 Sarah Stewart Northwest ISD 1800 Hwy 114 Justin,TX 76247 RE:Invoice for additional Payment of Inspection&Material Testing Fees Dear Sarah Stewart, This letter is to serve as an invoice for payment of inspection and material testing fees associated with the Northwest ISD Middle School Community Facilities Agreement("CFA"), City Project# 100655. Based on a construction cost of$5,581,784.69,the following fees are due to the following increase in the singed bid proposal. i t.,a01C "e r ma � � 6 1,r,. /q . 1 1.11GVA in tllG[LInV Ut1t L1.13J,11,J.J tlJ Y Clti?.r/JCi-war iLtJi./GC.l1Ui�QLid niQiGrlat Les lllig 1 check in the amount of$164,332.67 TPW inspection and material testing Construction Cost Water Construction Item Inspection Fee Material Testing Fee Fee Total (Cost x 2%) (Cost x 2%) �$ 33,869.SS.A-Water $ 677.39 $ 677.39 $ 1,354.78 43,9643P.A1-Sewer $ 879.29 $ 879.29 $ 1,758.58 $ --:-77,833.89.:WATER TOTALS -;$ 1,556.68 $ .;1,556.68 $ -,._3,113.36_ Construction Cost TPW Construction Item Inspection Fee Material Testing Fee Fee Total (Cost x4%) (Costx 2%) �$ 2028;271783 B-Paving $ 81,130.87 $ 40,565.44 $ 121,696.31 �$ 689,19772'81-Storm Drain $ 27,567.91 $ 13,783.95 $ 41,351.86 $ 32,11240'C-Street Lights $ 1,284.50 N/A $ 1,284.50 $ -TrafficSignais $ - N/A $ _ $ '2,749,581.90:TPWTOTALS -$'- '-_109,983.28 $ ' 54;349:39 $ ':x:164;332:67 $ 2,827,415.79 PROJECT TOTALS $ 111,539.96 $ 55,906.07 $ 167,446.03 Please make the checks out to The City of Fort Worth and include the above noted City Project number. Please feel free to contact me with any questions. Sincerely, rf� velykerts Development Project Coordinator City of Fort Worth Planning&Development Department (817)392-2025 Evelyn.roberts@fortworthtexas.gov PLANNING AND DEVELOPMENT DEPARTMENT ,COMMUNITY FACILITIES AGREEMENT ADMINISTRATION THE CITY OF FORT WORTH * 1000 THROCKMORTON STREET * FORT WORTH, TEXAS 76102 817-392-2025 OR 817-392-8188 * FAx 817-392-7985 *:;Printed on recycled paper 00 42 43 BID PROPOSAL Page I of 6 SECTION 00 42 43 PRIVATE PROPOSAL FORM UNIT PRICE BI® Bidder's Application Project Item Information Bidder's Proposal BidN Item Specification Unit of Bid No. Description Unit Price Bid Value Section No. Measure Quantity Unit 1:Water Improvements 1 3305.0103 Exploratory Excavation of Existing Utilities1330530 EA 1 $3,000.00 $3,000.00 2 3305.0109 Trench Safe 33 05 10 LF 1246 $3.00 $3,738.00 3 3305.0110 UtilityMarkers 33 05 26 LS 1 $1,620.00 $1,620.00 4 3311.0001 Ductile Iron Water Fittings w/Restraint 33 11 14 TON 1 $7,179.20 $7,179.20 5 3311.0061 4"PVC Water Pipe 3311 12LF 20 $32.10 $642.00 6 3311.0141 6"Water Pipe 3311 10 LF 20 $34.50 $690.00 7 3311.0241 8"Water Pipe 33 11 10 LF 20 $37.90 $758.00 8 3311.0561 16"PVC C905 Water Pipe 33 11 12. LF 1186 $61.30 $72,701.80 9 3312.0001 Fire Hydrant 33 12 40 EA 4 $2,699.70 $10,798.80 10 3312.0106 Connection to 16"Water Main 33 12 25 EA 11 $1,624.80 $17,872.80 11 3312.2203 2"Water Service 33 12 10 EA 5 $2,288.90 $11,444.50 12 3312.2802 4"Water Meter and Vault(Service) 33 12 11 EA 1 $15,628.80 $15,628.80 13 3312.3001 4"Gate Valve 33 12 20 EA 1 $715.801 $715.80 14 3312.3002 6"Gate Valve 33 12 20 EA 4 $773.80 $3,095.20 15 3312.3004 8"Gate Valve 33 1220 EA 2 $1,115.40 $2,230.80 16 3312.3006 16"Gate Valve w/Vault 33 12 20 EA 3 $10,728.50 $32,185.50 17 3312.4110 16"x 4"Tapping Sleeve&Valve 33 12 25 EA 1 $3,039.00 $3,039.00 18 3312.4111 16"x 6"Tapping Sleeve&Valve 33 12 25 EA 1 $3,143.60 $3,143.60 19 3312.4112 16"x 8"Tapping Sleeve&Valve 33 12 25 EA 2 $4,185.00 $8,370.00 20 3312.6001 2"Air Valve Assembly for Water 33 12 30 EA 1 $6,484.50 $6,484.50 21 9999.0001 Remove Existing 16"Plug 9999.0001 EA 1 $1,020.00 $1,020.00 22 9999.0002 Automatic Flushing Device Eclipse 97001 19999.0002) EA 1 $7,714.20 $7,714.20 Unit 1:Water Improvements Bid Total $214,072.50 W/Contingency(15%) $32,110.88 Unit 1:Water Improvements Bid Total w/Contingency $248,183.38 d 1;).13)3.W 331 -11 W-756 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water,Paving,Drainage Street Light Impfovements to serve Northwest ISD Middle School No.6 Form Revised 20120120 City Project No.100655 00 42 43 BIDPROPOSAL Page 2 of 6 SECTION 00 42 43 PRIVATE PROPOSAL FORM U14IT PRICE BI® Bidder's Application Project Item Information Bidder's.Proposal BidN Item Specification Unit of Bid U No Description nit Price Bid Value Section No. Measure Quantity Unit 2:Sewer Improvements 23 3301.0002 Post-CCTV Inspection 3301 31 LF 200 $5.94 $1,188.00 24 3331.3201 6"Sewer Service 3331 50 EA 1 $408.10 $408.10 25 3331.3202 6"Sewer Service,2-way Cleanout 3331 50 EA 1 $257.50 $257.50 26 3331.3301 8"Sewer Service 33 31 50 EA 1 $452.50 $452.50 27 3331.3302 8"Sewer Service,2-way Cleanout 3331 50 EA 1 $302.50 $302.50 28 3331.4108 6"Sewer Pipe 3311 10,33 LF 200 $37.04 $7,408.00 29 3331.4115 8"Sewer Pipe 3311 10,33 LF 138 $55.00 $7,590.00 30 3301.0101 Manhole Vacuum Testing 3301 30 EA 1 $570.00 $570.00 31 3303.0001 Bypass Pumping 33 03 10 LS 1 $28,375.00 $28,375.00 32 3305.0109 Trench Safety 3305 10 LF 200 $6.75 $1,350.00 33 3331.3203 8"2-way cleanout 3331 50 EA 1 $695.10 $695.10 3d 9999.0003 Connect to Existing Sewer Manhole By 3431 50 Coring EA 2 $3147.00 $6,294.00 Unit 2:Sewer Improvements Bid Total $54,890.70 W/Contingency(15%) $8,233.61 Unit 2:Seaver improvements Bid Total w/Contingency $63,124,311 zli' 43qloq. ) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS Water,Paving,Drainagg Street Light Improvements to serve Northwest ISD Middle School No.6 Form Revised 0120120 City Project No.100655 00 42 43 BID PROPOSAL Page 3 of SECTION 00 42 43 PRIVATE PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal BidlistItem Specification Unit of Bid No Section No, Measure Quantity Description Unit Price Bid Value Unit 3:Paving Improvements 350241.1100 Remove Asphalt Pvmt 0241 15 ISY 1045 $4.92 $5,141.40 36 3110.0101 Site Clearing 31 1000 LS 1 $20,318.00 $20,318.00 37 3123.0101 Unclassified Excavation b Plan 31 2316 CY 88150 $2.11 $185,996.50 38 3123.0103 Borrow by Plan CY 90180 $8.69 $783,664.20 393125.0101 SWPPP >_1 acre 31 25 00 LS 1 $1,500.00 $1,500.00 40 3137.0101 Concrete Riprap 31 37 00 SY 3166 $73.00 $231,118.00 41 3211.0400 Hydrated Lime 3211 29 TN 104 $205.00 $21,320.00 42 3211.0502 8"Lime Treatment 32 11 29 SY 4950 $8.00 $39,600.00 43 3213.0102 7"Conc Pvmt 321313- SY 7800 $90:00 $702,000.00 44 13213.0101 6"Thick Conc Pvmt 32 13 13 SY 80 $72.00 $5,760.00 45 3213.0302 5"Conc Sidewalk 32 13 20 SF 11940 $12.00 $143,280.00 46 3213.0700 Joint Sealant L F 32 13 73 LS 1 $14,184.00 $14,184.00 47 3213.0503 Barrier Free Ram m T e M-1 32 13 20 EA 2 $1,800.00 $3,600.00 48 3216.0101 6"Conc Curb and Gutter 32 16 13 LF 2000 $15.00 $30,000.00 49 32'17.0009 4"SLD Pvmt Marking Paint UU) 32 17 23 LF 500 $12.46 $6,230.00 50 3217.0010 4"SLD Pvmt Marking Paint Y 32 17 23 LF 466 $12.46 $5,806.36 51 13217.0013 4"BRK Pvmt Markin Paint Y 32 17 23 LF 1000 $12.46 $12,460.00 52 13217.0205 8"SLD Pvmt Markin Paint 32 17 23 LF 25 $12.46 $311.50 53 13232.0101 Conc Ret Wall with Sidewalk, Sidewalk 32 32 13 SF 465 $50.00 $23,250.00 54 13291.0100 Topsoil 3291 19 CY 18000 $0.75 $13,500.00 55 13292.0400 Seeding, H dromulch 32 92 13 SY 105000 $0.75 $78,750.00 56 13292,0500 Seeding,Soil Retention Blanket 32 92 13 SY 6612 $1.38 $9,124.56 57 3441.4002 Furnish&Install Alum Sign Groud Mount EA City 6 $450.00 $2,700.00 58 9999.0004 Erosion Control 9999.0004 LS 1 $87,968.50 $87,96- 59 9999.0005 Haul Off 9999.0005 CY 4481 $11.00 $49,291.00 60 9999.0006 Type II TXDOT Barricade 9999.0006 EA 2 $ 1,092.00 $2,184.00 61 9999.0006 T e III TXDOT Barricade 9999.0006 LF 21 $ 70.00 $1,470.00 Unit 3:Paving Improvements Bid Total $2,480,528.02 W1 Contingency(15%) $372,079.20 !Unit 3:Paying Improvements Bid Total w/Contingency $2,852,507.22 CITY OF FORT WORTH y STANDARD CONSTRUCTION SPECIFICATION DOCUbIENTS Wat'r,Paving,Drainage Street Light Improvements to serve Northwest ISD Middle School No.6 9 Foran Revised 20120120 City Project No.100655 00 42 43 BIDPROPOSAL Paye 4 of 6 SECTION 00 42 43 PRIVATE PROPOSAL FORM UNIT PENCE BI® Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit of Bid No. Section No. Measure Quantity Unit Price Bid Value Unit 4:Drainage Improvements 62 [Da 241.0550 Remove Guardrail 10241 13 LF 165 $36.00 $5,940.00 63 241.0800 Remove RipRa SF 4212 $1.80 $7,581.60 64 Rip-Rap 12" SY 456 $82.00 $37,392.00 65 0241.0900 Remove Misc.Concrete Structure LS 1 $840.00 $840.00 66 0241.4401 Remove Headwall/SET -0541 14 EA 3 $720.00 $2,160.00 67 3137,0103 Large Stone Riprap,grouted 31 37 00 SY 3000 $60.00 $180,000.00 68 3341.1401 4x3 Box Culvert LF 108 $204.90 $22,129.20 69 3341.1401 6x5 Box Culvert LF 902 $359.30 $324,088.60 70 3341.1401 7x3 Box Culvert LF 1687 $370.00 $624,190.00 71 3341.1401 7x5 Box Culvert LF 1 447 $426.10 $190,466.70 72 20x5 Junction Box EA 2 4iZ8,644.001 $57,288.00 73 3441.1502 Ground Box Type B,w/Apron 3441 10 EA 5 $5,252.00 $26,260.00 74 3349.0102 4'Manhole Riser EA 6 $2,598.00 $15,588.00 75 3349.0106 Manhole Steps EA 32 $168.00 $5,376.00 76 4'Manhole Stack wl Steps on box culverts JEA 5 $5,262.00 $26,310.00 lt9999.0009 3349.1000 Headwall, Box Culvert I *A1 $1,640.00 $221,400.009999.0007 4x4 Dro Inlet with Concrete A ron 9999.0007 $5,318.40 $5,318.409999.0008 6"Thick 5'Wide Conc Flume 9999.0008 $108.00 $162,000.00 Remove 12"Storm Line 9999.0009 $1020 $14,922.6081 9999.0010 Guardrail w/Headwall 9999.0010 $372.00 $67,704.0082 9999.0011 EPTT-10TRM CurlexBlanketInstalled 9999.0011 $0.80 $12,896.00 83 42"RCP LF 105 $136.00 $14,280.00 5 84 24"RCP LF 3 !97q nnI $4,187.00 85 42"SEPT-CD EA 1 $5,697.00 $5,697.00 86 24"SEPT-CD EA 1 $3,229.00 $3,229.00 87 2"SCH 40 Sleeve LF 1001 $26.00 $2,600.00 Unit 4:Drainage Improvements Bid Total $2,039,844.10 W/Contingency(15%) $305,976.62 Unit 4:Drainage Improvements Bid Total w/Contingency $`2f,,3,45,820..7�2r� rllS ' 7eiz CITY OF FORT WORTH - STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 0 Water,Paving,Drainage Street Light Improvements to serve Northwest ISD N6ddle School No.6 i Form Revised 20120120 City Project No.100655 00 42 43 BID PROPOSAL Page 5 of 6 SECTION 00 42 43 PRIVATE PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist.Item Description Specification Unit of Bid No. p Section No. Measure Quantity Unit Price Bid Value Unit 5:Electrical improvements 88 2605.0101 Electrical Facilities 1260500 LS 1 $18,720.00 $18,720.00 89 2605.0131 Salvage Electrical Equipment 26 05 10 LS 1 $750.00 $750.00 90 2605.3011 2"CONDT PVC SCH 40 T 26 05 33 LF 1677 $11.00 $18,447.00 91 3441.1410 NO 10 Insulated Elec Condr 3441 10 LF 1677 $3.00 $5,031.00 92 3441.3302 Rdw Ilium Foundation TY 3,5,6,and 8 3441 20 EA 6 $1,250.00 $7,500.00 93 3441.3312 Contact Enclosure, Pad Mount 34 41 20 EA 1 $6,750.00 $6,750.00 94 3441.3404 2-2-2-4 Quad lex Alum Elec Conductor 3441 20 LF 1677 $2.50 $4,192.50 95 3441.4005 Install Alum Sign,Mast Arm Mount 13441 30 EA 1 6 $500.00 $3,000.00 Unit 5:Electrical Improvements Bid Total $64,390.50 W/Contin enc 15% $9,658.58 Unit 5:Electrical Improvements Bid Total w/Contingencyl $74,049.08 I i'$ t( CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS , Water,Paving,Drainage Street Light Improvements to serve Northwest ISD Ivydle School No.6 Form Revised 20120120 City Project No.100655 00 42 43 BIDPROPOSAL Page 6 of 6 SECTION 00 42 43 PRIVATE PROPOSAL FORM UNIT PRICE BIB Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Unit Price Bid Value Section No. Measure Quantity Bid Summary Unit 1:Water Improvements $246,183.38 Unit 2:Sewer Improvements $63,124.31 Unit 3: Paving Improvements $2,852,607.22 Unit 4: Drainage Improvements $2,345,820.72 Unit 5: Electrical Improvements $74,049.08 Total Bid $5,581,784.69 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATIO)DOCUMENTS Water,Paving,Drainage Street Light Improvements to serve#Northwest ISD Middle School No.6 Form Revised 20120120 City Project No.100655 i